You are on page 1of 252

GREATER ORLANDO AVIATION AUTHORITY

AGENDA

DATE: OCTOBER 15, 2014 DAY: WEDNESDAY TIME: 2:00 P.M.

PLACE: ORLANDO EXECUTIVE AIRPORT, 365 RICKENBACKER, ORLANDO, FL

For individuals who conduct lobbying activities with Aviation Authority employees or Board members, registration with the Aviation Authority is required
each year prior to conducting any lobbying activities. A statement of expenditures incurred in connection with those lobbying instances should also be
filed prior to April 1 of each year for the preceding year. As of January 16, 2013, lobbying any Aviation Authority Staff who are members of any
committee responsible for ranking Proposals, Letters of Interest, Statements of Qualifications or Bids and thereafter forwarding those recommendations
to the Board and/or Board Members is prohibited from the time that a Request for Proposals, Request for Letters of Interests, Request for Qualifications
or Request for Bids is released to the time that the Board makes an award. As adopted by the Board on September 19, 2012, lobbyists are now
required to sign-in at the Aviation Authority offices prior to any meetings with Staff or Board members. In the event a lobbyist meets with or otherwise
communicates with Staff or a Board member at a location other than the Aviation Authority offices, the lobbyist shall file a Notice of Lobbying (Form 4)
detailing each instance of lobbying to the Aviation Authority within 7 calendar days of such lobbying. As of January 16, 2013, Lobbyists will also
provide a notice to the Aviation Authority when meeting with the Mayor of the City of Orlando or the Mayor of Orange County at their offices. The policy,
forms, and instructions are available in the Aviation Authority’s offices and the web site. Please contact the Director of Board Services with questions at
(407) 825-2032.

I. CALL TO ORDER.

II. ROLL CALL.

III. PLEDGE OF ALLEGIANCE

IV. CONSIDERATION OF AVIATION AUTHORITY MINUTES FOR AUGUST 20 and SEPTEMBER 10, 2014

V. PRESENTATION

A. Update on Orlando Executive Airport


B. Briefing on South Airport Travel Plaza

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 Approve Calendar Year 2015 Aviation Authority Board Meetings
C. Recommendation of the Concessions/Procurement Committee to Approve Amendment No. 2 to Purchasing
Contract 13-14, Elevators, Escalators, and Moving Sidewalk Maintenance and Repair with Schindler Elevator
Corporation
D. Recommendation to Dispose of Property
E. Recommendation of the Concessions/Procurement Committee to Award the Purchase of Oracle Planning and
Budgeting Cloud Services from AST Corporation
F. Recommendation of the Construction Committee to Award Bid Package No. 041, Rehabilitation of Taxiways
– Phase 1 at OEA to The Middlesex Corporation

NOTE: Any person who desires to appeal any decision made at these meetings will need record of the proceedings and for that purpose may need to
ensure that a verbatim record of the proceedings is made which includes the testimony and evidence upon which the appeal is to be based.
GREATER ORLANDO AVIATION AUTHORITY
AGENDA FOR ITS OCTOBER 15, 2014, MEETING
PAGE 2

VI. CONSENT AGENDA (con't):


G. Recommendation of the Construction Committee to Approve an Addendum to the Continuing Program and Project
Management Agreement with URS Corporation for Construction Phase OAR Services for Bid Package No. 041,
Rehabilitation of Taxiways – Phase 1 at OEA
H. Recommendation of the Construction Committee to Approve an Addendum to the Continuing Civil Engineering
Services and Professional Engineering Services Agreement with Avcon, Inc. for Construction Phase A/E Services
and an Amendment to Addendum No. 2 for Additional Design Phase A/E Services for Bid Package No. 041,
Rehabilitation of Taxiways – Phase 1 at OEA
I. Recommendation of the Construction Committee to Award Bid Package No. 448, Master Irrigation Controller System
Replacement at OIA to Newberg Irrigation, Inc.
J. Recommendation of the Construction Committee to Approve an Addendum to the Continuing Electrical Construction
Services Agreement with H. L. Pruitt Corporation for the Award of Project E135, Refurbish Fire Alarm System in
Parking Garage B at OIA
K. Recommendation of the Construction Committee to Approve Addenda to the Continuing Vertical Construction
Services Agreements to Exercise the First One-year Renewal Options
L. Recommendation of the Construction Committee to Approve an Addendum to the Continuing Environmental
Consulting Services Agreement with Environmental Management & Design, Inc. for FY 2015 Water Quality
Monitoring Services at OIA
M. Recommendation of the Construction Committee to Award Bid Package No. 441, Airside 4 Improvements
Program, Restroom Renovations at OIA to H. W. Davis Construction, Inc.
N. Recommendation of the Construction Committee to Award Bid Package No. 427B, Passenger and Baggage
Screening CCTV System at OIA to R. L. Burns, Inc.
O. Recommendation of the Construction Committee to Approve an Addendum to the Continuing Electrical Construction
Services Agreement with BergElectric Corporation dba Bergelectric Corp. Contractors and Engineers for the Award
of Project E175, Light Fixture Replacement for Terminal Top Parking at OIA
P. Recommendation to Approve the Airport Master Plan Update and Airport Layout Plan for OIA
Q. Recommendation of the Construction Committee to Award Bid Package (BP) No. 440, Ticket Lobby Program,
Communication Rooms and Infrastructure, at the Orlando International Airport, to Clancy & Theys Construction
Company
R. Recommendation of the Construction Committee to Approve an Addendum to the Professional Services Agreement
with C. T. Hsu & Associates, P.A. for Construction Phase A/E Services for Bid Package (BP) No. 440, Ticket Lobby
Program, Communication Rooms and Infrastructure, at the Orlando International Airport
S. Recommendation of the Construction Committee to Approve an Addendum to the Continuing Horizontal
Construction Services Agreement with Gibbs & Register, Inc. for the Award of Project H243, West Side Airport
Roadway Rehabilitation at the Orlando International Airport
T. Recommendation of the Construction Committee to Approve an Amendment to Addendum No. 16 to the Continuing
Program and Project Management Agreement with URS Corporation to Provide Additional Design and Construction
Phase Owner’s Authorized Representative (OAR) Services for WS102, South Airport Automated People Mover
(APM) Complex and WS102A, South Airport Intermodal Terminal Facility (ITF) at the Orlando International Airport
U. Recommendation of the Construction Committee to Approve an Addendum to the General Consulting Services
Agreement with BRPH Architects Engineers, Inc., for the Initial Phase of the Strategic Commercial Land
Development Program for Airport Property at the Orlando International Airport
V. Recommendation of the Professional Services Committee to Approve an Addendum to the Information Technology
Consulting Services Agreement with AECOM Technical Services, Inc. for Design, Development, Implementation,
and Support for Phase 1 of Project W323, Integrated Project Information Web-Based Application (iPro) at the
Orlando International Airport
W. Recommendation to Revise Operational Procedure, Construction Management Entity Contracts, Section 130.03
GREATER ORLANDO AVIATION AUTHORITY
AGENDA FOR ITS OCTOBER 15, 2014, MEETING
PAGE 3

VII. CHAIRMAN’S REPORT

A. Briefing on Last Metroplan Orlando Meeting


B. Briefing on Last OEA Advisory Committee
C. Business Items

VIII. INFORMATION SECTION:


(No action is required on the item(s). Board members should feel free to ask questions on the item(s).)

A. Notification of Executive Director Approvals for October Board Meeting


B. Notification of the Professional Services Committee’s Approval of Hensel Phelps Construction Co. List of Pre-
Qualified Subcontractors/Suppliers for Major Trade Packages for the South Airport Automated People Mover
Complex Program at OIA
C. Notification of Release of RFP/RFB/RFQ’s
D. Construction Progress Report

NEXT SCHEDULED BOARD MEETING IS ON WEDNESDAY, DECEMBER 10, 2014


On WEDNESDAY, AUGUST 20, 2014, 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 2:02 p.m. The meeting was posted in accordance with Florida Statutes and a quorum
was present.

Authority members present, Frank Kruppenbacher, Chairman


Dean Asher, Vice Chairman
Domingo Sanchez, Treasurer
Mayor Teresa Jacobs
Dr. Jason Pirozzolo

Also present, Phillip N. Brown, Executive Director and


Secretary
Dayci S. Burnette-Snyder, Director of Board
Services and Assistant Secretary
Marcos Marchena, 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) 825-2032.

MINUTES
1. Upon motion by Mayor Jacobs, second by Mr. Sanchez, vote carried to
accept the July 16, 2014, minutes as written.

TWENTY-FIVE YEAR AWARD TO FAY COMMODARIO


2. Mr. Brian Gilliam, Director of Security, along with Mr. Brown and the
Board recognized and congratulated Ms. Commodario for her 25 years of service to the
Aviation Authority.

AIRSIDE 2 FOOD AND BEVERAGE CONCESSION


3. Mr. Jim Rose, Deputy Executive Director and Ernie Straughn of
SchenkelShultz presented this item. No action was required.

Mr. Rose stated that in anticipation of the Release for Proposal for Airside 2, Hub,
Food and Beverage, Staff wanted to provide information, background, and analysis to
the Board to see how the program is moving forward. He talked about the current
contracts for Airside 2 Food and Beverage concession. He reviewed the Aviation
Authority’s concession program goals to include the Orlando Experience; customer
service; financial performance; and sustainability. He then talked about the
enplanements by Airsides – (1) 28%; (2) 29%; (3) 22%; and (4) 21%.

Mr. Rose continued by stating that Airside 2 has 22 aircraft gates; accommodates
Southwest; Air Tran; and Virgin America. In FY 2013, enplaned passengers using this
airside totaled 5,050,900; deplaned totaled 5,028,346; for a total of 10,079,246. The
total area of the Airside is 351,857 square feet with a total concessions area of
21,878 square feet. Airside 2 is the only Airside without a table service restaurant.
As to MCO financial performance; Mr. Rose mentioned that among reporting airports in
2012, MCO had the 9th highest sales per enplaned passenger (spend rate) in North
America. He then reviewed the concession sales for Airside 2 per enplaned passenger
with a total of $29,815,072 for food and beverage.

Dr. Pirozzolo left the room at 2:09 p.m.; returning at 2:11 p.m.

PAGE 6054
DRAFT MINUTES OF THE AUGUST 20, 2014, MEETING OF THE GREATER ORLANDO AVIATION AUTHORITY

AIRSIDE 2 FOOD AND BEVERAGE CONCESSION (cont)


Mr. Rose then turned the presentation over to Mr. Ernie Straughn. The general
consultant was engaged to analyze – configuration and seating; opportunity for
additional units; and concept mix. Mr. Straughn talked about the existing Airside 2
hub concessions and that the purpose of the analysis was to evaluate the concession
program at Airside 2 hub to address 3 issues to determine the optimum concession
strategy – (1) perceived lack of food court seating in the hub; (2) potential for
additional concession units; and (3) concessions mix.

Mr. Straughn mentioned that the passenger dwell time at this airside is estimated at
slightly over one hour. The existing and project growth in peak demand in this
airside raises the requirement for food service seating. Seating area requirements
should be balanced against the need to maintain proper passenger circulation space and
the desire to provide additional concessions. The concession mix analysis may include
2 key elements for determining the food and beverage mix – type of service and type of
food. How is each element addressed in these priorities – balance; differentiation;
brands; and sense of place. What does the space configuration allow and what would
passengers like.

He then talked about the recommendation criteria that has been identified to rate each
concession strategy. The consultant’s recommendation is to increase the food court
seating from 5,500 square feet to 8,200 square feet with an Option 3 food and beverage
concession strategy with a medium food court; direct procurement with burger operator;
and sit-down restaurant with additional bar area. The advantage is a variety of
dining experience for the passenger; comparable passenger service to other Southwest
Airline hub facilities; and it supports available dwell time for passengers in this
airside.

Mr. Straughn then returned the presentation back to Mr. Rose. Mr. Rose stated that
the Aviation Authority held an industry meeting on August 14, 2014, where 78
representatives attended. The focus of the industry meeting was to discuss goals,
concepts, and approach. This was some of the feedback received – length of term (10
years); acceptable concepts; menu item restrictions; food court maintenance; ACDBE
goals; investment requirements; and 2 concession rule issues.

The challenges include the fact that the contracts expire concurrently; lack of food
options during build-out; and disruption of hub operations. To address these
concerns, Staff is recommending to extend the agreements with Au Bon Pain and possibly
Kafe Kalik by 6 – 8 months; release the RFP for Food Court; direct negotiate with
McDonald’s; stagger the RFP release by 6 months for the restaurant/bar; open the food
court in February 2016; and open the restaurant in August or September 2016.

Chairman Kruppenbacher clarified the pronunciation of Au Bon Pain (Pan).

As to McDonald’s, Mr. Rose stated that it is the most recognized burger concept; it is
a dominant concept in the top 50 airports with 44% of locations among 4 major national
brands; and it is the strongest burger performer at MCO since 2000.

Mr. Sanchez asked when the RFP would be released. Mr. Rose responded that the initial
RFP will be released in late September for the food court.

Mr. Sanchez stated that within our RFP process, he would like to ask the Board to
consider adding an element in the agreement that has to do with customer service
training that we are rigorously trying to implement at the moment.

Chairman Kruppenbacher stated that based on the Board’s previous endorsement of Mr.
Sanchez’s efforts with customer service, he asked that Mr. Sanchez work with Mr.
Marchena to have it included in the agreement. The Chair requested that Mrs. Snyder
notify the Board a week in advance when the RFP will be released. He added that it
was critical that the Board have no contact with proposers during the proposal
process. If anyone tries to contact a board member, please report it to Mr. Marchena.

PAGE 6055
DRAFT MINUTES OF THE AUGUST 20, 2014, MEETING OF THE GREATER ORLANDO AVIATION AUTHORITY

CONSENT AGENDA
4. Consent Agenda Item Y was pulled for separate consideration (Item No. 5
below). Upon motion by Mr. Asher, second by Mayor Jacobs, 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
Executive Director:
A. June 3, 2014, Mayor Dyer and Domingo Sanchez met to discuss customer
service initiatives at the Aviation Authority; May 28 and July 16, 2014, Ad Hoc
Committee of the Financial Advisory Services of the Aviation Authority; April 8, June
17, and July 8, Ad Hoc Committee for Legal Services; June 3, June 10, June 24, July 1,
July 8, July 22, and July 29, 2014, Construction Committee; May 23, May 27, June 9,
and July 14, 2014, Concessions/Procurement Committee; March 25, April 2, April 21, May
19, June 2, and June 24, 2014, Design Review Committee; July 9, 2013, and June 12,
2014, Ground Transportation Committee; May 7, May 29, June 9, June 10, June 19, June
23, and June 26, 2014, Labor Contract Negotiations; May 27, June 10, July 1, and July
8, 2014, Professional Services Committee; and April 10, 2014, Sub-Committee of the
Ground Transportation Committee;
B. find the property listed in the memorandum (copy on file) no longer
necessary, useful, or profitable in the operation of the Airport System; request
Orlando City Council approval and resolution of this finding; and authorize Staff to
dispose of this property in accordance with the Aviation Authority’s Policies and
Procedures;
C. approve the revisions to Policy 201.05, Employment and Placement of
Relatives as described in the memorandum (copy on file); 7951
D. approve the revisions to Policy 204.01, Code of Ethics and Business
Conduct as described in the memorandum (copy on file) [FILED DOCUMENTARY NO. 7952]
E. approve revisions to Operational Policy 730.01, Access and Operations in
the SIDA/AOA and Operational Policy 730.02, Access and Operations on the
Movement/Safety Areas [FILED DOCUMENTARY NO. 7953]
F. accept the recommendation of the Concessions/Procurement Committee to:
(1) find the quotations submitted by Dade Paper for Product #MB548 and by GEM Supply
for Product #BMF4B non-responsive for the reasons stated; (2) award Purchasing
Request for Written Quotations #91892-14 to Janpak for Product #48690 as the low,
responsible and responsive quoter in the not-to-exceed amount of $384,555.60; (3)
authorize funding from the approved Operation and Maintenance Fund; and (4)
authorize the Purchasing Office to issue the necessary blanket purchase agreement;
G. concur with the recommendation of the Concessions/Procurement Committee;
award the Airside 2 Fashion Jewelry and Accessories Concession to Air Sun Joint
Venture; require that Air Sun Joint Venture provide a 100% contract bond or Letter of
Credit; and authorize an Aviation Authority Officer or the Executive Director to
execute the necessary documents following satisfactory review by legal counsel; 7954
H. concur with the recommendation of the Concessions/Procurement Committee;
award the Automated Retail Concession to New Zoom, Inc. and; authorize an Aviation
Authority Officer or the Executive Director to execute the necessary documents
following satisfactory review by legal counsel [FILED DOCUMENTARY NO. 7955]
I. approve the recommendation of the Finance Committee to reappoint Jacki
Churchill, Chief Financial Officer as the Authorized Investment Officer and appoint
Carolyn Binder, Director of Finance and Sue Kiang, Assistant Director of Finance as
designees for a two-year term beginning June 1, 2014;
J. accept the recommendation of the Finance Committee to: (1) approve the
selection of Frasca & Associates, LLC and Raymond James & Associates, Inc. to
provide Financial Advisory Services; (2) authorize Staff to negotiate fee schedules
and terms with each firm; (3) delegate authority to the Executive Director to approve
fees negotiated; and (4) authorize an Aviation Authority Officer or the Executive
Director to execute the necessary documents, following satisfactory review by legal
counsel [FILED DOCUMENTARY NO. 7956-7957]
K. accept the recommendation of the Concessions/Procurement Committee
and: (1) rescind the award to Chesapeake Facility Resources, LLC and remove them
from the Qualified Bidder’s List; (2) award Purchasing Contract 12-14, Parking
Garage Floor Scrubbing Services to Clean Recover, Inc; (3) authorize funding from
the Operation and Maintenance Fund in the not-to-exceed amount of $426,000; and (4)
authorize an Aviation Authority Officer or the Executive Director to execute the
necessary documents following satisfactory review by legal counsel [FILED
DOCUMENTARY NO. 7958]

PAGE 6056
DRAFT MINUTES OF THE AUGUST 20, 2014, MEETING OF THE GREATER ORLANDO AVIATION AUTHORITY

CONSENT AGENDA (cont)


L. accept the recommendation of the Concessions/Procurement Committee
and: (1) approve an amendment to Purchasing Contract 13-14, Elevators, Escalators
and Moving Sidewalk Maintenance and Repair with Schindler Elevator Corporation; (2)
authorize funding from the Capital Expenditure Fund in the not-to-exceed amount of
$510,800; and (3) authorize an Aviation Authority Officer or the Executive Director
to execute the necessary documents following satisfactory review by legal counsel
[FILED DOCUMENTARY NO. 7959]
M. accept the recommendation of the Concessions/Procurement Committee
and: (1) exercise the fifth renewal option of Purchasing Contract 16-05, Airfield
Lighting Parts and Maintenance Services with Allen Enterprises, Inc., expiring June
26, 2015; (2) authorize funding from Operation & Maintenance Funds for this renewal
option in an amount not-to-exceed $625,000; and (3) authorize an Aviation Authority
Officer or the Executive Director to execute the necessary documents following
satisfactory review by legal counsel [FILED DOCUMENARY NO. 7960]
N. concur with the recommendation of the Concessions/Procurement
Committee and (1) exercise the first renewal option, with contract adjustments,
of Purchasing Contract 16-11, Landside Terminal Landscape Maintenance and
Irrigation Services, with Carol King; (2) authorize funding from the Operation
and Maintenance Fund in the not-to-exceed amount of $1,273,120.69; and (3)
authorize an Aviation Authority Officer or the Executive Director to execute the
necessary documents, following satisfactory review by legal counsel [FILED
DOCUMENTARY NO. 7961]
O. accept the recommendation of the Concessions/Procurement Committee
and: (1) find New Image Upholstery, Inc. and Total Furniture Restoration, Inc.
non- responsible; (2) award Purchasing Contract 20-14, Replacement/Installation
and Fabrication of Vinyl Slipcovers and Repair of Passenger Style Flyaway Seating
to Ocampo Upholstery, Inc.; (3) authorize funding from the Operation and
Maintenance Fund in the not-to-exceed amount of $350,950; and (4) authorize an
Aviation Authority Officer or the Executive Director to execute the necessary
documents following satisfactory review by legal counsel [FILED DOCUMENTARY NO.
7962]
P. accepting Joint Participation Agreement FM No. 409791 in the amount
of $3,500,000; (2) adopt a Resolution accepting Supplemental No. 2 to Joint
Participation Agreement FM No. 431588 in the amount of $8,081,288; and, (2)
authorize the Executive Director and the Assistant Secretary to execute the
necessary documents;
Q. accept the recommendation of the Professional Services Committee and
(1) approve an Amendment to the Single-Source Agreement (PS-249) for Occupational
Medical Services for Fire Fighters with Adventist Health System Sunbelt, Inc. dba
Florida Hospital Centra Care for a five-year single-source agreement extension
(extending the Agreement to December 31, 2019), for a total not-to-exceed amount
of $200,000, with funding from Operations and Maintenance Fund; and (2) authorize
an Aviation Authority Officer or the Executive Director to execute the necessary
documents following satisfactory review by legal counsel [FILED DOCUMENTARY NO.
7963]
R. accept the recommendation of the Professional Services Committee and
(1) approve the 3 year term extension with two one-year optional renewal periods
(Oct 1, 2014–Sept 30, 2019), for the Professional Services Federal Governmental
Relations Consulting Agreement with Michael E. Korens, for international air
service counsel services; (2) authorize funding in the amount of $410,000 from
the Operations and Maintenance Fund; and (3) authorize an Aviation Authority
Officer or the Executive Director to execute the necessary documents following
satisfactory review by legal counsel [FILED DOCUMENTARY NO. 7964]
S. accept the recommendation of the Professional Services Committee and
(1) approve an Amendment to the Purchasing Agreement for PS-315, Oracle E-
Business Suite Consulting Services at the Orlando International Airport, with AST
Corporation, for the Scope of Services No. 3, for a not-to-exceed amount of
$605,100, with funding from Capital Expenditure Funds; and, (2) authorize an
Aviation Authority Officer or the Executive Director to execute the necessary
contract documents following satisfactory review by legal counsel [FILED
DOCUMENTARY NO. 7965]
T. accept the recommendation of the Professional Services Committee and
(1) approve the ranking of the firms for Continuing Low Voltage Construction
Services at the Orlando International Airport and the Orlando Executive Airport
as follows: First - Orlando Business Telephone Systems, Inc.; Second - Orion
Management Services, LLC; Third - Quality Cable Contractors, Inc.; Fourth - Volt
Telecommunications Group, Inc.; Fifth -

PAGE 6057
DRAFT MINUTES OF THE AUGUST 20, 2014, MEETING OF THE GREATER ORLANDO AVIATION AUTHORITY

CONSENT AGENDA (cont)


Global One Networks, LLC; and, Sixth - Morrissette Electric, Inc.; (2) authorize
hourly rate negotiations with each of the top five ranked firms in accordance
with the Aviation Authority’s policy; and (3) subject to successful negotiations
with each of the top five ranked firms: (a) approve a no cost Continuing Low
Voltage Construction Services Agreement with each of the top five ranked firms
for its negotiated hourly rates; and, (b) authorize an Aviation Authority Officer
or the Executive Director to execute the necessary contract documents following
satisfactory review by legal counsel [FILED DOCUMENTARY NO. 7966-7970]
U. accept the recommendation of the Construction Committee to approve
Change Order V682-01 for a no cost 69 calendar day time extension for substantial
completion and authorize an Aviation Authority Officer or the Executive Director
to execute the change order(s) following satisfactory review by legal counsel;
V. accept the recommendation of the Construction Committee and (1)
approve an Addendum to the Continuing Vertical Construction Services Agreement
with R. L. Burns, Inc. for the award of Project V696, Landside Levels 2 and 3
Rehabilitation at the Orlando International Airport, for the bid amount of
$546,000 with funding from Capital Expenditure Funds; and (2) authorize an
Aviation Authority Officer or the Executive Director to execute the necessary
documents following satisfactory review by legal counsel; 7971
W. accept the recommendation of the Concessions/Procurement Committee
to (1) exercise the first renewal option and the adjustment to Purchasing
Contract 15-11, Trash Removal Services, at Orlando International Airport with
Republic Services of Florida, LP; (2) authorize funding from the Operation and
Maintenance Fund in the not-to-exceed amount of $239,880; and (3) authorize an
Aviation Authority Officer or the Executive Director to execute the necessary
documents, following satisfactory review by legal counsel [FILED DOCUMENTARY NO.
7972]
X. approve the recommendation of the Concessions/Procurement Committee
to (1) allow multiple purchase orders to be issued to various landfill
facilities; (2) authorize funding from Operation and Maintenance Fund in
the not-to-exceed amount of $290,620; and (3) authorize an Aviation
Authority Officer or the Executive Director to execute the necessary
documents, following satisfactory review by legal counsel;
Y. considered separately (see Item No. 5 below);
Z. approve the Space Use Agreement with a 60 day termination notice by
and between the City of Orlando and the Aviation Authority; authorize an Aviation
Authority officer or the Executive Director to execute any documents necessary to
effectuate the Space Use Agreement following satisfactory review by legal
counsel; and authorize the Executive Director to approve and execute any future
extensions of the Space Use Agreement following satisfactory review by legal
counsel [FILED DOCUMENTARY NO. 7973]
AA. approve the Fourth Amendment to the Management Agreement with Hyatt
Corporation and (2) authorize an Aviation Authority Officer or the Executive
Director to execute the necessary documents following satisfactory review by
legal counsel [FILED DOCUMENTARY NO. 7974]
BB. accept the Executive Director’s recommendation and confirm the
appointment of Mr. Brian Engle as Director of Customer Service;
CC. approve and ratify the placement of Owners Protective Professional
Insurance for $45 million in coverage for the ITF and for $45 million in coverage
for All Other Projects from Catlin Specialty Insurance Company/Catlin Syndicate
2003 London for $20 million of primary coverage and for $25 million excess
coverage from Indian Harbor Insurance Company (50%) and North American Capacity
Insurance Co. (50%); authorize funding from FDOT grants, Line of Credit to be
reimbursed by future PFC’s and CFC’s, future Revenue Bonds, and Aviation
Authority funds for a total not-to-exceed amount of $1,987,404.70 ; and authorize
an Aviation Authority Officer or the Executive Director to execute the necessary
documents; and
DD. approve the recommendation of the Finance Committee (1) for
selection of legal services in each of the respective categories of Bankruptcy;
Construction-Professional Services; Federal Aviation Regulatory Matters; Finance
Services; Labor and Employment; Liability Defense; Litigation; Procurement; State
of Florida Regulatory Matters; and Workers Compensation as outlined in the
memorandum; (2) authorize the Executive Director and General Counsel to negotiate
the fees and engagement agreements with each of the respective respondents; and
(3) authorize the Chairman to execute any necessary documents, following
satisfactory review by legal counsel [FILED DOCUMENTARY NO. 7975]

PAGE 6058
DRAFT MINUTES OF THE AUGUST 20, 2014, MEETING OF THE GREATER ORLANDO AVIATION AUTHORITY

RECOMMENDATION OF THE GROUND TRANSPORTATION COMMITTEE TO AMEND THE GROUND


TRANSPORTATION RULES & REGULATIONS
5. Vice Chairman Asher thanked the Chairman and the Board for addressing
this item separately. After reviewing this item on the Ground Transportation
Committee’s recommended changes, and it had basically to do with Uber X, he did not
want to vote on it as is but he wanted to make some comments publicly that he feels in
the rationale there is a $250 fine if they are caught on airport property. It does
not specify if that’s one time, two times, three times, four times. He has had the
opportunity to talk to some other individuals in other airports around the country and
he thinks that after we vote on this he would like the Committee to reconvene and look
at whether it is after the first time or the second time, but probably no more than 2
times, that if those folks are caught back on the property that we impound their
vehicle. You have to put some teeth in it and I don’t know how much the drivers make
but it’s worth the risk to come back potentially after one or two times but once you
take their car they are out of service for a day or two and they probably will not
come back on the property. He wanted to vote on it as it stands right now but with
the recommendation to go back to the Committee and maybe at the next meeting to bring
some more rules forth.

Mr. Marchena made one clarification. He stated to Vice Chairman Asher that it will
probably be in October because of the way that Committee works. They are actually 2
public hearings as part of the process so it will probably take 2 months to get back
to the Board. Vice Chairman Asher responded that he was fine with that.

Chairman Kruppenbacher stated that he was glad that the Vice Chairman brought this up.
He asked Mr. Marchena and Mr. Brown that the Committee consider the time frame of when
a vehicle gets impounded. We are running a major business here and a cat and mouse
game of giving out multiple tickets is not what he is interested in. Once they get
the ticket, they ought to know to obey and if they don’t, unless there is some
compelling business or legal reason, he would like the vehicle impounded.

On another note, the Chair added that as Chairman he has the power to authorize
General Counsel and the Executive Director, when it is recommended, to file legal
action to protect the airport. He referenced a case in which a legal action was filed
by a governmental entity, and somebody raised the issue about the governmental entity
not having the authority to file the legal action. If there is a need to file a legal
action, he will dispatch Mr. Marchena to brief the Board immediately.

Mayor Jacobs asked if this is a policy that the Board needs to adopt so there is some
clarification. Mr. Marchena responded that the Aviation Authority has taken the
position at all times in the past that the Executive Director and at times in
consultation with the Chairman, has the authority to enforce all of the policies of
this Board, including legal action, if necessary. The Chairman wants to simply have
that on the record and be very clear so that if someone were ever to raise the issue
as to whether we have the authority to proceed, that we have something even in the
minutes discussing it.

Mayor Jacobs added that the reason she is asking, is based on the way the Chair
describes this, somebody could challenge whether or not you have the authority to
execute that and she just wants to make sure it is not questionable. Chairman
Kruppenbacher responded that that is why he wanted it in the minutes and we have the
policy.

Following discussion, Mr. Marchena stated that in his opinion it is simple because it
does not change the prior policy. It just reminds everyone that that is the case.
Mr. Marchena added that it is very likely that in the very near future we will be
taking some action in connection with some of these transportation issues that we have
been discussing.

Chairman Kruppenbacher reiterated the importance of acting responsibly and taking the
necessary action when it is necessary.

The amended action was to request that the Aviation Authority Board resolve to approve
the recommendation of the Ground Transportation Committee to amend the Ground
Transportation Rules and Regulations pertaining to administrative changes and enhanced
enforcement effective on August 20, 2014 and that the Ground Transportation Committee
hold their necessary public meetings and report back no earlier than October no later
than November on the issue of tickets and at what point are vehicles impounded.

PAGE 6059
DRAFT MINUTES OF THE AUGUST 20, 2014, MEETING OF THE GREATER ORLANDO AVIATION AUTHORITY

RECOMMENDATION OF THE GROUND TRANSPORTATION COMMITTEE TO AMEND THE GROUND


TRANSPORTATION RULES & REGULATIONS (cont)
Upon motion by Vice Chairman Asher, second by Mr. Sanchez, vote carried. [FILED
DOCUMENTARY NO. 7976]

RECOMMENDATION FOR PRELIMINARY APPROVAL OF FISCAL YEAR 2015 AVIATION AUTHORITY BUDGET
5. Ms. Jacki Churchill, Chief Financial Officer and Ms. Carolyn Binder,
Director of Finance, presented the proposed budget to the Board.

Ms. Churchill began the presentation with a budget timeline. The cost centers include
airfield; terminal; ground transportation; other buildings and grounds; and hotel.
The sub-cost centers include airfield (apron) and terminal (airline equipment, baggage
system, and Federal Inspection Station (FIS)). For the calculation of landing fees,
the formula is as follows: total airfield cost requirement; less specified airfield
revenue; equal net airfield cost; divided by landed weight (1,000 lbs.); equal landing
fee. She then compared the Preliminary FY 2015 to the Budgeted FY 2014. The landing
fee for Preliminary FY 2015 is $1.5901 and Budgeted FY 2014 is $1.5207.

For the calculation of terminal premises rate, the formula is as follows: total
terminal cost requirement; less certain terminal revenue; equal net terminal cost
requirement; divided by rentable square footage; equal terminal premises rule. The
Preliminary FY 2015 terminal premises rate is $119.22 compared to Budgeted FY 2014
$111.45. Ms. Churchill then explained the baggage system fee which includes an
inbound bag system fee for Preliminary FY 2015 of $1.15 compared to Budgeted FY 2014
of $1.04 and an outbound bag system fee of $1.25 for Preliminary FY 2015 compared to
$1.08 for Budgeted FY 2014.

Continuing the presentation, Ms. Churchill discussed budget comparisons of Preliminary


FY 2015 compared to Budgeted FY 2014. For Preliminary FY 2015, the cost per enplaned
passenger is $6.95 compared to Budgeted FY 2014 of $5.88. The debt service coverage
ratio is 1.67 for Preliminary FY 2015 compared to 1.73 for Budgeted FY 2014. She then
talked about MCO’s Cost per Enplaned Passenger.

Ms. Carolyn Binder talked about the preliminary budgeted revenues for OIA in the
amount of $447,715,000; airline versus other revenues; preliminary budgeted expenses
of $379,247,000; and preliminary Operation and Maintenance Fund of $232,956,000.

She then mentioned the community partnerships at OIA that include – United Arts of
Central Florida, Inc.; Metroplan Orlando; Orlando/Orange County Convention and
Visitors Bureau (Visit Orlando); Central Florida Partnership; Hispanic Business and
Consumer Expo; Florida Chamber of Commerce; Black Business Investment Fund of Central
Florida; Hispanic Business Initiative Fund Nationwide; African American Chamber of
Commerce of Central Florida; Florida Minority Supplier Development Council; Host
Annual Unified Certified Program Meeting; Central Florida Society of Information
Management; Florida Tourism Industry Marketing Corp dba Visit Florida; Tiger Bay Club
of Central Florida; Florida Public Relations Association; Hispanic Chamber of Commerce
Metro Orlando; Florida Association of Minority Business Enterprise Officials; and the
Space Coast Clean Cities Membership.

As to the community partnerships, the Chair reminded the Board that the request to
have deliverables for each agreement began in 2013. Chairman Kruppenbacher asked the
Board to communicate with Mr. Brown if there are any participants that need to be on
this list or if they have issues with any of the partnerships on the list. (Following
the board meeting, Ms. Snyder provided an electronic copy of the chart to each board
member for easy reference.)

Ms. Binder then moved to the Orlando Executive Airport preliminary budget. The
Preliminary FY 2015 is $2,838,000 compared to Budget FY 2014 of $2,804,000. She then
reviewed the preliminary budgeted revenues and expenses.

It is respectfully requested that the Aviation Authority Board resolve to (1) adopt
the Resolution approving the preliminary budget; (2) request Orlando City Council to
conduct a public hearing on the preliminary budget within ten days of receipt of the
budget; and (3) authorize an Aviation Authority Officer to execute any necessary
documents.

Motion was made by Mr. Sanchez, seconded by Mr. Asher.

PAGE 6060
DRAFT MINUTES OF THE AUGUST 20, 2014, MEETING OF THE GREATER ORLANDO AVIATION AUTHORITY

RECOMMENDATION FOR PRELIMINARY APPROVAL OF FISCAL YEAR 2015 AVIATION AUTHORITY BUDGET
(cont)
Chairman Kruppenbacher asked Ms. Churchill and Ms. Binder to add in big, black letters
starting on the first page of these slides (1) no local taxes and (2) economic impact
($). He said that this information puts the budget in context. He asked for the
current slides to be revised in case the media requests copies, these facts will be
clear.

Mr. Brown informed the Board that Staff held a meeting with the participating airlines
plus a few others 2 weeks ago in which we reviewed the budget with them in detail.
What is driving some of the slight increases in the preliminary budget as mentioned by
Ms. Churchill and Ms. Binder is increase in security costs; baggage handling system
improvements; and information technology requiring additional personnel. He reminded
the Board that what makes OIA different is that it is a full service airport. Not all
airports have responsibility for baggage or conduct 100% screening of airport
employees. In addition to these 2 factors, there is also the federal costs for
security. OIA is still a good value for the airlines that use our facilities.

Chairman Kruppenbacher complimented Mr. Brown for his work with the airlines, along
with Vice Chairman Asher for participating in the airline appreciation luncheons.

Upon the vote, motion passed.

UPDATE ON CUSTOMER SERVICE INITIATIVES


6. Chairman Kruppenbacher stated that about one year ago Mr. Sanchez came
forward with the idea of improving the Orlando Experience and focusing on a broad
based customer service initiative.

Mr. Sanchez began the presentation by thanking Mr. Brown and Mr. Thornton for their
leadership and support. He also personally thanked Mr. Draper for the endless hours
he has committed, in addition to his regular duties, on this initiative. Mr. Draper’s
gift is the hiring of the Director of Customer Service, Mr. Brian Engle.

Mr. Sanchez stated that with the assistance of our consultant, McKinsey & Company, we
are able to create programs that will dramatically impact our customer experience.

He highlighted where we are today with the initiatives including design teams;
culture; measurement; and governance. Using visual aids (copy on file), he talked
about a few examples including changes to comfort; ease; speed; and culture. He
mentioned the perfect example of the Ease Design Team analyzing the arrival journey
identifying an issue and creating a proven solution with the FIDS. The Airport’s
ranking improved by 6 places (to No. 5) as a result of refocusing on the customer. By
continuing to incorporate ideas and processes from our new partners we will keep
achieving better rankings.

Mr. Sanchez then discussed the focus areas moving forward as follows: Accelerating
the cultural transformation by ensuring the five behaviors are role-modeled and
reinforced; enhancing the employee journey to improve pain points in their daily
lives; ensuring we have a robust way to surface, track, test, and scale ideas in a
balanced way; and continuing to engage the broader airport community in design teams
and improvements to the passenger experience.

He also highly recommends implementing an employee cafeteria. Right now employees


receive a 10% discount at the airport eateries and consume their meals in the public
seating areas, sometimes interrupted with passengers asking them questions.

Chairman Kruppenbacher stated that the Board supports the idea of an employee
cafeteria. Mayor Jacobs questioned about logistics and if it was one cafeteria or
more. Mr. Brown responded that logistics will have to be worked out because we are
limited to space. He said that the key, as much as it is a benefit to the employee
for food, it is the ability to get employees airport-wide in the same place. Mr.
Brown stated that Mr. Draper, Mr. Lewis, and Mr. Sanchez have been the glue that have
held the customer service intiatives together. We have great partnerships helping us
through these initiatives but the Customer Service Advisory Council (CSAC) will be key
to our success.

Chairman Kruppenbacher asked Mr. Brown to draft a letter to Walt Disney World thanking
them for their participation and assistance.

PAGE 6061
DRAFT MINUTES OF THE AUGUST 20, 2014, MEETING OF THE GREATER ORLANDO AVIATION AUTHORITY

UPDATE ON CUSTOMER SERVICE INITIATIVES (cont)


The Chair reiterated the attendance of the Board, on an individual basis, to a CSAC
meeting. He asked that the Board work with Ms. Snyder on their availability to
accommodate attendance at one of these meetings.

Mr. Sanchez thanked the Board for its support.

CHAIRMAN’S REPORT
7. The Chair congratulated Mayor Jacobs for her re-election. She thanked
everyone on the Board and in the audience for their support.

Chairman Kruppenbacher recognized Mr. Asher for being selected as the 2014 Florida
Realtor of the Year.

Chairman Kruppenbacher also recognized Dr. Pirozzolo for being elected the American
Medical Association Delegate for the State of Florida and he is also the only board
member that received his Certified Member Program (CM) certification from the American
Association of Airport Executives (AAAE).

Chairman Kruppenbacher congratulated Mr. Brown and Staff for successfully bringing
Silver Airlines maintenance facility to OIA which brings with it approximately 100
jobs. He also thanked him for his tireless work on the South APM. Mr. Brown
responded that many people deserve kudos on that project which was truly a team
effort.

As to smoking in the terminal, the Chair asked Mr. Brown to review the Aviation
Authority’s policy and statutory requirements as to what is required and what is
permitted.

The Chair mentioned that Staff is working on renovating the Carl T. Langford Board
room to update the technology with the possibility of live streaming meetings.

Chairman Kruppenbacher distributed the proposed scope of the Capital Program Review
(CPR) Committee. He asked that comments be provided to Ms. Snyder. To date we have
confirmation from Ms. Linda Chapin that she will serve. Invitations have been
extended to 2 other individuals. Once they are confirmed, you will be notified.

Chairman Kruppenbacher stated that he and Mr. Brown are working on a project that
would “hang” banners throughout the airport with photos and names of prominent
individuals that live within our demographics. For example, it can be Arnold Palmer
welcoming our passengers to his home. He asked the Board to think of other
individuals who live in the community that would publicly send a message that this is
the place to do business because this goes hand-in-hand with our business messaging.
Please get the names to Ms. Snyder. The bulk of the users of this facility don’t
realize the local talents who call this place home.

Referencing the Capital Review Committee, Mayor Jacobs recommended Mr. Egerton van den
Berg. She said that he was involved in the convention center expansion and he knows
the airport. As to the banners, Mayor Jacobs mentioned that if we have names
associated with a type of convention in town, i.e. medical, it would be beneficial to
have the ability of switching out the banners to suit the occasion. The Chair said to
reach out to everyone. He wants it to be all expansive. Mr. Brown responded that we
would do something electronically so that the information can be scrolled. Discussion
ensued as to the type of banners that will be used. Mayor Jacobs suggested electronic
banners.

PAGE 6062
DRAFT MINUTES OF THE AUGUST 20, 2014, MEETING OF THE GREATER ORLANDO AVIATION AUTHORITY

CHAIRMAN’S REPORT (cont)


Lastly, Chairman Kruppenbacher mentioned a recent trip to Sarasota in which flight
information was available on a TV channel in the hotel room. He asked Mr. Rose to
research this issue.

ADJOURNMENT
8. There being no further business to be considered, Chairman Kruppenbacher
adjourned the meeting – 3:06 p.m.

(Digitally signed on )
_______________________________ ____________________________________
Dayci S. Burnette-Snyder Phillip N. Brown, A.A.E.
Director of Board Services Executive Director

PAGE 6063
DRAFT COPY

On WEDNESDAY, SEPTEMBER 10, 2014, 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 2:01 p.m. The meeting was posted in accordance with Florida Statutes and a
quorum was present.

Authority members present, Frank Kruppenbacher, Chairman


Dean Asher, Vice Chairman
Domingo Sanchez, Treasurer
Mayor Buddy Dyer

Also present, Phillip N. Brown, Executive Director and


Secretary
Dayci S. Burnette-Snyder, Director of Board
Services and Assistant Secretary
Marcos Marchena, 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) 825-2032.

HEART WALK 2014


1. The board members were presented with the Aviation Authority’s 2014 Heart
Walk tee shirts. Mr. Brown mentioned that the Aviation Authority had 62 participants
and over $8,000 was raised for this great cause.

TWENTY YEAR SERVICE AWARD


2. Mr. Ron Lewis, Deputy Executive Director, along with Mr. Brown and the
board recognized Ms. Ilse Dovale for her years of service at the Aviation Authority.

MCO PERCEPTION AND MESSAGE DEVELOPMENT BY COSTA COMMUNICATIONS


3. Mr. Brown introduced the founder and agency Principle for Costa
Communications, Ms. Linda Costa. He stated that the Aviation Authority began working
with Ms. Costa in January for assistance in perception issues and to conduct a survey
of the community and what they thought of our organization. Embarking on a large
project, we wanted to have the sense of the community. Mr. Brown added that Costa
PAGE 2 - DRAFT MINUTES OF THE SEPTEMBER 10, 2014, MEETING OF THE GREATER ORLANDO AVIATION AUTHORITY

Communication is a home grown company that began in 1985 as WordWise. He acknowledged


the good work that Ms. Costa and her team perform.

Ms. Costa thanked the Board for the opportunity to present her findings to the
organization. She mentioned that the project goals were to assess perceptions of OIA
among community residents and leaders; develop key messages; and translate messages
into creative concepts to tell the OIA story.

The perception survey was conducted in March-April 2014 by Grass Roots America which
has handled similar projects for Visit Orlando and EDC. The perception survey used a
demographically diverse panel of respondents selected to assure a statistically valid
sample. It covered 5 counties – Orange, Osceola, Seminole, Brevard, and Lake. The
online responses included 336 residents along with 25 business and civic leaders via
an in-depth phone interview.

Ms. Costa then reviewed the perception survey findings. Overall the majority view OIA
in a positive light and see it as a model airport. The respondents were asked to rank
specific features as most important – 97% responded non-stop flights; 90% responded
outstanding customer service; and 84% responded world-class reputation. As to the
expansion of the facilities, the majority agreed that OIA must implement expansion
plans soon to keep pace with growth of passenger and cargo traffic. As to intermodal,
85% support OIA as an intermodal/rail transportation hub. As to the connection
between the airport and the local economy, 89% rate the connection between OIA and the
local economy as important or very important. The majority feel that OIA’s reputation
impacts attracting and retaining large employees. As to amenities, the No. 1
essential amenity is free WiFi. However 17% did not know that we offer it. Rtail
stores and restaurants/bars received high marks in customer service.

Continuing her presentation, Ms. Costa then discussed opportunities to improve –


security access points; customs re-entry; foreign language support; better
communication about revenue sources, vision, plans for growth, decision-making, and
sustainability. Respondents were most passionate about making intermodal/rail hub a
top priority; upholding world class reputation but keeping pace and staying
competitive; continuing to match Central Florida’s excitement as a destination and
giving travelers a sense of place; modernizing existing facility while planning for
expansion; and introducing new efforts to welcome and accommodate diverse traveler
segments such as additional signage, charging stations, business center, and kids play
area.

As to the messaging process, to helps to ensure that communication is succinct,


accurate, and consistent (regardless of who presents them); keeps everybody on the
same page; and consistent repetition of key messages over time reinforces your brand.
Ms. Costa then continued by describing the message triangle. At the core is the
positioning statement that defines who you are – suggested positioning statement –
“Proclaimed as one of the world’s best. Orlando International is a forward-thinking,
sustainable airport for the future and a dynamic global gateway seamlessly connecting
Central Florida to the world and the world to Central Florida”. The legs of the
PAGE 3 - DRAFT MINUTES OF THE SEPTEMBER 10, 2014, MEETING OF THE GREATER ORLANDO AVIATION AUTHORITY

triangle explains what you do and it drives 3 specific areas that were expressed
repeatedly in the perception survey: (1) Outstanding Customer Service; (2) Economic
Impact; and (3) Connectivity. Each topic has one broad message statement plus a
series of sub-messages that explains how you do what you do. She then reviewed each
message for the 3 specific areas. She added that the message triangle forms a
foundation for communication that can be built out in many areas that can be used as a
comprehensive outreach program (a proactive public relations and social media
campaign.) Ms. Costa then provided examples of messages that can be used and that the
key messengers could be the Chairman and Executive Director, supported by key members
of Staff and the board members. She then talked about a possible “Did you Know”
campaign that could be used to convey basic information about OIA and counter
misconceptions as found in the perception survey. Using additional visual examples
(copy on file), Ms. Costa then talked about taking creative messaging to another level
by using creative graphics; “the beauty of OIA…”; “brought to you by OIA…”; “Thanks to
OIA….”; and “Welcome to my hometown airport”. She then shared a personal anecdote
with the Board.

Chairman Kruppenbacher thanked Ms. Costa for today’s presentation. Addressing the
Board, he thanked Mr. Brown and staff for seeking external input on this matter and
handling it so expediously. When the research came back, it became apparent the
importance of customer service. The Chair thanked Mr. Sanchez for his work on the
customer service initiatives. Mr. Brown stated that he is pleased with the work
accomplished up to now and that there is more work to do.

CONSENT AGENDA
4. Upon motion by Mr. Asher, second by Mayor Dyer, 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
Executive Director:
A. accept the following minutes for filing -- May 23, 2014, meeting
between Chairman Kruppenbacher and Vice Chairman Dean Asher; May 9, 2014, Aviation
Noise Abatement Committee; July 30, August 5, and August 12, 2014, Construction
Committee; June 25, 2014, Construction Finance Oversight Committee; and July 16,
2014, Finance Committee;
B. find the property listed in this memorandum no longer necessary,
useful, or profitable in the operation of the Airport System; request Orlando City
Council concurrence and resolution of this finding; and authorize Staff to dispose
of this property in accordance with the Aviation Authority’s Policies and
Procedures;
C. (1) adopt a Resolution accepting Joint Participation Agreement FM
Nos. 435711-1-94-01 and 435711- 1-94-02 in the amount of $123,400,000; (2)
authorize the Executive Director to receive the JPA; and (3) authorize the
Executive Director and the Assistant Secretary to execute the necessary documents;
D. (1) adopt a Resolution accepting Supplemental No. 1 to Joint
Participation Agreement FM No. 431587 in the amount of $140,015; (2) approve the use
of OEA Revenue Funds in a not-to-exceed amount of $144,842; (3) request Orlando City
PAGE 4 - DRAFT MINUTES OF THE SEPTEMBER 10, 2014, MEETING OF THE GREATER ORLANDO AVIATION AUTHORITY

Council concurrence for the use of OEA Revenue Funds in this non-budgeted
expenditure; and (4) authorize the Executive Director and the Assistant Secretary to
execute the necessary documents;
E. accept the recommendation of the Construction Committee and (1) approve
an Addendum to the Continuing Vertical Construction Services Agreement with Gomez
Construction Company for the award of Project V699, Steel Repairs and Repainting of
Structural Steel at Landside A at the Orlando International Airport, for the bid
amount of $1,816,029 with funding from Capital Expenditure Funds and (2) authorize an
Aviation Authority Officer or the Executive Director to execute the necessary
documents following satisfactory review by legal counsel;
F. accept the recommendation of the Construction Committee and (1) approve
an Addendum to the General Consulting Services Agreement with Schenkel & Shultz,
Inc., for on-site design criteria and construction oversight consulting services for
FY 2015 for a total amount of $486,820, which includes a not-to-exceed fee amount of
$486,720 and a not-to-exceed reimbursable expenses amount of $100, with funding from
Operations and Maintenance Funds and (2) authorize an Aviation Authority Officer or
the Executive Director to execute the necessary documents following satisfactory
review by legal counsel;
G. accept the recommendation of the Construction Committee and (1) approve
an Addendum to the Continuing Program and Project Management Services Agreement with
Cost Management, Inc. dba CMI for airport safety compliance inspection and reporting
services, for a total not-to-exceed fee amount of $411,062, with funding from
Operations and Maintenance Fund and Project Funds; and (2) authorize an Aviation
Authority Officer or the Executive Director to execute the necessary documents
following satisfactory review by legal counsel;
H. accept the recommendation of the Construction Committee and (1) approve
an Addendum to the Continuing Horizontal Construction Services Agreement with Gibbs
& Register, Inc. for the award of Project H235, Repairs for Bypass Canal Bridges at
Taxiways K, E, and F and Service Road at the Orlando International Airport, for the
bid amount of $928,310 (base bid plus Add Alternate Nos. 2 and 3) with funding from
Capital Expenditure Funds; and (2) authorize an Aviation Authority Officer or the
Executive Director to execute the necessary documents following satisfactory review
by legal counsel;
I. accept the recommendation of the Construction Committee and (1) approve
an Addendum to the Computer Aided Drafting (CAD), Geographic Information System
(GIS), and Related Services Agreement with Montgomery Consulting Group, Inc. for CAD,
GIS, and related services for FY 2015 for a total not-to-exceed fee amount of
$350,664, with funding from Operations and Maintenance Funds; and (2) authorize an
Aviation Authority Officer or the Executive Director to execute the necessary
documents following satisfactory review by legal counsel;
J. accept the recommendation of the Construction Committee and (1) approve
an Addendum to the Construction Management at Risk Services Agreement with Hensel
Phelps Construction Co. for BP No. S101, South Airport APM Complex – Initial Sitework
(GMP No. 1A) at the Orlando International Airport, for a total negotiated GMP amount
of $14,449,905, which includes $11,755,738 for direct cost of the work, $825,000 for
allowances for direct cost of the work, $574,025 for the CM@R’s Contingency, $287,012
for the Owner’s Contingency, a fixed fee amount of $708,382 (5.27% of actual direct
PAGE 5 - DRAFT MINUTES OF THE SEPTEMBER 10, 2014, MEETING OF THE GREATER ORLANDO AVIATION AUTHORITY

cost), and $299,748 for general conditions, with funding from the Aviation
Authority’s Line of Credit to be reimbursed by future Passenger Facility Charges,
future Revenue Bonds, and Aviation Authority funds for the APM-related scope, and
with funding from the Aviation Authority’s Line of Credit to be reimbursed by future
Customer Facility Charges, future Revenue Bonds, and Aviation Authority funds for the
garage-related scope; and (2) authorize an Aviation Authority Officer or the
Executive Director to execute the necessary documents following satisfactory review
by legal counsel;
K. accept the recommendation of the Construction Committee and (1) approve
an Addendum to the Construction Management at Risk Services Agreement with Hensel
Phelps Construction Co. for BP No. S102, South Airport APM Complex – Site Logistics
Compound (GMP No. 10) at the Orlando International Airport, for a total negotiated
GMP amount of $20,214,831, which includes $12,414,393 for direct cost of the work,
$1,572,300 for the allowances for the direct cost of the work, $613,869 for the
CM@R’s Contingency, $306,935 for the Owner’s Contingency, a fixed fee amount of
$785,625 (5.27% of actual direct cost), $2,367,217 for general conditions, and
$2,154,492 for general conditions allowances, with funding from the Aviation
Authority’s Line of Credit to be reimbursed by future Passenger Facility Charges,
future Revenue Bonds, and Aviation Authority fund for the APM-related scope, and with
funding from the Aviation Authority’s Line of Credit to be reimbursed by future
Customer Facility Charges, future Revenue Bonds, and Aviation Authority funds for the
garage-related scope; and (2) authorize an Aviation Authority Officer or the
Executive Director to execute the necessary documents following satisfactory review
by legal counsel;
L. accept the recommendation of the Construction Committee and (1) approve
Amendment No. 3 to Addendum No. 1 to the Construction Management at Risk Services
Agreement with Hensel Phelps Construction Co. for additional pre-construction
services and buyout of key leadership for the South Airport APM Complex Program, for
a total negotiated amount of $1,085,010, which includes a not-to-exceed amount of
$961,077 for direct cost of buyout of key leadership, a fixed fee amount of $50,649
(5.27% of actual direct cost), and a not-to-exceed amount of $73,284 for general
conditions, with funding from the Aviation Authority’s Line of Credit to be
reimbursed by future Passenger Facility Charges, future Revenue Bonds, and Aviation
Authority funds for the APM-related scope, and with funding from the Aviation
Authority’s Line of Credit to be reimbursed by future Customer Facility Charges,
future Revenue Bonds, and Aviation Authority funds, for the garage-related scope; and
(2) authorize an Aviation Authority Officer or the Executive Director to execute the
necessary documents following satisfactory review by legal counsel;
M. accept the recommendation of the Construction Committee and (1) approve
Amendment No. 1. to Addendum No. 1 to the Construction Management at Risk Services
Agreement with Turner- Kiewit Joint Venture to provide additional pre-construction
services for the South Airport Intermodal Terminal Facility, for a total negotiated
amount of $505,155, which includes a not-to-exceed amount of $384,496 for direct
cost, a fixed fee amount of $21,147 (5.5% of actual direct cost), and a not-to-exceed
amount of $99,512 for general conditions, with funding from the FDOT grants; and (2)
authorize an Aviation Authority Officer or the Executive Director to execute the
necessary documents following satisfactory review by legal counsel;
PAGE 6 - DRAFT MINUTES OF THE SEPTEMBER 10, 2014, MEETING OF THE GREATER ORLANDO AVIATION AUTHORITY

N. Approve Amendment No. 6 to Fixed Base Operator Lease Agreement with


Showalter Flying Service, Inc.; request Orlando City Council approval for a lease
agreement with a term in excess of 10 years; and authorize an Aviation Authority
Officer or the Executive Director to execute the necessary agreements, following
satisfactory review by legal counsel;
O. (1) authorize the Executive Director to extend and amend the Joint
Development Agreement with McKinsey & Company, Inc. to provide facilitation of
interactive airport wide trainings through September 30, 2014, and continued support
for the development and testing of pilot projects through October 31, 2014 in a not-
to-exceed amount of $310,000 from previously-approved Discretionary Fund to be
reimbursed by available Operation and Maintenance Fund to the extent eligible and(2)
authorize an Aviation Authority Officer or the Executive Director to execute the
necessary documents, following satisfactory review by legal counsel;
P. (1) ratify the placement of Builder’s Risk for the ITF and for the South
APM Complex from SCOR UK Company Limited – 25%; Lloyd’s Syndicate 2623 & 623 (Beazley
Furlonge Ltd) – 20%; Starr Surplus Lines Insurance Company – 20%; Allianz Global
Corporate & Specialty – 25% and International Insurance Company of Hannover – 10%,for
coverages and limits as described herein; (2) ratify the placement of Builder’s Risk
stand-alone primary terrorism coverages for the ITF and for the South APM Complex from
Lloyd’s of London; (3) authorize funding from FDOT grants, line of credit to be
reimbursed by future PFCs and future CFCs, future revenue bonds, and Aviation
Authority funds; and (4) authorize an Aviation Authority Officer or the Executive
Director to execute the necessary documents;
Q. (1) accept the recommendation of the Concessions/Procurement Committee
to amend Contract 05-13, Security Area Monitor (SAM) services with AlliedBarton
Security Servics, LLC for International Mode operations; (2) authorize funding from
the Operation and Maintenance Fund in the not-to-exceed amount of $545,659.98; and
(4) authorize an Aviation Authority Officer or Executive Director to execute the
necessary documents following satisfactory review by legal counsel;
R. accept the recommendation of the Concessions/Procurement Committee to (1)
exercise the second and final renewal option of the Ground Transportation Concession
Agreement with Mears Destination Services through January 31, 2016, at an annual
minimum concession fee of $3,710,400 or 11.5% of gross receipts, whichever is greater;
and (2) authorize an Aviation Authority Officer or the Executive Director to execute
the necessary documents, following satisfactory review by legal counsel;
s. approve the revisions to Policy 201.01, Recruitment and Employment
Process;
T. approve the Resolution to adopt the budget for Fiscal Year 2015; and
authorize the Chairman and Assistant Secretary to execute the Resolution;
U. accept the recommendation of the Finance Committee to: (1) approve
the recommended ranking of short-listed investment advisory firms as follows – first,
PFM Asset Management LLC; second, Cutwater Investors Services Corp.; and third,
Davidson Fixed Income Management, Inc.; (2) authorize Staff to negotiate fee
schedules and terms with the top ranked firm or, failing successful negotiations, the
other firms in ranked order; and (3) delegate authority to and Aviation Authority
Officer or the Executive Director to approve fees negotiated; and (4) authorize an
PAGE 7 - DRAFT MINUTES OF THE SEPTEMBER 10, 2014, MEETING OF THE GREATER ORLANDO AVIATION AUTHORITY

Aviation Authority Officer or the Executive Director to execute the necessary


documents, subject to satisfactory review by legal counsel;
V. approve the First Amendment to the Kittinger F-4 Park Agreement; and
authorize an Aviation Authority Officer or the Executive Director to execute the
Agreement upon satisfactory review by legal counsel;
W. the First Amendment to the Rail Line Easement Agreement, the First
Amendment to the Premises Lease and Use Agreement and the Embankment Funding
Agreement; (2) seek City Council approval of each; and (3) authorize the Executive
Director or his designee to execute all documents related to the First Amendment to
the Rail Line Easement Agreement, First Amendment to the Premises Lease and Use
Agreement and Embankment and Funding Agreement subject to satisfactory review by
legal counsel;
X. authorize direct negotiations with Mail Safe Express, Inc. and authorize
an Aviation Authority Officer or the Executive Director to execute the necessary
documents following satisfactory review by Legal Counsel;
Y. authorize direct negotiations with ALD Development Corp. and; (2)
authorize an Aviation Authority Officer or the Executive Director to execute the
necessary documents following satisfactory review by Legal Counsel;
Z. accept the recommendation of the Finance Committee and (1) approve the
ranking of the proposers for actuary services as follows: First - Foster & Foster,
Inc.; Second – Bolton Partners, Inc.; and Third – CBIZ Benefits & Insurance Services,
Inc. and (2) authorize staff to negotiate and execute the necessary documents with
the ranked firms in order of selection for PS-405 for Pension and Other Post-
Employment Benefits Trust Actuarial Valuation Services for the Aviation Authority,
following satisfactory review by legal counsel;
AA. approve the plan renewals with United Healthcare for medical, vision,
dental, life, long term disability coverage, short term disability advice-to-pay
services and flexible spending account administration; (2) approve the continuation
of the medical and/or dental opt-out program; (3) authorize funding from previously-
approved Operations and Maintenance Fund; and (4) authorize an Aviation Authority
Officer or the Executive Director to execute the necessary documents following
review by legal counsel;
BB. amend the Concession Policy to allow a maximum term length for a display
and advertising agreement of 7 years; and ‘
CC. approve Amendment No. 2 to Employment Agreement with Phillip N. Brown and
authorize the Chairman to execute the Amendment following satisfactory review by legal
counsel

CHAIRMAN’S REMARKS
5. Mr. Asher reported on Metroplan and the Orlando Executive Airport.

Chairman Kruppenbacher left the room at 2:26 p.m.; returning at 2:28 p.m.

The Chair reminded the group that October is Breast Cancer Awareness Month. He asked
Mr. Brown and Ms. Fennell to be vigilant about the opening of the Dr. Phillips
Performing Arts Center and how the travel for that event is critical to our
facilities.
PAGE 8 - DRAFT MINUTES OF THE SEPTEMBER 10, 2014, MEETING OF THE GREATER ORLANDO AVIATION AUTHORITY

On other note, Chairman Kruppenbacher thanked Mayor Dyer for taking the lead on
addressing the Uber issue. He then thanked Mr. Brown and Mr. Marchena for their
involvement as well. This issue goes to the heart of the integrity of our operations.
Current vendors comply with the requirements and regulations of the City and the
Aviation Authority. While on the board, he will not tolerate anyone ignoring the
requirements and regulations. He has directed Mr. Brown and Mr. Marchena to give Uber
until October 10 to turn over to Mr. Marchena its finances so that we can recoup the
dollars that should have been paid. If it is not done by that date, Mr. Marchena is
directed to file litigation. Chairman Kruppenbacher continued to discuss issues that
he has with Uber and the manner in which they do business.

Mr. Brown welcomed the new Director of Customer Service, Brian Engle. He then
recognized Ms. Denise Schneider, Assistant Director of Purchasing for celebrating 7
years at the Aviation Authority and her recent award by the National Institute
Government of Procurement as Professional Manager of the Year. Mr. Brown then
mentioned that September is “Selfie Month” so they are encouraging people to take
selfies throughout the terminal and posting them on Facebook.

ADJOURNMENT
6. There being no further business to be considered, Chairman Kruppenbacher
adjourned the meeting – 2:37 p.m.

(Digitally signed on (date))

_______________________________ ____________________________________
Dayci S. Burnette-Snyder Phillip N. Brown, A.A.E.
Manager of Board Services Executive Director
GREATER ORLANDO AVIATION AUTHORITY
________________________________________________________________
Orlando International Airport
One Jeff Fuqua Boulevard
Orlando, Florida 32827-4399

MEMORANDUM

TO: Members of the Aviation Authority

FROM: Dayci S. Burnette-Snyder, Director of Board Services

DATE: October 15, 2014

ITEM DESCRIPTION

Recommendation to Accept Aviation Authority Committee Minutes

BACKGROUND

Attached are the following Aviation Authority Committee meeting minutes for your
consideration:

1. June 25, August 27, and September 24, 2014, Construction Finance
Oversight Committee
2. August 26 and September 2, 2014, Construction Committee
3. July 22 and August 14, 2014, Design Review Committee
4. July 17, July 22, July 29, August 4, and August 5, 2014, Professional
Services Committee

RECOMMENDED ACTION

It is respectfully requested that the Aviation Authority Board resolve to accept


these minutes for filing.

CONSENT AGENDA ITEM - A -


On TUESDAY, AUGUST 26, 2014, the CONSTRUCTION COMMITTEE of the Greater Orlando
Aviation Authority met in Conference Room C, 5850-B Cargo Road, Orlando International
Airport, Orlando, Florida. Chair Thornton called the meeting to order at 8:30 a.m.
The meeting was posted in accordance with Florida Statutes and a quorum was present.

Committee Members present:


Stan Thornton, Chair
Jacki Churchill, Vice Chair
Mike Patterson, Director of Construction
Art Devine, Director of Maintenance

Also present:
Davin Ruohomaki, Senior Director of Planning, Engineering and Construction
Robert Alfert, Legal Counsel
Debbie McKeown, Construction
John Carlson, Construction
Tammy Epling, Construction
Steve Pue, Construction
Dan Carrington, Environmental
Pam L'Heureux, Construction Finance
Vikki McKay, Construction Finance
Violet Fermin, Construction Finance
John Newsome, Information Technology
Kiel Barnekov, Information Technology
Shiv Persaud, Information Technology
Bob Pete, Maintenance
Frank Barczak, Maintenance
Frank Wichowski, Maintenance
Jeff Daniels, Maintenance
Patrick Eby, Maintenance
Tom Draper, Operations
Brad Friel, Planning and Engineering
Kathy Anderson, Planning and Engineering
Mark Birkebak, Planning and Engineering
Peggy Skidmore, Planning and Engineering
Somdat Jiawan, Small Business
Jim Kriss, AVCON
Tim Parker, CMTS-Hanson
Ed Waters, CMTS-Hanson
Ejaz Ahmad, CMTS-Hanson
Duy Dao, Dao Consultants
Jamie McGonagill, GCI
Jim Pancoast, GCI
Paul Gula, GCI
Craig Dodds, Gomez Construction
Charlie Barnard, Hensel Phelps
Samuel Graham, JMATT
Charles Sukanek, Page One Consultants
Barry Winstead, PMA
Nick Peterson, PMA
Ziad Ghalayini, PMA
Rick Johnson, PMA
Patrick Aliu, PSA Constructors
Michael Rodriguez, Schenkel & Shultz
Rita Watson, Schenkel & Shultz
Judge Roach, SGM
Bobby Shahnami, SGM
Laurel Kokaska, R.W. Block Consulting
Don Corthell, URS
Jihyun Davis, Recording Secretary
Minutes of the CONSTRUCTION COMMITTEE Meeting, August 26, 2014
Page 2 of 16

LOBBYIST DISCLOSURE
Parties present were reminded that 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 1st of each year for the preceding year. As of January
16, 2013, lobbying any Aviation Authority Staff who are members of any committee
responsible for ranking Proposals, Letters of Interest, Statements of Qualifications
or Bids and thereafter forwarding those recommendations to the Board and/or Board
Members is prohibited from the time that a Request for Proposals, Request for Letters
of Interests, Request for Qualifications or Request for Bids is released to the time
that the Board makes an award. As adopted by the Board on September 19, 2012,
lobbyists are now required to sign-in at the Aviation Authority offices prior to any
meetings with Staff or Board members. In the event a lobbyist meets with or
otherwise communicates with Staff or a Board member at a location other than the
Aviation Authority offices, the lobbyist shall file a Notice of Lobbying (Form 4)
detailing each instance of lobbying to the Aviation Authority within 7 calendar days
of such lobbying. As of January 16, 2013, lobbyists will also provide a notice to
the Aviation Authority when meeting with the Mayor of the City of Orlando or the
Mayor of Orange County at their offices. The policy, forms, and instructions are
available in the Aviation Authority's offices and the web site. Please contact the
Director of Board Services with questions at (407) 825-2032.

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

CONSIDERATION OF 8/5/14 MINUTES


1. Upon motion of Mr. Devine, second by Mr. Patterson, vote carried to approve the
Construction Committee Minutes from the meeting on August 5, 2014, as presented.

CONSIDERATION OF 8/12/14 MINUTES


2. Upon motion of Mr. Devine, second by Mr. Patterson, vote carried to approve the
Construction Committee Minutes from the meeting on August 12, 2014, as presented.

CHANGE ORDER AGENDA


3. Upon motion of Mr. Devine, second by Mr. Patterson, vote carried to approve
Change Order BP-432-26 (Agenda Item Al as shown below. Change Order H233-0l (Agenda
Item B) was deferred. Upon motion of Mr. Devine, second by Ms. Churchill, vote
carried to approve Change Order ROS0-01 (Agenda Item C) as shown below. Change Order
V673-04 (Agenda Item D) was deferred. Upon motion of Mr. Patterson, second by Mr.
Devine, vote carried to approve Change Order V727-01 {Agenda Item E) as shown below.

A. Change Order BP-432-26 Amount of $8, 963. 78 VARIOUS REVISIONS. This change
order to the contract with Walbridge Aldinger Company for Optimization of Pods
C and D is to: 1. Provide field labor, materials and equipment to modify the
2MU02 tip chute protective screen located on Column Line F.5/14 on Landside
Level 2, A-Side of the baggage makeup area. The Contractor will reconfigure
the tip chute screen assembly to provide clear maintenance access between the
east side of Column Line F.5/14 and the makeup unit. (Reference Contractor's
COR No. 84). ADD: $2,500.00; 2. Provide labor, materials and equipment to
relocate the existing fire protection hose valve cabinet from Column Line
16/F.5 to new located on Column Line G/18 located on Landside Level 2, A-Side,
baggage makeup area. The installation includes approximately 20 LF of 2-1/2-
inch Schedule 40 black water pipe, twenty (20) 2-1/2-inch pipe couplings, nine
(9) 2-1/2-inch 90-degree elbows, pipe supports and associated fittings. The
work will require draining, removal of approximate 10 LF of existing piping on
Column Line 16/F.5, and refilling and charging the system in order to tie-in
the new connection. (Reference Contractor's COR No. 85). ADD: $4,011.94; and,
Minutes of the CONSTRUCTION COMMITTEE Meeting, August 26, 2014
Page 3 of 16

3. Provide all labor, equipment and materials to mitigate Obstruction No. 130,
which involves relocating approximately 42 LF of existing 1-1/2-inch sprinkler
line running through the bag makeup wall at Column Line 16-17 /E on Landside
Level 2, A-Side, baggage make-up area. (Reference Contractor's COR No. 86).
ADD: $2, 451. 84. The parties agree that this change order and all preceding
change orders are within the scope of the original contract and do not
materially alter the original contract such that a cardinal or constructive
change to the original agreement has occurred. No time extension is requested
and funding is from TSA OTA Grant, Capital Expenditures Funds, Passenger
Facility Charges (PFCs), 2002 AMT Bonds, 2008 AMT PFC Bonds, 2010A Non-AMT
Bonds, FOOT grants to the extent eligible, and Commercial Paper Baggage
Interest.
B. Change Order H233-01 FINAI QUANTITY ADJUSTMENT. This item was deferred.
C. Change Order R080-01 Credit Amount of ($101, 259. 00) FINAL ADJUSTMENT OF NTE
CONTRACT. This change order to the contract with P&A Roofing and Sheet Metal,
Inc. for On-Call Emergency Roof Repairs and Waterproofing Maintenance (5/13/13
4/27/14) is the final change order and provides for final contract
adjustments to reflect the actual cost of time and material expended to
complete the work. The original contract amount was $200,000.00. The actual
material and labor expenditure totaled $98,741.00, which included $72,312.20
for work related to the terminal, $7,234.50 for work related to the Tradeport
area, and $19,104.30 for work related to other buildings. This change order
reduces the contract amount by ($101,259.00) for a final contract amount of
$98,741.00. DEDUCT: ($101,259.00). No time extension is requested and funding
is credited to Capital Expenditure Funds.
D. Change Order V673-04 ACOUSTICAI CEILING INSTALLATION. This item was deferred.
E. Change Order V727-01 Amount of $15,700.00 VARIOUS REVISIONS. This change order
to the contract with H. W. Davis Construction, Inc. for East Checkpoint APM
Painting and Caulking is to: 1. Provide all labor, material, and equipment to
clean, prepare, and paint the metal handrails of the north and south exterior
stairwells leading down from Level 3 of the Airside 4 Automated People Mover
(APM) station. Work includes pressure washing, power tool and hand tool
surface preparation, spot rust primer, full prime coat with Bar Rust 235, and
finish coat of Devthane 379. ADD: $10,042.00. 2. Provide all labor, material,
and equipment to pressure wash the exterior pre-cast wall panels of the Hyatt
motor court. Work includes full height power washing with mild cleanser. ADD:
$5,658.00. No time extension is requested and funding is from Operations and
Maintenance Funds.

SOUTH AIRPORT APM COMPLEX

REQUEST FOR APPROVAI OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT
SERVICES AGREEMENT WITH COST MANAGEMENT, INC. OBA CMI, FOR CONCEPTUAI LEVEL
ESTIMATING SERVICES FOR CRITICAI IMPROVEMENTS ON THE AIL ABOARD FLORIDA (AAF)
PROJECT, AT THE ORLANDO INTERNATIONAL AIRPORT.
4. Mr. Birkebak presented the memorandum, dated August 11, 2014, along with the
proposal, dated August 1, 2014, from Cost Management, Inc. dba CM! for Conceptual
Level Estimating Services for Critical Improvements on the All Aboard Florida (AAF)
Project, at the Orlando International Airport. The scope of services provides the
Aviation Authority with information necessary to manage the implementation of the
improvements relative to the $15 million lease credit cap and background information
for negotiations with AAF regarding shared costs. As part of the Rail Line Easement
Agreement between AAF and the Aviation Authority, AAF has agreed to construct
critical improvements that will benefit the Aviation Authority when the future light
rail system is constructed. As allowed in the agreement, AAF's costs for
constructing the critical improvements may be credited against future rail lease
payments up to a maximum of $15 million. Many of the critical improvements such as
the widening of the Cargo Road Bridge will entail construction of facilities that
will benefit both AAF and the Aviation Authority. In these instances, AAF and the
Aviation Authority will share the cost of the improvement.
Minutes of the CONSTRUCTION COMMITTEE Meeting, August 26, 2014
Page 4 of 16

The Director of Small Business Development has reviewed the subject contract's
proposed DBE specifications and determined that, due to the limited scope of the
required services, Cost Management, Inc. dba CMI does not propose to achieve any DBE
participation on this Addendum.

Upon motion of Mr. Devine, second by Mr. Patterson, vote carried to approve an
Addendum to the Continuing Program and Project Management Services Agreement with
Cost Management, Inc. dba CMI for Conceptual Level Estimating Services for Critical
Improvements on the All Aboard Florida (AAF), for a total lump sum fee amount of
$31,070.00, with funding from Capital Expenditure Funds and FOOT grants.

REQUEST FOR RECOMMENDATION FOR APPROVAL OF AN ADDENDUM TO THE CONSTRUCTION MANAGEMENT


AT RISK SERVICES AGREEMENT WITH HENSEL PHELPS CONSTRUCTION CO. FOR BP-SlOl, SOUTH
AIRPORT APM COMPLEX - INITIAL SITEWORK (GMP NO. lA), AT THE ORLANDO INTERNATIONAL
AIRPORT.
5. This item was deferred.

REQUEST FOR RECOMMENDATION FOR APPROVAL OF AN ADDENDUM TO THE CONSTRUCTION MANAGEMENT


AT RISK SERVICES AGREEMENT WITH HENSEL PHELPS CONSTRUCTION CO. FOR BP-S102 SOUTH
AIRPORT APM COMPLEX SITE LOGISTICS COMPOUND (GMP NO. 10), AT THE ORLANDO
INTERNATIONAL AIRPORT.
6. This i tern was deferred.

TICKET LOBBY MODIFICATIONS AND IMPROVEMENTS PROGRAM

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO. 13 TO THE CONTINUING


ENVIRONMENTAL ENGINEERING SERVICES AGREEMENT WITH TERRACON CONSULTANTS, INC. FOR
ADDITIONAL SELECTED ASBESTOS ABATEMENT AND REINSULATION SERVICES FOR BP-440, TICKET
LOBBY PROGRAM - COMMUNICATIONS ROOMS AND INFRASTRUCTURE, AT THE ORLANDO INTERNATIONAL
AIRPORT.
7. Mr. Carrington presented the memorandum, dated August 26, 2014, along with the
proposal, dated August 21, 2014, from Terracon Consultants, Inc. for Additional
Selected Asbestos Abatement and Reinsulation Services for BP-440, Ticket Lobby
Program Communications Rooms and Infrastructure, at the Orlando International
Airport. The scope of services provides as follows:

• Removal of Asbestos Containing Materials (ACM), such as floor tile, mastic and
duct mastic, from various Level 3 Rooms, A and B Sides.
• Removal of ACM carpeting present in areas listed above.
• Furnish and install new foil faced duct wrap, 2.33 inches in thickness, where
removed.
• All asbestos work will be performed in accordance with State of Florida, OSHA,
and EPA requirements for removal of asbestos containing Category I, non-friable
materials.
• Florida Department of Environmental Protection (FDEP) notification.
• All work to be performed in a single mobilization. The original estimate was
for 11 crew days for asbestos abatement; this proposal addendum increases the
amount by 14 crew days, for a total of 25 crew days for asbestos abatement.
The 5 days for reinsulating activities remains the same.

The Director of Small Business Development has reviewed the subject contract's
proposed MWBE/LDB specifications and determined that Terracon Consultants, Inc.
proposes to achieve 19.5% MWBE participation on this Amendment/Addendum.

Mr. Patterson questioned if these services are anticipated for completion prior to
staff move in, and Mr. Carrington answered yes. Mr. Devine further questioned if
these services have been coordinated with staff and tenant moves, and Mr. Carrington
answered yes.
Minutes of the CONSTRUCTION COMMITTEE Meeting, August 26, 2014
Page 5 of 16

Upon motion of Mr. Patterson, second by Mr. Devine, vote carried to approve an
Amendment to Addendum No. 13 to the Continuing Environmental Engineering Services
Agreement with Terr aeon Consultants, Inc. for Additional Selected Asbestos Abatement
and Reinsulation Services for BP-440, for a total amount of $58,208.00, which
includes a not-to-exceed fee amount of $4, 258. 00 and a not-to-exceed reimbursable
expenses amount of $53, 950. 00, with funding from the Aviation Authority's Line of
Credit to be reimbursed by future Bonds (PR-15).

GENERAL

REQUEST FOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING
ELECTRICAL CONSTRUCTION SERVICES AGREEMENT WITH THE NEW FLORIDA INDUSTRIAL ELECTRIC,
INC. DBA FLORIDA INDUSTRIAL ELECTRIC FOR El 79, GROUNDING SYSTEM INSTALLATION AT
VEHICLE GATE E-50, AT THE ORLANDO INTERNATIONAL AIRPORT.
8. Mr. Graham presented the memorandum, dated August 18, 2014, along with the
proposal, dated August 5, 2014, from the New Florida Industrial Electric, Inc. dba
Florida Industrial Electric for El79, Grounding System Installation at Vehicle Gate
E-50, at the Orlando International Airport. The scope of services provides
installation of additional grounding to bond the new vehicle Gate E-50 to the
existing guard house at the Orlando International Airport. The work includes cutting
a 1-1/4-inch deep trench approximately 60 inches in length into the existing concrete
slab to run the bonding cable to the center post at Gate E-50 and back-fill with Dow
Corning 890; hand excavation of a trench from the existing gate to the existing guard
house to install additional bonding cable to make a complete system; installation of
a Delta Ground System near the new vehicle Gate E-50, and installation of ground rods
a minimum of 30 feet for each leg of the Delta Ground System. Additional ground rods
shall be installed as needed to meet the required 5 OHMs.

The Director of Small Business Development has reviewed the subject contract's
proposed MWBE/LDB specifications and determined that, due to the limited and
specialized nature of the required services, The New Florida Industrial Electric,
Inc. dba Florida Industrial Electric does not propose to achieve any MWBE/LDB
participation on this Addendum.

Mr. Daniel stated that the vehicle gate was purchased from a Canadian company, who
was originally tasked with installing the additional ground rods and repairing the
gate after a lightning strike disabled the gate. However, it became cost-prohibitive
and difficult to coordinate the repair with the Canadian supplier because of the long
distance. Utilizing one of the Aviation Authority's continuing electrical
contractors will ensure the repairs are completed in a timely manner, using FY 2014
Operations and Maintenance Funds.

Agenda Item Nos. 8 and 9 were considered in one motion.

Upon motion of Mr. Devine, second by Ms. Churchill, vote carried to approve a Job
Order Construction Services Addendum to the Continuing Electrical Construction
Services Agreement with the New Florida Industrial Electric, Inc. dba Florida
Industrial Electric for El 79, for a direct-negotiated lump sum amount of $9, 524. 78
and waive the requirement for Performance and Payment Bonds, with funding from
Operations and Maintenance Funds.

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT
SERVICES AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL, INC. DBA GCI, INC. FOR
CONSTRUCTION PHASE OAR SERVICES FOR El 79, GROUNDING SYSTEM INSTALLATION AT VEHICLE
GATE E-50, AT THE ORLANDO INTERNATIONAL AIRPORT.
9. Mr. Graham presented the memorandum, dated August 18, 2014, along with the
proposal, dated August 18, 2014, from Geotech Consultants International, Inc. dba
GCI, Inc. for Construction Phase OAR Services for El79, Grounding System Installation
at Vehicle Gate E-50, at the Orlando International Airport.
Minutes of the CONSTRUCTION COMMITTEE Meeting, August 26, 2014
Page 6 of 16

The Director of Small Business Development has reviewed the subject contract's
proposed MWBE/LDB specifications and determined that Geotech Consultants
International, Inc. dba GCI, Inc. proposes to achieve 52. 96% MWBE participation on
this Addendum.

Agenda Item Nos. 8 and 9 were considered in one motion.

Upon motion of Mr. Devine, second by Ms. Churchill, vote carried to approve an
Addendum to the Continuing Program and Project Management Services Agreement with
Geotech Consul tan ts International, Inc. dba GCI, Inc. for Construction Phase OAR
Services for El 79, for a not-to-exceed fee amount of $1, 133. 00, with funding from
Operations and Maintenance Funds.

REQUEST FOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING
ELECTRICAL CONSTRUCTION SERVICES AGREEMENT WITH THE NEW FLORIDA INDUSTRIAL ELECTRIC,
INC. DBA FLORIDA INDUSTRIAL ELECTRIC FOR El80, MANUAL TRANSFER SWITCH INSTALLATION AT
SIX BANK ELEVATORS, AT THE ORLANDO INTERNATIONAL AIRPORT.
10. [A handout was provided, which included a revised Section 01010, Summary of
Work]. Mr. Winstead presented the memorandum, dated August 18, 2014, along with the
proposal, dated August 18, 2014, from the New Florida Industrial Electric, Inc. dba
Florida Industrial Electric for E180, Manual Transfer Switch Installation at Six Bank
Elevators, at the Orlando International Airport. The scope of services provides
installation of new Manual Transfer Switches (MTS) at the fan coil units and
condensing units that service the six bank elevators at A-Side and B-Side Terminals
located on the 13th floor penthouses, at the Orlando International Airport. The new
MTS will provide an emergency power source for Fan Coil Unit (FCU)-13Al and FCU-13Bl
in case of loss of the normal power source. The work includes: (1) installation of
one (1) new 100-amp MTS for FCU-13Al on A-Side Terminal, intercept existing feeder
from Panel Board HlOPPNl and extend to new MTS, install one (1) new 70-amp pole
circuit breaker in Panel Board EQH13NC with new feeder to MTS and provide new feeder
from MTS to existing disconnect switch; and (2) installation of one (1) new 100-amp
MTS for FCU-1381 on B-Side Terminal, intercept existing feeder from Panel Board
HlOPPSl and extend to new MTS, install one (1) new 70-amp 3-pole circuit breaker in
Panel Board EQH13SC with new feeder to MTS and provide new feeder from MTS to
existing disconnect switch. Install six ( 6) new 4 0-amp fuses in the existing
disconnect switches for CU-1381 and CU-13B2.

The Director of Small Business Development has reviewed the subject contract's
proposed MWBE/LDB specifications and determined that, due to the limited and
specialized nature of the required services, The New Florida Industrial Electric,
Inc. dba Florida Industrial Electric does not propose to achieve any MWBE/LDB
participation on this Addendum.

Mr. Winstead stated that the power source for the six-bank elevators is currently
tied to the FCUs and condensing units at A-Side and B-Side Terminals, and the
elevators will not operate if the power source to the FCUs and condensing units is
interrupted. A new MTS will provide an emergency power source for the FCUs and
condensing units for the six-bank elevators in case of loss of the normal power
source. Mr. Barczak further noted that it is critical to have an emergency power
source for the FCUs and condensing units for the six-bank elevators for passenger
convenience. Mr. Barczak indicated that a PIR has been submitted for an assessment
of the other elevator banks.

Mr. Devine questioned if it is anticipated that the work will be completed by


September 30, 2014, and Mr. Graham answered yes.

Agenda Item Nos. 10 and 11 were considered in one motion.

Upon motion of Ms. Churchill, second by Mr. Devine, vote carried to approve a Job
Order Construction Services Addendum to the Continuing Electrical Construction
Services Agreement with The New Florida Industrial Electric, Inc. dba Florida
Minutes of the CONSTRUCTION COMMITTEE Meeting, August 26, 2014
Page 7 of 16

Industrial Electric for E180, for a direct-negotiated lump sum amount of $17,050.48,
and waive the requirement for Performance and Payment Bonds, with funding from
Operations and Maintenance Funds.

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT
SERVICES AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL, INC. DBA GCI, INC. FOR
CONSTRUCTION PHASE OAR SERVICES FOR El80, MANUAL TRANSFER SWITCH INSTALLATION AT SIX
BANK ELEVATORS, AT THE ORLANDO INTERNATIONAL AIRPORT.
11. Mr. Winstead presented the memorandum, dated August 18, 2014, along with the
proposal, dated August 18, 2014, from Geotech Consultants International, Inc. dba
GCI, Inc. for Construction Phase OAR Services for El80, Manual Transfer Switch
Installation at Six Bank Elevators, at the Orlando International Airport.

The Director of Small Business Development has reviewed the subject contract's
proposed MWBE/LDB specifications and determined that Geotech Consultants
International, Inc. dba GCI, Inc. proposes to achieve 33.71% MWBE participation on
this Addendum.

Agenda Item Nos. 10 and 11 were considered in one motion.

Upon motion of Ms. Churchill, second by Mr. Devine, vote carried to approve an
Addendum to the Continuing Program and Project Management Services Agreement with
Geotech Consul tan ts International, Inc. dba GCI, Inc. for Construction Phase OAR
Services for El80, for a not-to-exceed fee amount of $1, 780.00, with funding from
Operations and Maintenance Funds.

REQUEST FOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING
HORIZONTAL CONSTRUCTION SERVICES AGREEMENT WITH JCB CONSTRUCTION, INC. FOR H253,
COMMERCIAL LANE REMARKING, AT THE ORLANDO INTERNATIONAL AIRPORT.
12. [A handout was provided, which included a revised Section 01010, Summary of
Work]. Mr. Pue presented the memorandum, dated August 12, 2014, along with the
proposal, dated August 21, 2014, from JCB Construction, Inc. for H253, Commercial
Lane Remarking, at the Orlando International Airport. The scope of services provides
to remove and replace the commercial lane markings, the taxi lane markings,
pedestrian crossing markings, and the edge of pavement markings at the Orlando
International Airport.

The Director of Small Business Development has reviewed the subject contract's
proposed MWBE/LDB specifications and determined that JCB Construction, Inc. proposes
to achieve 4.4% MWBE participation on this Addendum.

Mr. Patterson questioned if it is anticipated that the work will be completed by


September 30, 2014, and Mr. Pue answered yes.

Agenda Item Nos. 12 and 13 were considered in one motion.

Upon motion of Mr. Devine, second by Mr. Patterson, vote carried to approve a Job
Order Construction Services Addendum to the Continuing Horizontal Construction
Services Agreement with JCB Construction, Inc. for H253, for a direct-negotiated
amount of $98,428.50, which includes a lump sum amount of $89,228.50 and an allowance
amount of $9, 200, 00, and waive the requirement for Performance and Payment Bonds,
with funding from Capital Expenditure Funds.

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT
SERVICES AGREEMENT WITH PARSONS BRINCKERHOFF, INC. FOR CONSTRUCTION PHASE OAR
SERVICES FOR H253, COMMERCIAL LANE REMARKING, AT THE ORLANDO INTERNATIONAL AIRPORT.
13. Mr. Pue presented the memorandum, dated August 12, 2014, along with the
proposal, dated August 12, 2014, from Parsons Brinckerhoff, Inc. for Construction
Phase OAR Services for H253, Commercial Lane Remarking, at the Orlando International
Airport.
Minutes of the CONSTRUCTION COMMITTEE Meeting, August 26, 2014
Page 8 of 16

The Director of Small Business Development has reviewed the subject contract's
proposed MWBE/LDB specifications and determined that Parsons Brinckerhoff, Inc.
proposes to achieve 8.08% MWBE participation on this Addendum.

Agenda Item Nos. 12 and 13 were considered in one motion.

Upon motion of Mr. Devine, second by Mr. Patterson, vote carried to approve an
Addendum to the Continuing Program and Project Management Services Agreement with
Parsons Brinckerhoff, Inc. for Construction Phase OAR Services for H253, for a not-
to-exceed fee amount of $8,918.00, with funding from Capital Expenditure Funds.

REQUEST FOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING
HORIZONTAL CONSTRUCTION SERVICES AGREEMENT WITH JCB CONSTRUCTION, INC. FOR H254,
BARRIER WALL CLEANING AND RECOATING AT VARIOUS LOCATIONS, AT THE ORLANDO
INTERNATIONAL AIRPORT.
14. [A handout was provided, which included a revised Section 01010, Summary of
Work). Mr. Pue presented the memorandum, dated August 12, 2014, along with the
proposal, dated August 12, 2014, from JCB Construction, Inc. for H254, Barrier Wall
Cleaning and Recoating at Various Locations, at the Orlando International Airport.
The scope of services provides to clean, prime and apply FOOT Class V finishes on
various designated barrier wall sections at the Orlando International Airport. The
scope of work also includes recoating approximately 4,000 LF and cleaning
approximately 1,100 LF of barrier wall.

The Director of Small Business Development has reviewed the subject contract's
proposed MWBE/LDB specifications and determined that JCB Construction, Inc. proposes
to achieve 72.8% MWBE participation on this Addendum.

Agenda Item Nos. 14 and 15 were considered in one motion.

Upon motion of Mr. Devine, second by Mr. Patterson, vote carried to approve a Job
Order Construction Services Addendum to the Continuing Horizontal Construction
Services Agreement with JCS Construction, Inc. for H254, for a direct-negotiated not-
to-exceed (unit price) amount of $58, 604. 00, and waive the requirement for
Performance and Payment Bonds, with funding from Operations and Maintenance.

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT
SERVICES AGREEMENT WITH PARSONS BRINCKERHOFF, INC. FOR CONSTRUCTION PHASE OAR
SERVICES FOR H254, BARRIER WALL CLEANING AND RECOATING AT VARIOUS LOCATIONS, AT THE
ORLANDO INTERNATIONAL AIRPORT.
15. Mr. Pue presented the memorandum, dated August 13, 2014, along with the
proposal, dated August 12, 2014, from Parsons Brinckerhoff, Inc. for Construction
Phase OAR Services for H254, Barrier Wall Cleaning and Recoating at Various
Locations, at the Orlando International Airport.

The Director of Small Business Development has reviewed the subject contract's
proposed MWBE/LDB specifications and determined that Parsons Brinckerhoff, Inc.
proposes to achieve 69.24% MWBE participation on this Addendum.

Ms. Churchill stated that funding for the OAR Services should be revised from Capital
Expenditure Funds to Operations and Maintenance Funds (the same as Item No. 14
above).

Agenda Item Nos. 14 and 15 were considered in one motion.

Upon motion of Mr. Devine, second by Mr. Patterson, vote carried to approve an
Addendum to the Continuing Program and Project Management Services Agreement with
Parsons Brinckerhoff, Inc. for Construction Phase OAR Services for H254, for a not-
to-exceed fee amount of $4,565.00, with funding from Operations and Maintenance
Funds.
Minutes of the CONSTRUCTION COMMITTEE Meeting, August 26, 2014
Page 9 of 16

REQUEST FOR RECOMMENDATION FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING VERTICAL


CONSTRUCTION SERVICES AGREEMENT WITH GOMEZ CONSTRUCTION COMPANY FOR THE AWARD OF
V699, STEEL REPAIRS AND REPAINTING OF STRUCTURAL STEEL LANDSIDE A, AT THE ORLANDO
INTERNATIONAL AIRPORT.
16. Mr. Patterson presented the memorandum, dated August 18, 2014, for V699, Steel
Repairs and Repainting of Structural Steel Landside A1 at the Orlando International
Airport. The scope of services provides to remove the existing enplane fabric
canopies, repair/replace damaged steel, remove paint to bare metal, prepare steel for
new paint, paint, and re-install canopies on the A and B Sides at the Orlando
International Airport. On August 11, 2014, three bids were received as follows:

Bidder Bid Amount


Gomez Construction Company $ 1,816,029.00
H. W. Davis Construction, Inc. $ 2,215,789.00*
R. L. Burns, Inc. $ 2,691,544.00
Clancy & Theys Construction Company No Bid
Verde Construction Managers, LLC No Bid
Latest Reconciled Estimate $ 1,859,600.00

*The bid from H. W. Davis Construction, Inc. contained minor arithmetical errors and
the corrected amount is shown above.

The responsive low bidder, Gomez Construction Company has confirmed its bid was
prepared in accordance with all bid documents and addenda, and that it will be able
to complete the project for the amount bid and within the Aviation Authority 1 s
schedule.

The Director of Small Business Development has reviewed the subject contract's
proposed MWBE/LDB specifications and determined that Gomez Construction Company
proposes to achieve 38.27% MWBE participation on this Addendum.

Mr. Patterson stated that the proposal for Construction Phase OAR Services for this
award will be presented to the Construction Corrunittee in the near future. Mr. Devine
conunented that the reconciled estimate was very good.

Upon motion of Ms. Churchill, second by Mr. Devine, vote carried to recommend to the
Aviation Authority Board approval of an Addendum to the Continuing Vertical
Construction Services Agreement with Gomez Construction Company for the Award of
V699, for the bid amount of $1, 816, 029. 00, with funding from Capital Expenditure
Funds.

REQUEST FOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING
VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH GOMEZ CONSTRUCTION COMPANY FOR V720,
"THE TRAVELER" DISPLAY CASE REPLACEMENT, AT THE ORLANDO INTERNATIONAL AIRPORT.
17. Mr. Patterson presented the memorandum, dated August 26, 2014, along with the
proposal, dated August 20, 2014, from Gomez Construction Company for V720, "The
Traveler'' Display Case Replacement, at the Orlando International Airport. The scope
of services provides to replace the display case for "The Traveler" art piece located
by the East Security checkpoint with a new mobile case with integrated LED lights
located at the Orlando International Airport. The old case will be demolished and
the ceiling, walls and floor will be repaired. Removal, cleaning and replacement of
the art piece will also be performed,

The Director of Small Business Development has reviewed the subject contract's
proposed MWBE/LDB specifications and determined that, due to the limited scope of the
required services, Gomez Construction Company proposes to achieve 12.66% MWBE
participation on this Addendum.

Ms. Churchill questioned about the reason for two funding sources for these services,
and Mr. Devine answered that these services provide two types of scope of work, which
Minutes of the CONSTRUCTION COMMITTEE Meeting, August 26, 2014
Page 10 of 16

includes the purchasing of a new mobile case that will be funded with Operations and
Maintenance Funds, and the relocation of the display that will be funded with Capital
Expenditure Funds. Ms. Churchill requested that the line items of the pay
applications and invoicing be similarly separated.

Upon motion of Mr. Devine, second by Mr. Patterson, vote carried to approve a Job
Order Construction Services Addendum to the Continuing Vertical Construction Services
Agreement with Gomez Construction Company for V720, for a direct-negotiated lump sum
amount of $27, 394. 73, and waive the requirement for Performance and Payment Bonds,
with funding from Capital Expenditure Funds and Operations and Maintenance Funds.

REQUEST FOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING
VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH GOMEZ CONSTRUCTION COMPANY FOR V738,
INSTALLATION OF SIDEWALK BETWEEN GOAA ANNEX AND PURCHASING, AT THE ORLANDO
INTERNATIONAL AIRPORT.
18. This i tern was deferred. Ms. Churchill indicated that there are Capital
Expenditure Funds in the FY 2015 Budget for this project and that the Notice to
Proceed could not be issued prior to October 1, 204. This project will be brought
back to the Construction Committee in late September 2014 for consideration.

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT
SERVICES AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL, INC. DBA GCI, INC. FOR
CONSTRUCTION PHASE OAR SERVICES FOR V738, INSTALLATION OF SIDEWALK BETWEEN GOAA ANNEX
AND PURCHASING, AT THE ORLANDO INTERNATIONAL AIRPORT.
19. This item was deferred.

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE GENERAL CONSULTING SERVICES AGREEMENT WITH
SCHENKEL & SHULTZ, INC. FOR FY 2015 CONSTRUCTION SERVICES STAFF SUPPORT FOR W290,
NORTH CAPITAL IMPROVEMENT PROGRAM - PROGRAM MANAGEMENT, AT THE ORLANDO INTERNATIONAL
AIRPORT.
20. [A handout was provided, which included a revised memorandum requesting
approval for an Addendum versus Amendment]. Mr. Birkebak presented the memorandum,
dated August 25, 2014, along with the proposal, dated August 14, 2014, from Schenkel
& Shultz, Inc. for FY 2015 Construction Services Staff Support for W290, North
Capital Improvement Program Program Management, at the Orlando International
Airport. These services provide part-time staff support to the Director of
Engineering from October 1, 2014, through March 31, 2015. This support is required
to assist in the design development cost analysis and schedule reviews and includes
the following:

• Project Start-Ups.
• Fee Negotiations with consultants.
• Schedule Reviews.
• Verification of design approach and execution, with design direction approved
by the Aviation Authority to continue to work with the Aviation Authority and
the Architect/Engineer of Record in refining any design issues identified
during the design.
• Design Reviews.
• Cost Estimate Reviews.
• Division "0" Specifications.
• Approvals to Bid.
• Coordination with the Airlines, Landside Operations, and Commercial Properties
for specific airline requirements.
• Coordination with Maintenance on project scope definition and planning.

The Director of Small Business Development has reviewed the subject contract's
proposed MWBE/LDB specifications and determined that, due to the limited scope of the
required services, Schenkel & Shultz, Inc. does not propose to achieve any MWBE/LDB
participation on this Addendum.
Minutes of the CONSTRUCTION COMMITTEE Meeting, August 26, 2014
Page 11 of 16

Ms. Churchill inquired about the schedule of work, and Mr. Birkebak answered that it
is anticipated for completion by March 2015.

Upon motion of Mr. Devine, second by Mr. Patterson, vote carried to approve an
Addendum to the General Consulting Services Agreement with Schenkel & Shultz, Inc.
for FY 2015 Construction Services Staff Support for W290, for a not-to-exceed fee
amount of $62,400.00, with funding from the Aviation Authority's Line of Credit to be
reimbursed by future Passenger Facility Charges and future Revenue Bonds.

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE GENERAL CONSULTING SERVICES AGREEMENT WITH
SCHENKEL & SHULTZ, INC. FOR FY 2015 CONSTRUCTION SERVICES STAFF SUPPORT FOR W305,
AIRSIDE 4 IMPROVEMENTS PROGRAM - PROGRAM MANAGEMENT SUPPORT SERVICES, AT THE ORLANDO
INTERNATIONAL AIRPORT.
21. {A handout was provided, which included a revised memorandum requesting
approval for an Addendum versus Amendment]. Mr. Birkebak presented the memorandum,
dated August 25, along with the proposal, dated August 14, 2014, from Schenkel &
Shultz, Inc. for FY 2015 Construction Services Staff Support for W305, Airside 4
Improvements Program Program Management Support Services, at the Orlando
International Airport. These services provide part-time staff support to the
Director of Engineering from October 1, 2014, through July 31, 2015. This support is
required to assist in the design development cost analysis and schedule reviews and
includes the following:

• Project Start-Ups.
• Fee Negotiations with consultants.
• Re-Schedule Reviews.
• Verification of design approach and execution, with design direction approved
by the Aviation Authority to continue to work with the Aviation Authority and
the Architect/Engineer of Record in refining any design issues identified
during the design.
• Design Reviews.
• Cost Estimate Reviews.
• Division ' 1 0'' Specifications.
• Approvals to Bid.
• Coordination with the Airlines, Landside Operations, and Commercial Properties
for specific airline requirements.
• Coordination with Maintenance on project scope definition and planning.

The Director of Small Business Development has reviewed the subject contract's
proposed MWBE/LDB specifications and determined that, due to the limited scope of the
required services, Schenkel & Shultz, Inc. does not propose to achieve any MWBE/LDB
participation on this Addendum.

Ms. Churchill inquired about the schedule of work, and Mr. Birkebak answered that it
is anticipated for completion by July, 2015.

Upon motion of Mr. Patterson, second by Ms. Churchill, vote carried to approve an
Addendum to the General Consul ting Services Agreement with Schenkel & Shultz, Inc.
for FY 2015 Construction Services Staff Support for W305, for a not-to-exceed fee
amount of $72,800.00, with funding from the Aviation Authority's Line of Credit to be
reimbursed by future Passenger Facility Charges and future Revenue Bonds.

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT
SERVICES AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL, INC. DBA GCI, INC. FOR FY
2015 STAFF EXTENSION SERVICES TO THE CONSTRUCTION DEPARTMENT, AT THE ORLANDO
INTERNATIONAL AIRPORT.
22. Mr. Patterson presented the memorandum, dated August 18, 2014, along with the
proposal, dated August 18, 2014, from Geotech Consultants International, Inc. dba
GCI, Inc. for FY 2015 Staff Extension Services to the Construction Department, at the
Orlando International Airport. The scope of services provides assistance to the
Minutes of the CONSTRUCTION COMMITTEE Meeting, August 26, 2014
Page 12 of 16

Aviation Authority staff in the areas of construction project management, project


control, contract administration, and construction coordination.

The Director of Small Business Development has reviewed the subject contract's
proposed MWBE/LDB specifications and determined that Geotech Consultants
International, Inc. dba GCI, Inc. proposes to achieve 21.01% MWBE participation on
this Addendum.

Upon motion of Mr. Devine, second by Ms. Churchill, vote carried to approve an
Addendum to the Continuing Program and Project Management Services Agreement with
Geotech Consultants International, Inc. dba GCI, Inc. for FY 2015 Staff Extension
Services to the Construction Department, for a not-to-exceed fee amount of
$246, 780.00, with funding from Operations and Maintenance Funds (subject to the
Aviation Authority Board's adoption of the FY 2015 Aviation Authority Budget).

REQUEST FOR RECOMMENDATION OF APPROVAL OF AN ADDENDUM TO THE GENERAL CONSULTING


SERVICES AGREEMENT WITH SCHENKEL & SHULTZ, INC. FOR FY 2015 ON-SITE DESIGN CRITERIA
AND CONSTRUCTION OVERSIGHT CONSULTING SERVICES - EXTENSION OF STAFF, AT THE ORLANDO
INTERNATIONAL AIRPORT.
23. Mr. Birkebak presented the memorandum, dated August 26, 2014, along with the
proposal, dated August 18, 2014, from Schenkel & Shultz, Inc. for FY 2015 On-Site
Design Criteria and Construction Oversight Consulting Services - Extension of Staff,
at the Orlando International Airport. These services provide an extension of stsaff
on-site {i.e., Rita Watson and Michael Rodriguez) from October 1, 2014, through
September 30, 2015, and include the following:

• Project Start-Ups.
• Fee Negotiations with consultants.
• Schedule Reviews.
• Verification of design approach and execution, with the design direction
approved by the Aviation Authority to continue to work with the Aviation
Authority and the Architect/Engineer of Record in refining any design issues
identified during the design.
• Design Reviews.
• Cost Estimate Reviews.
• Division "0'' Specifications.
• Approvals to Bid.
• Coordination with the Airlines, Landside Operations, and Commercial Properties
for specific airline requirements.
• Coordination with Maintenance on project scope definition and planning.

The Director of Small Business Development has reviewed the subject contract's
proposed MWBE/LDB specifications and determined that, due to the limited scope of the
required services, Schenkel Shultz, Inc. does not propose to achieve any MWBE/LDB
participation on this Addendum.

Upon motion of Mr. Devine, second by Mr. Patterson, vote carried to recommend to the
Aviation Authority Board approval of an Addendum to the General Consulting Services
Agreement with Schenkel & Shultz, Inc. for FY 2015 On-Site Design Criteria and
Construction Oversight Consulting Services, for a total amount of $486,820.00, which
includes a not-to-exceed fee amount of $486,720.00 and a not-to-exceed reimbursable
expenses amount of $100. 00, with funding from FY 2015 Operations and Maintenance
Funds (subject to the Aviation Authority Board's adoption of the FY 2015 Aviation
Authority Budget).

REQUEST FOR RECOMMENDATION OF APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND


PROJECT MANAGEMENT SERVICES AGREEMENT WITH COST MANAGEMENT, INC. DBA CMI, FOR FY 2015
AIRPORT SAFETY COMPLIANCE INSPECTION AND REPORTING SERVICES, AT THE ORLANDO
INTERNATIONAL AIRPORT.
Minutes of the CONSTRUCTION COMMITTEE Meeting, August 26, 2014
Page 13 of 16

24. Mr. Patterson presented the memorandum, dated August 20, 2014, along with the
proposal, dated August 13, 2014, from Cost Management, Inc. dba CMI for FY 2015
Airport Safety Compliance Inspection and Reporting Services, at the Orlando
International Airport. The scope of services provides a safety compliance inspection
and reporting services in support of construction and tenant activities at the
Orlando International and Orlando Executive Airports.

The Director of Small Business Development has reviewed the subject contract's
proposed MWBE/LDB specifications and determined that, due to the limited and
specialized nature of the required services, Cost Management, Inc. dba CMI does not
propose to achieve any MWBE/LDB participation on this Addendum.

Upon motion of Mr. Devine, second by Mr. Patterson, vote carried to recommend to the
Aviation Authority Board approval of an Addendum to the Continuing Program and
Project Management Services Agreement with Cost Management, Inc. dba CMI for FY 2015
Airport Safety Compliance Inspection and Reporting Services, for a not-to-exceed fee
amount of $411,062.00, with funding from Project Funds and FY 2015 Operations and
Maintenance Funds (subject to the Aviation Authority Board's adoption of the FY 2015
Aviation Authority Budget).

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT
SERVICES AGREEMENT WITH PAGE ONE CONSULTANTS, INC. FOR CLERICAL STAFF SUPPORT
SERVICES TO THE INFORMATION TECHNOLOGY DEPARTMENT, AT THE ORLANDO INTERNATIONAL
AIRPORT.
25. Mr. Newsome presented the memorandum, dated August 26, 2014, along with the
proposal, dated August 5, 2014, from Page One Consultants, Inc. for Clerical Staff
Support Services to the Information Technology Department, at the Orlando
International Airport. The scope of services provides administrative staff support
to the Information Technology (IT) Department, which includes scheduling coordination
and assistance to the Cost Control Specialist with inputting requisitions and
processing invoices for payment. Responsibilities also include maintaining job
descriptions and IT Department Policy and Procedure Manuals; coordination of travel
schedules and travel arrangements; attending various IT meetings as recording
secretary; maintaining supply inventory; and performing other duties as assigned.
These services will be provided from September 2, 2014, through September 30, 2014.

The Director of Small Business Development has reviewed the subject contract's
proposed MWBE/LDB specifications and determined that, due to the limited scope of the
required services, Page One Consultants, Inc. does not propose to achieve any
MWBE/LDB participation on this Addendum.

Ms. Churchill questioned why these services were being provided by Page One
Consultants, Inc. instead of hiring through the Aviation Authority's Human Resources,
and Mr. Newsome answered that Page One Consultant, Inc. was able to locate a very
qualified candidate with a higher level of IT talent as a Senior Data Administrator.
Ms. Churchill expressed concern about the high hourly rates for these services, and
recommended further discussion regarding the FY 2015 hourly rate.

Chair Thornton questioned if these services are also budgeted for FY 2015 staff
extension services, and Mr. Newsome answered yes.

Agenda Item Nos. 25 and 26 were considered in one motion.

Upon motion of Ms. Churchill, second by Mr. Devine, vote carried to approve an
Addendum to the Continuing Program and Project Management Services Agreement with
Page One Consultants, Inc. for Clerical Staff Support Services to the Information
Technology Department, for a not-to-exceed fee amount of $9,408.00, with funding from
FY 2014 Operations and Maintenance Funds.
Minutes of the CONSTRUCTION COMMITTEE Meeting, August 26, 2014
Page 14 of 16

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT
SERVICES AGREEMENT WITH PAGE ONE CONSULTANTS, INC. FOR FY 2015 CLERICAL STAFF SUPPORT
SERVICES TO THE INFORMATION TECHNOLOGY DEPARTMENT, AT THE ORLANDO INTERNATIONAL
AIRPORT.
26. Mr. Newsome presented the memorandum, dated August 26, 2014, along with the
proposal, dated August 5, 2014, from Page One Consultants, Inc. for FY 2015 Clerical
Staff Support Services to the Information Technology (IT) Department, at the Orlando
International Airport. The scope of services provides administrative staff support
to the Information Technology (IT) Department, which includes scheduling coordination
and assistance to the Cost Control Specialist with inputting requisitions and
processing invoices for payment. Responsibilities also include maintaining job
descriptions and IT Department Policy and Procedure Manuals; coordination of travel
schedules and travel arrangements; attending various IT meetings as recording
secretary; maintaining supply inventory; and performing other duties as assigned.
These services will be provided from October 1, 2014, through September 30, 2015.

The Director of Small Business Development has reviewed the subject contract's
proposed MWBE/LDB specifications and determined that, due to the limited scope of the
required services, Page One Consultants, Inc. does not propose to achieve any
MWBE/LDB participation on this Addendum.

Agenda Item Nos. 25 and 26 were considered in one motion.

Upon motion of Ms. Churchill, second by Mr. Devine, vote carried to approve an
Addendum to the Continuing Program and Project Management Services Agreement with
Page One Consultants, Inc. for FY 2015 Clerical Staff Support Services to the
Information Technology Department, for a not-to-exceed fee amount of $116, 536. 00,
with funding from FY 2015 Operations and Maintenance Funds (subject to the Aviation
Authority Board's adoption of the FY 2015 Aviation Authority Budget).

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT
SERVICES AGREEMENT WITH PAGE ONE CONSULTANTS, INC. FOR FY 2015 STAFF SUPPORT SERVICES
TO THE PLANNING, ENGINEERING, CONSTRUCTION, AND ENVIRONMENTAL DEPARTMENTS, AT THE
ORLANDO INTERNATIONAL AIRPORT.
27. Ms. Skidmore presented the memorandum, dated August 21, 2014, along with the
proposal, dated August 13, 2014, from Page One Consultants, Inc. for FY 2015 Staff
Support Services to the Planning, Engineering, Construction, and Environmental
Department, at the Orlando International Airport. The scope of services provides
administrative support staff to assist the Records Management Specialist and Director
of Engineering with: 1) preparing and indexing files for Planning, Engineering,
Construction, Environmental Departments and Owners Authorized Representatives; 2)
scanning closed projects for Planning, Engineering, Construction, and Environmental
Departments and Owners Authorized Representatives; 3) file maintenance for
Construction and Projects Administration Departments' project files; 4) archiving
historical records from past design/construction programs; 5) providing
administrative assistance to the Director of Engineering; and 6) any other duties as
assigned by the Records Management Specialist and Director of Engineering.

The Director of Small Business Development has reviewed the subject contract's
proposed MWBE/LDB specifications and determined that, due to the limited scope of the
required services, Page One Consultants, Inc. does not propose to achieve any
MWBE/LDB participation on this Addendum.

Upon motion of Mr. Patterson, second by Mr. Devine, vote carried to approve an
Addendum to the Continuing Program and Project Management Services Agreement with
Page One Consul tan ts, Inc. for FY 2015 Staff Support Services to the Planning,
Engineering, Construction, and Environmental Department, for a not-to-exceed fee
amount of $195, 614. 00, with funding from FY 2015 Operations and Maintenance Funds
(subject to the Aviation Authority Board's adoption of the FY 2015 Aviation Authority
Budget I .
Minutes of the CONSTRUCTION COMMITTEE Meeting, August 26, 2014
Page 15 of 16

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING CIVIL ENGINEERING AND


PROFESSIONAL ENGINEERING SERVICES AGREEMENT WITH PRIME ENGINEERING INCORPORATED FOR
EAST AIRFIELD FUEL FARM STUDY SERVICES, AT THE ORLANDO INTERNATIONAL AIRPORT.
28. Mr. Friel presented the memorandum, dated August 26, 2014, along with the
proposal, dated August 5, 2014, from Prime Engineering Incorporated for East Airfield
Fuel Farm Study Services, at the Orlando International Airport. These services are
for the development of a comprehensive plan for the East Airfield Fuel Farm. This
Study will identify; future fuel demand and capacity, delivery methods,
infrastructure, needs, connectivity to existing system, construction phasing and
statements of probable cost. The scope of services provides as follows:

• Capacity review and evaluation of the existing fuel farm located on the west
side of the Orlando International Airport.
• Strengths, Weaknesses, Opportunities, and Threats (SWOT) analysis.
• Demand/capacity analysis, quantification of performance requirements, and
definition of facility requirement.
• Conceptual master plan and selection of technology.
• Phasing plans for the development of the facility.
• Conceptual cost estimates by phase for recommended options.
• Milestone schedule and phasing plan for recommended options.
• Summary of recommendations.

The Director of Small Business Development has reviewed the subject contract's
proposed MWBE/LDB specifications and determined that, due to the limited and
specialized scope of the required services, Prime Engineering Incorporated does not
propose any MWBE/LDB participation on this Addendum.

Mr. Devine inquired about the work schedule, and Mr. Friel answered that it is
anticipated for completion within 90 days. Mr. Friel further stated that Prime
Engineering Incorporated is considered an expert in the industry with experience
including SWOT and environmental analyses, milestone schedules, and phasing plans.

Mr. Patterson questioned if Prime Engineering Incorporated has fuel farm planning
experience with other airports, and Mr. Friel answered yes, Prime Engineering
Incorporated has experience with Tampa International Airport and Hartsfield-Jackson
Atlanta International Airport.

Upon motion of Mr. Devine, second by Mr. Patterson, vote carried to approve an
Addendum to the Continuing Civil Engineering and Professional Engineering Services
Agreement with Prime Engineering Incorporated for East Airfield Fuel Farm Study
Services, for a total amount of $39, 992. 00, which includes a lump sum fee amount of
$38,792.00 and a not-to-exceed reimbursable expenses amount of $1,200.00, with
funding from previously-approved Discretionary Funds.

REQUEST FOR APPROVAL OF CONTRACTOR'S FINAL PAYMENT FOR R078, EAST CHECKPOINT SKYLIGHT
RENOVATIONS, AT THE ORLANDO INTERNATIONAL AIRPORT.
29. Mr. Patterson presented the memorandum, dated August 8, 2014, requesting the
Contractor's Final Payment to H. W. Davis Construction, Inc. for R078, East
Checkpoint Skylight Renovations, at the Orlando International Airport. The scope of
services provided the renovation of the skylights at the East Checkpoint at the
Orlando International Airport. The scope also included the replacement of skylight
flashing, coping, sealants, single-ply membrane roofing, shop-fabricated roof drain
strainers, and gutter trough liquid-applied waterproof coating with vulcanized rubber
covers over joints.

Mr. Devine stated that all parties involved in these services coordinated and worked
well together during construction.
Minutes o f the CONSTRUCTION COMMITTEE Meeting, August 2 6, 2014
Page 16 o f 16

Upon mot i on of Mr . Devine , second by Ms . Churchi ll , vote c arried to approve t he


cont ractor ' s fi nal payment to H. W. Davi s Const ru ction, Inc . for R0 78 , East
Ch ec kpoint Skylight Renovations , at the Orlando Internat iona l Airport.

ADJOURNMENT
30 . There being n o fur t her business fo r di scussion , t he meeting adjourned at 9 : 08
a . m.

~on, Chair
Construc t ion Committee
Ch ief Operatin g Officer
_ On TUESDAY, SEPTEMBER 2, 2014, the CONSTRUCTION COMMITTEE of the Greater Orlando
(}Aviation Authority met in Conference Room C, 5850-B Cargo Road, Orlando International
Airport, Orlando, Florida. Chair Thornton called the meeting to order at 8:30 a.m. .
_____The meet ing~pos t_e_d__ in_a_c_c_0r_danc_e_wi_th_E'lor ida_S.tat u te s_and_a_quorum--was-pr.es ent-.--------:

Committee Members present:


Stan Thornton, Chair
Jacki Churchill, Vice Chair
Mike Patterson, Director of Construction
Art Devine, Director of Maintenance
Denise Schneider, Assistant Director of Purchasing and Material Control

Also present:
Davin Ruohomaki, Senior Director of Planning, Engineering and Construction
Robert Alfert, Legal Counsel
Karen Ryan, Legal Counsel
Debbie McKeown, Construction
Greg Watson, Construction
John Carlson, Construction
Tammy Epling, Construction
Steve Pue, Construction
Pam L'Heureux, Construction Finance
Vikki McKay, Construction Finance
Violet Fermin, Construction Finance
Carolyn Binder, Finance
John Newsome, Information Technology
Kiel Barnekov, Information Technology
Frank Barczak, Maintenance
(
\
) Jeff Daniels, Maintenance
Tom Draper, Operations
Kurt Klima, Operations
Kathy Anderson, Planning and Engineering
Mark Birkebak, Planning and Engineering
Mikko Huttunen, Planning and Engineering
Somdat Jiawan, Small Business
Rob Hambrecht, AVCON
Jim Kriss, AVCON
Ejaz Ahmad, CMTS-Hanson
Duy Dao, Dao Consultants
Jim Pancoast, GCI
John Ruzich, GCI
Paul Gula, GCI
Tim Wieck, GCI
Charlie Barnard, Hensel Phelps
Drew Krizman, Hensel Phelps
Ray Veyet, Hensel Phelps
Monty Gettys, Montgomery Consulting Group
Prateek Sharma, Montgomery Consulting Group
Barry Winstead, PMA
David Epling, PMA
Doug Campbell, PMA
Nick Peterson, PMA
Noel Alvarez, PMA
Rick Johnson, PMA
Laurel Kokaska, R.W. Block Consulting
) Roy Block, R.W. Block Consulting
Carlos Roche, Schenkel & Shultz
Michael Rodriguez, Schenkel & Shultz
Rita Watson, Schenkel & Shultz
David Crane, Turner-Kiewit JV
Don Corthell, URS
Minutes of the CONSTRUCTION COMMITTEE Meeting, September 2, 2014
Page 2 of 20

John Guirges, URS


c--J Ron Lay, URS
Scott Mizell, URS/BCSI
__________ J-ih¥un-Da-v-is-,-ReG0rci±ng-£e&re-&ary-

LOBBYIST DISCLOSURE
Parties present were reminded that 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 1st of each year for the preceding year. As of January
16, 2013, lobbying any Aviation Authority Staff who are members of any committee
responsible for ranking Proposals, Letters of Interest, Statements of Qualifications
or Bids and thereafter forwarding those recommendations to the Board and/or Board
Members is prohibited from the time that a Request for Proposals, Request for Letters
of Interests, Request ·for Qualifications or Request for Bids is released to the time
that the Board makes an award. As adopted by the Board on September 19, 2012,
lobbyists are now required to sign-in at the Aviation Authority offices prior to any
meetings with Staff or Board members. In the event a lobbyist meets with or
otherwise communicates with Staff or a Board member at a location other than the
Aviation Authority offices, the lobbyist shall file a Notice of Lobbying (Form 4)
detailing each instance of lobbying to the Aviation Authority within 7 calendar days
of such lobbying. As of January 16, 2013, lobbyists will also provide a notice to
the Aviation Authority when meeting with the Mayor of the City of Orlando or the
Mayor of Orange County at their offices. The policy, forms, and instructions are
available in the Aviation Authority's offices and the web site. Please contact the
Director of Board Services with questions at (407) 825-2032.

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

CHANGE ORDER AGENDA


1. Upon motion of Mr. Devine, second by Mr. Patterson, vote _carried to approve
Change Order BP-432-27 (Agenda Item A) as shown below. Upon motion of Ms. Schneider,
second by Mr. Devine, vote carried to approve Change Order E140-01 (Agenda Item B) as
shown below. Upon motion of Mr. Devine, second by Ms. Churchill, vote carried to
approve Change Order H252-01 (Agenda Item C) as shown below. Upon motion of Mr.
Devine, second by Mr. Patterson, vote carried to approve Change Order V673-04 (Agenda
Item D) as shown below. Upon motion of Ms. Schneider, second by Mr. Devine, vote
carried to approve Change Order V685-02 (Agenda Item E) as shown below. Upon motion
of Mr. Devine, second by Ms. Churchill, vote carried to approve Change Order V708-01
(Agenda Item F) as shown below. Upon motion of Mr. Devine, second by Mr. Patterson,
vote carried to approve Change Order V716-01 (Agenda Item G) as shown below.

A. Change Order BP-432-27 Amount of $13,022.31 VARIOUS REVISIONS. {A handout was


provided, which included a revised total dollar amount, a revised description
of change to contract, and a revised reason for change]. This change order to
the contract with Walbridge Aldinger Company for Optimization of Pods C and D
is to: 1. Provide all labor, equipment, and materials to mitigate Obstruction
Nos. 124, 131, 132, 133, 217, 223, and 224, by removing and relocating several
existing electrical, communications, CCTV equipment, and conduits for right-of-
way of new baggage equipment installation in the Baggage Make-Up Area, Landside
) Level 2, A-Side. The work includes removal of existing 1-1/4-inch conduit and
existing 2-inch and 3-inch empty conduits in the way of the fire-rated assembly
at 2CS3 (Column Line 16.5/E), rerouting existing 3/4-inch communication conduit
in the way of the new fire-rated assembly at 2CS2 (Column Line 13/E), re-
support of existing conduits currently supported to existing MLW header steel
to be demolished, and removal and re-installation of existing CCTV Camera No.
Minutes of the CONSTRUCTION COMMITTEE Meeting, September 2, 2014
Page 3 of 20

34 (Column Line 12/H) for the installation of the new conveyors. (Reference
Contractor's COR No. 91). ADD: $3,426.90. 2. Provide all labor, equipment,
and materials to install two (2) Mini-Trol Water Hammer Arrestors to the
_________r_elocated_2=inch-cold-water-suppl-Y-p~p~ng--10Ga-tec::l-0n-Lanc::ls~de--Le-ve-l-2--a"t-G0lumn-----------­
Lines 22-23 and F-G. (Reference Contractor's COR No. 92). ADD: $1,726.84. 3.
Provide all labor and materials to relocate the control panel for the High
Speed Diverter (HSD) that feeds the new 2SS6 line from the 2ML2 line. The
control panel is to be relocated to a field verified location approximately 5
feet below the HSD on top of the existing steel grating at Column Lines H.5 and
12.5. Fabricate and install a new floor-mounted steel rack and install ali new
cable extensions to the new location. (Reference Contractor's COR No. 93) .
ADD: $5,489.47. 4. Provide the fire alarm system contractor (Commercial
Systems Group) support to disable and re-enable existing Smoke Cameras
33020189, 33020190, and 33020191 impacted during electrical UONs (on Panel
EQH2DPNE) performed on June 11th, 12th, 16th, and 17th, 2014. (Reference
Contractor's COR No. 94) . ADD: $1, 02 9. 60. 5. Provide _labor and equipment
required to demolish and remove approximately 1,100 LF of existing fire
sprinkler piping and nine (9) sprinkler heads located below the existing
Baggage Handling System (BHS) Conveyors MLE1 , MLE2, TC5-6, TC5-7 and TC5-8 on
Landside Level 2, A-Side, between Column Lines 21, 24 and E, F. (Reference
Contractor's COR No. 95). ADD: $1,349.50. The parties agree that this change
order ,and all preceding change orders are within the scope of the original
contract and do not materially alter the original contract such that a cardinal
or constructive change to the original agreement has occurred. No time
extension is requested and funding is from TSA OTA Grant, Capital Expenditures
Funds, Passenger Facility Charges (PFCs), 2002 AMT Bonds, 2008 AMT PFC Bonds,
2010A Non-AMT Bonds, FOOT grants to the extent eligible, and Commercial Paper
Baggage Interest.
Change Order E140-01 Amount of $4,574.80 FINAL CHANGE ORDER. This change order
to the contract with The New Florida Industrial Electric, Inc. dba Florida
Industrial Electric for Main Phone Room Electric Panel Replacement is the final
change order and is to: 1. Provide all labor, material, and equipment to
provide temporary power to the temporary electrical panel in Room
NTLSZCC015140. Power was provided from Panel Boards H1DP2A and EQH1DP2 located
in the West Main Electrical Room. This power was originally designed to be
supplied by tapping the existing transformer already within Room 1-5140. The
scope of work consists of 180 LF of SER 2/0 2/0 2/0 Power Cable, associated
fittings and lugs, two ( 2) core drills through the 8-inch CMU walls, and
installation of GOAA-provided temporary transformer and Automatic Transfer
Switch (ATS) in the West Main Electrical Room. ADD: $4,574.80. 2. Increase
the Contract Time for Substantial Completion by 55 calendar days, from 90
calendar days to 145 calendar days, resulting from the additional the work in
Item No. 1 above. NO COST. The parties agree that this change order is within
the scope of the original contract and does not materially alter the original
contract such that a cardinal or constructive change to the original agreement
has occurred. A time extension of 55 calendar days is requested for
substantial completion, and funding is from Capital Expenditure Funds, and
Operations and Maintenance Funds.
c. Change Order H252-01 Amount of $2 ,525. 00 FINAL QUANTITY ADJUSTMENTS. This
change order to the contract with Gibbs & Register, Inc. for Runway 17L/35R
Centerline Joint Repairs is the final change order and is to: 1. Increase Pay
Item 2 (Cleaning and Sealing of Concrete Joints) by 645 LF, from 6,000 LF to
6,645 LF, at the contract unit price of $5.00/LF. ADD: $3,225.00. 2. Decrease
Pay Item 3 (Spall Repair) by 4 SF, from 10 SF to 6 SF, at the contract unit
price of $175.00/SF. DEDUCT: ($700.00). No time extension is requested and
) funding is from Operations and Maintenance Funds.
D. Change Order V673-04 Amount of $10,965.74 FINAL CHANGE ORDER. This change
order to the contract with Clancy & Theys Construction Company for Airside 4
Transfer Level TSA Checkpoint Relocation (Design/Build) is the final change
order and is to: 1. Provide materials and labor to bring the acoustical
ceiling in the Level 1 Federal Inspection Station (FIS) up to the minimal
Minutes of the CONSTRUCTION COMMITTEE Meeting, September 2, 2014
Page 4 of 20

acceptable architectural standards. Work includes: removing and replacing


approximately 1,800 SF of acoustical 2 x 2 ceiling tiles; re-tying and leveling
the existing ceiling grid per typical standards; re-tying and leveling the
existing lite-gauge framed drywall soffit; and, removing and re-installing
---~extst-ing ceiring mounfea-flxtures as foTlows: two (2) exit lights, nineteen
(19) speakers, one (1) camera, one (1) fire strobe, two (2) fire alarm smoke
detectors, and associated fire stopping. ADD: $10,965.74. 2. Increase the
Contract Time for Final Completion by 80 calendar days, from 60 calendar days
to 140 calendar days, resulting from the additional the work in Item No. 1
above. NO COST. A time extension of 80 calendar days is requested for final
completion only, and funding is from previously-approved Discretionary Funds,
and 1992 Bonds. Ms. Churchill questioned if this project was complete, and Mr.
Patterson answered yes.
E. Change Order V685-02 Amount of $6,191.56 NEW ACRYLIC PANEL FABRICATION. This
change order to the contract with H. W. Davis Construction, Inc. for Landside
and Airside Public Phone Location Upgrade is the final change order and is to:
1. Provide all labor, 'material and supervision to fabricate new acrylic panels
for ten (10) phone enclosures at various locations in the Landside Terminal.
Scope includes two (2) panels per location. ADD: $2,545.35. 2. Provide
additional compensation required to demolish and remove five (5) telephone
kiosks on Airside 2. ADD: $3,549.83. 3. Reimburse Contractor for bond costs
for this change order only. Previous CO-V685-01 has already had the bond costs
applied. ADD: $96.38. No time extension is requested and funding is from
Capital Expenditure Funds.
F. Change Order V708-0l Amount of $8,720.45 VARIOUS REVISIONS. This change order
to the contract with R. L. Burns, Inc. for Impact Protection for BHS Equipment,
Main Terminal, Level 2, B-Side is to provide all labor, material and
supervision to: 1. Fabricate and install one (1) protective guardrail

() (approximate total of 15 LF) at existing Bag Claim Conveyor Line lBL, Level 2,
B-Side, at Column Line 20/P. 5. The guardrail will be fabricated and fastened
to the existing concrete working platform, as shown in Submittal Drawing Sheet
55000-001-A, Item 2a, dated 5/21/14. 2. Fabricate and install one (1)
protective guardrail at new Baggage Makeup Sortation Pier 6SP16, Level 2, B-
Side, at Column Line 32/P.5. The guardrail will be fabricated and fastened to
the existing concrete platform, as shown in Submittal Drawing Sheet 55000-001-
A, Item 2c, dated 5/21/14. 3. Install six (6) owner-furnished concrete jersey
barriers with anchor plates at existing Access Control Panel H2SE2, existing
Baggage Handling System (BHS) Motor Control Panels 6MCC1 and 5MCC2, and
existing Conveyor Lines 5LE and SOS, Level 2, B-Side, Bag Room, between Column
Lines 12 through 25. This work includes ground penetrating radar and
Contractor-provided epoxy fastened anchors. Coordinate exact location with the
Owner's . Authorized Representative (OAR) . ADD: $8, 720. 45. The parties agree
that this change order and all preceding change orders are within the scope of
the original contract and do not materially alter the original contract such
that a cardinal or constructive change to the original agreement has occurred.
No time extension is requested and funding is from 2010A Revenue Bonds (non-
AMT).
G. Change Order V716-0l Amount of $6, 096. 42 HYDRAULIC SLIDE GATE INSTALLATION.
This change order to the contract with Gomez Construction Company for OEA
Security Fence Rehabilitation and High Mast Light is to install a HySecurity,
SlideDriver 15, hydraulic slide gate operator and the associated grooved
aluminum drive rail at Gate E-14 in lieu of the HySecurity, SlideSmart, chain-
driven slide gate operator, included in the base bid. ADD: $6,096.42. The
parties agree that this change order is within the scope of the original
contract and does not materially alter the original contract such that a
cardinal or constructive change to the original agreement has occurred. No
)'
time extension is requested and funding is from FOOT grants and OEA Revenue
Funds. Mr. Patterson asked about the security fence work schedule, and Mr. Pue
answered that the work is almost complete. Ms. Schneider questioned if the
hydraulic slide gate operator was included in the initial quote from Gomez
Construction Company, and Mr. Pue answered no.
Minutes of the CONSTRUCTION COMMITTEE Meeting, September 2, 2014
Page 5 of 20

(J SOUTH AIRPORT APM AND COMPLEX

-------RE~UESq'-F0R-REG0MMENBAT-I0N-F0R--APPR0VAL-0F-AN-ADDENDUM-TO-THE-C:::ONSTRUCTTON-MANAGEMENT------;­

AT RISK SERVICES AGREEMENT WITH HENSEL PHELPS CONSTRUCTION CO. FOR BP-SlOl, SOUTH
AIRPORT APM COMPLEX - INITIAL SITEWORK (GMP NO. lA), AT THE ORLANDO INTERNATIONAL
AIRPORT.
2. Mr. Guirges presented the memorandum, dated September 2, 2014, along with the
proposal, dated August 28, 2014, from Hensel Phelps Construction Co. for BP-SlOl,
South Airport APM Complex Initial Sitework (GMP No. lA), at the Orlando
International Airport. The scope of BP-SlOl includes the construction of a temporary
drainage canal to divert water away from the site, box culverts and associated
drainage pipes to establish the permanent drainage basin, excavation of a portion of
the ponds and areas of unsuitable material, construction of the building pads for the
garage and buildings, and all temporary surface water management practices and
facilities required to meet site permitting requirements.

The CM@R Agreement provides for the following compensation to the CM@R Contractor:

• Direct Cost of the Work is defined as the actual cost for the subcontractor costs,
self-performed work, if any, direct labor, materials, and equipment required to
construct the work.

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

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


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

• Owner's Contingency shall be an amount, determined by the Owner, which will be


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

• Fixed fee covers the CM@R Contractor's overhead, profit, and all other costs not
allowed as direct costs or general conditions. The fixed fee will be paid as a
negotiated percentage of the actual direct cost of the work only. A fixed fee has
been negotiated with Hensel Phelps Construction Co. for a value of 5.27% of the
actual direct cost.

• General Conditions expenses are defined as the actual or negotiated costs, without
any fee, for services, equipment, and materials such as office space and supplies,
phones, computers, and other expenses required to support the services.

) The first GMP for the South Airport APM Complex has been negotiated with Hensel
Phelps Construction Co. for BP-SlOl, South Airport APM Complex - Initial Sitework
(GMP No. lA) for a total GMP amount of $14,449,905, detailed as follows:
Minutes of the CONSTRUCTION COMMITTEE Meeting, September 2, 2014
Page 6 of 20

\ Direct Cost of the Work $ 11,755,738.00


( JAllowance* in Direct Cost of the Work $ 825,000.00
CM@R's Contingency $ 574,025.00
----------own-eT'_s-eorrt-rffg-e-ncy ------------------_----- ___$_ _ _287-:;-orz-:-o-o--·----------------
Subtotal $ 13,441,775.00

Fixed Fee (5.27%) $ 708,382.00


General Conditions $ 299,748.00

Total GMP Amount $ 14,449,905.00

*Allowance provides for the excavation and replacement of buried muck.

The schedule included in the GMP proposal provides for the following milestone
completion dates based on a start date in mid-September 2014:

• March 5, 2015: Completion of APM East Building Pad


• March 5, 2015: Completion of Garage Building Pad
• June 4, 2015: Substantial Completion of BP No. SlOl

The Director of Small Business Development has reviewed the subject contract's
proposed MWBE/LDB specifications and determined that Hensel Phelps Construction Co.
is committed to exceed 20% MWBE and 4% LOB participation on this Addendum.

- Mr. Patterson asked if HKS, Inc. dba HKS Architects, Inc. (HKS) has validated the
( ) quantities and if Cost Management, Inc. dba CMI has completed a comparative estimate.
Mr. Guirges confirmed that HKS has validated the quantities and CMI has completed
their comparative estimate. The overall GMP proposal has been thoroughly reviewed by
the Owner's Authorized Representative (i.e., URS Corporation). The estimated
quantities of work were confirmed by the Prime Design Consultant (i.e., HKS, Inc. dba
HKS Architects, Inc. ) , and the unit pricing was confirmed by an independent cost
estimate (i.e., by Cost Management, Inc. d/b/a CMI).

Payment for work will be for the actual cost of the work and services performed up to
but not exceeding the total GMP amount in accordance with the CM@R Agreement.

Ms. Churchill stated that funding has been confirmed as well.

Upon motion of Ms. Schneider, second by Ms. Churchill, vote carried to recommend to
the Aviation Authority Board approval of an Addendum to the Construction Management
at Risk Services Agreement with Hensel Phelps Construction Co. for BP-SlOl (GMP No.
lA), for a total negotiated GMP amount of $14, 449, 905.00, which includes
$11,755,738.00 for direct cost of the work, $825,000.00 for allowances for direct
cost of the work, $574,025.00 for the CM@R's Contingency, $287,012.00 for the Owner's
Contingency, a fixed fee amount of $708,382.00 (5.27% of actual direct cost), and
$299,748.00 for general conditions, with funding from the Aviation Authority's Line
of Credit to be reimbursed by future Passenger Facility Charges, future Revenue
Bonds, and Aviation Authority funds for the APM-related scope, and with funding from
the Aviation Authority's Line of Credit to be reimbursed by future Customer Facility
Charges, future Revenue Bonds, and Aviation Authority funds for the garage-related
scope.

) REQUEST FOR RECOMMENDATION FOR APPROVAL OF AN ADDENDUM TO THE CONSTRUCTION MANAGEMENT


. AT RISK SERVICES AGREEMENT WITH HENSEL PHELPS CONSTRUCTION CO. FOR BP-S102, SOUTH
AIRPORT APM COMPLEX SITE LOGISTICS COMPOUND (GMP NO. 10) , AT THE ORLANDO
INTERNATIONAL AIRPORT.
3. [A handout was provided, which included a revised GMP breakdown of costs].
Mr. Guirges presented the memorandum, dated September 2, 2014, along with the
Minutes of the CONSTRUCTION COMMITTEE Meeting, September 2, 2014
Page 7 of 20

-· proposal, dated August 28, 2014, from Hensel Phelps Construction Co. for BP-S102,
()South Airport APM Complex - Site Logistics Compound (GMP No. 10), at the Orlando
International Airport. The BP-S102 includes the construction of a new access road to
--·---t.he-s.i-t.e-f-Fem-Be<,3',3-y-G-r-eek-Roacl-,-permanent-surface-water--drainage--·improvements--to-the----
existing canal system, a construction site office trailer complex with modular office
units, office infrastructure, decking, parking lot, sites for subcontractor trailers
and utilities (i.e., power, communications, water and sewer) necessary for the
operation of the office trailer complex. The scope also includes the core staff and
equipment requirements required for the first six months of construction for all
construction work on site. Extension of core staff and equipment costs after the
first six months will be covered under a future GMP.

The CM@R Agreement provides for the following compensation to the CM@R Contractor:

• Direct Cost of the Work is defined as the actual cost for the subcontractor costs,
self-performed work, if any, direct labor, materials, and equipment required to
construct the work.

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

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


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

• Owner's Contingency shall be an amount, determined by the Owner; which will be


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

• Fixed fee covers the CM@R Contractor's overhead, profit, and all other costs not
allowed as direct costs or general conditions. The fixed fee will be paid as a
negotiated percentage of the actual direct cost of the work only. A fixed fee has
been negotiated with Hensel Phelps Construction Co. for a value of 5. 27 % of the
actual direct cost.

• General Conditions expenses are defined as the actual or negotiated costs, without
any fee, for services, equipment, and materials such as office space and supplies,
phones, computers, and other expenses required to support the services.

• Allowances in the General Conditions will only be used in situations where the
actual cost of a general conditions item is unknown due to an incomplete scope of
work or a portion of the work is not well-defined or there are known factors that
could significantly increase the cost to perform a specific portion of the work.

) The second GMP for the South Airport APM Complex has been negotiated with Hensel
Phelps Construction Co. for BP-S102, South Airport APM Complex - Site Logistics
Compound (GMP No. 10) for a total GMP amount of $20,214,831 as shown below. The
proposal also includes the core staff and equipment requirements required for the
first six months of construction for all construction work on site. Extension of
Minutes of the CONSTRUCTION COMMITTEE Meeting, September 2, 2014
Page 8 of 20

core staff and equipment costs after the first six months will be covered under a
() future GMP.

---------------Q-i-Fee-t-Ges-t-0-f-1:0-he-Wor-k------------------$--i-2-;-4-1-4-;-:393-:-00
Allowance* in Direct Cost $ 1,572,300.00
CM@R's Contingency $ 613,869.00
Owner's Contingency $ 306,935.00
Subtotal $ 14,907,497.00

Fixed Fee (5.27%) $ 785,625.00


General Conditions $ 2,367,217.00
General Conditions Allowances** $ 2,154,492.00

Total GMP Amount $ 20,214,831.00

*Allowance provides for the Orlando Utilities Commission (OUC) water and electric,
utilities locate, fiber optic, Maintenance of Traffic (MOT), electrical connection,
and furniture, computers, and equipment.

**The general conditions allowance provides for Builders Risk - DIC (Difference in
Coverage), General Liability CCIP (Contractor Controlled Insurance Program) , and
moving and relocation.

The schedule included in the GMP proposal provides for the following milestone
completion dates based on a start date in mid-September 2014:

( ) . March 4, 2015:
March 18, 2015:
Completion of Main Trailer Complex
Completion of West Access Road (Including Bridge)
August 1, 2017: Substantial Completion of BP No. Sl02

The Director of Small Business Development has reviewed the subject contract's
proposed MWBE/LDB specifications and determined that Hensel Phelps Construction Co.
is committed to exceed 20% MWBE and 4% LOB participation on this Addendum.

Mr. Patterson asked the quantities and estimates had also been validated for BP-Sl02
(GMP No. 10), and Mr. Guirges stated yes, that both quantities and estimates have
been validated on this project as well. The overall GMP proposal has been thoroughly
reviewed by the Owner's Authorized Representative (i.e., URS Corporation). The
estimated quantities of work were confirmed by the Prime Design Consultant (i.e.,
HKS, Inc. dba HKS Architects, Inc.), and the unit pricing was confirmed by an
independent cost estimate (i.e., by Cost Management, Inc. d/b/a CMI).

Payment for work will be for the actual cost of the work and services performed up to
but not exceeding the total GMP amount in accordance with the CM@R Agreement.

Ms. Churchill stated that funding has also been confirmed on this project.

Upon motion of Mr. Devine, second by Mr. Patterson, vote carried to recommend to the
Aviation Authority Board approval of an Addendum to the Construction Management at
Risk Services Agreement with Hensel Phelps Construction Co. for BP-Sl02 (GMP No. 10),
for a total negotiated GMP amount of $20,214,831.00, which includes $12,414,393.00
for direct cost of the work, $1,572,300.00 for the allowances for the direct cost of
the work, $613,869.00 for the CM@R's Contingency, $306,935.00 for the Owner's
Contingency, a fixed fee amount of $785,625.00 (5.27% of actual direct cost),
$2,367,217.00 for general conditions, and $2,154,492.00 for general conditions
allowances, with funding from the Aviation Authority's Line of Credit to be
reimbursed by future Passenger Facility Charges, future Revenue Bonds, and Aviation
Authority fund for the APM-related scope, and with funding from the Aviation
Minutes of the CONSTRUCTION COMMITTEE Meeting, September 2, 2014
Page 9 of 20

~. Authority's Line of Credit to be reimbursed by future Customer Facility Charges,


( J future Revenue Bonds, and Aviation Authority funds for the garage-related scope.

_____ REQUEST_E'OR_RECOMMENDATION-FOR-AEPROVAL-OF-AN-AMENDMEN'l'-'l'O-ADDENDciM-N0-.---1--TO-THE
CONSTRUCTION MANAGEMENT AT RISK SERVICES AGREEMENT WITH HENSEL PHELPS CONSTRUCTION
CO. FOR ADDITIONAL PRE-CONSTRUCTION SERVICES AND BUYOUT OF KEY LEADERSHIP FOR THE
SOUTH AIRPORT APM COMPLEX PROGRAM (WS102), AT THE ORLANDO INTERNATIONAL AIRPORT.
4. [A handout was provided, which included a proposal review memorandum from URS
Corporation]. Mr. Guirges presented the memorandum, dated September 2, 2014, along
with the proposal, dated August 22, 2014, from Hensel Phelps Construction Co. for
Additional Pre-Construction Services and Buyout of Key Leadership for the South
Airport APM Complex Program (WS102), at the Orlando International Airport. The scope
of services includes the buyout of key project leadership positions (i.e., three
positions) from January 2015 through April 2017 to ensure continuity of these key
personnel throughout the program and to simplify negotiation and development of
subsequent GMPs. Additionally, these services include all costs associated with the
outreach and partnering costs for the entire program.

The proposed compensation is as follow:

Proposed
Addendum No. 16 Total
Amendment
NTE Direct Cost excluding Buyout $ 1,815,965.00 $ 0.00 $ 1,815,965.00
NTE Direct Cost for Buyout $ 0.00 $ 961,077.00 $ 961,077.00
Fee (5.27% of Direct Cost) $ 95,702.00 $ 50,649.00 $ 146, 35L 00
NTE General Conditions $ 336,060.00 $ 73,284.00 $ 409,344.00
Total Cost $ 2,247,727.00 $ 1,085,010.00 $ 3,332,737.00

(J The Director of Small Business Development has reviewed the subject contract's
proposed MWBE/LDB specifications and determined that, due to the limited scope .of the
required services, Hensel Phelps Construction Co. does not propose to achieve any
MWBE/LDB participation on this Amendment/Addendum.

Upon motion of Ms. Churchill, second by Mr. Devine, vote carried to recommend to the
Aviation Authority Board approval of an Amendment to Addendum No. 1 to the
Construction Management at Risk Services Agreement with Hensel Phelps Construction
Co. for Additional Pre-Construction Services and Buyout of Key Leadership for the
s·outh Airport APM Complex Program (WS102), for a total negotiated amount of
$1, 085, 010, which includes a not-to-exceed amount of $961, 077 for direct cost of
buyout of key leadership, a fixed fee amount of $50, 649 (5.27% of actual direct
cost), and a not-to-exceed amount of $73, 284 for general conditions, with funding
from the Aviation Authority's Line of Credit to be reimbursed by future Passenger
Facility Charges, future Revenue Bonds, and Aviation Authority funds for the APM-
related scope, and with funding from the Aviation Authority's Line of Credit to be
reimbursed by future Customer Facility .Charges, future Revenue Bonds, and Aviation
Authority funds, for the garage-related scope.

REQUEST FOR RECOMMENDATION FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO. 1 TO THE


CONSTRUCTION MANAGEMENT AT RISK SERVICES AGREEMENT WITH TURNER-KIEWIT JOINT VENTURE
FOR ADDITIONAL PRE-CONSTRUCTION SERVICES FOR THE SOUTH AIRPORT INTERMODAL TERMINAL
FACILITY (WS102A), AT THE ORLANDO INTERNATIONAL AIRPORT.
5. [A handout was provided, which included a proposal review memorandum from URS
Corporation]. Mr. Guirges presented the memorandum, dated September 2, 2014, along
with the proposal, dated August 28, 2014, from Turner-Kiewit Joint Venture for
)Additional Pre-Construction Services for the South Airport Intermodal Terminal
/ Facility (WS102A), at the Orlando International Airport. The scope of services
provides the construction of the Intermodal Terminal Facility (ITF) and associated
facilities required to support the complex. These services include pre-construction
services from October 2014 through December 2014.
Minutes of the CONSTRUCTION COMMITTEE Meeting, September 2, 2014
Page 10 of 20

The proposed compensation is as follow:


() Proposed
I

_______________ -------~~endl1~~Cl_-__--1:_____ AffienQrl\ent--------- Total - - - - - - - - - - : -


NTE Direct Cost $ 834,000.00 $ 384,496.00 $ 1,218,496.00
Fee (5.5% of Actual Direct Cost) $ 45,900.00 $ 21,147.00 $ 67,047.00
NTE General Conditions $ 30,300.00 $ 99,512.00 $ 129,812.00
Total Cost $ 910,200.00 $ 505,155.00 $ 1,415,355.00

The Director of Small Business Development has reviewed the subject contract's
proposed DBE specifications and determined that Turner-Kiewit Joint Venture proposes
to achieve 7.92%* DBE participation on this Amendment/Addendum.

Mr. Patterson noted that the original Addendum provided services through September
2014, and this amendment will extend services through December 31, 2014.

Chair Thornton questioned about funding availability to purchase insurance for the
ITF scope of work, and Ms. Churchill confirmed funding was available.

Upon motion of Mr. Devine, second by Ms. Schneider, vote carried to recommend to the
Aviation Authority Board approval of an Amendment to Addendum No. 1 to the
Construction Management at Risk Services Agreement with Turner-Kiewit Joint Venture
for Additional Pre-Construction Services for the South Airport Intermodal Terminal
Facility (WS102A), for a total negotiated amount of $505,155, which includes a not-
to-exceed amount of $384,496 for direct cost, a fixed fee amount of $21,147 (5.5% of
actual direct cost), and a not-to-exceed amount of $99, 512 for general conditions,
with funding from the FOOT grants.

( ) *[Subsequent to the meeting, a revised memorandum was provided stating that the DBE
participation proposed was 7. 92% in lieu of 11.55% shown in the original memorandum.
This revised memorandum will be presented for information to the Construction
Committee on September 16, 2014].

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT
SERVICES AGREEMENT WITH URS CORPORATION FOR PRIVATE BIM CLOUD (PBC) INSTALLATION AND
CONFIGURATION SERVICES FOR WS106, SOUTH AIRPORT APM COMPLEX - CONCEPT VERIFICATION
AND DESIGN SERVICES, AT THE ORLANDO INTERNATIONAL AIRPORT.
6. Mr. Guirges presented the memorandum, dated August 27, 2014, along with the
proposal, dated August, 21, 2014, from URS Corporation for Private BIM Cloud (PBC)
Installation and Configuration Services for WS106, South Airport APM Complex
Concept Verification and Design Services, at the Orlando International Airport. The
scope of services provides the setup and configuration of one (1) Private BIM Cloud
(PBC), integration of the PBC into the network, setup of remote access based on the
current security system, configuration of up to five ( 5) virtual computers (VC) on
the PBC, and installation and setup of software on each VC. The PBC will house live
design files that will be used during the coordination process for the South Airport
APM Complex and will also contain the as-built files.

The Director of Small Business Development has reviewed the subject contract's
proposed DBE specifications and determined that, due to the limited scope of the
required services, URS Corporation does not propose to achieve any DBE participation
on this Addendum.

Mr. Devine questioned if these services are for the setup of the PBC only, and Mr.
Guirges answered yes.

Upon motion of Mr. Devine, second by Ms. Schneider, vote carried to approve an
Addendum to the Continuing Program and Project Management Services Agreement with URS
Corporation for the Private BIM Cloud (PBC) Installation and Configuration Services
for WS106, for a not-to-exceed reimbursable expenses amount of $27, 500. 00, with
funding from the Aviation Authority's Line of Credit to be reimbursed by future
Minutes of the CONSTRUCTION COMMITTEE Meeting, September 2, 2014
Page 11 of 20

-Passenger Facility Charges, future Revenue Bonds, and Aviation Authority funds for
( Jthe APM-related scope, from the Aviation Authority's Line of Credit to be reimbursed
by future Customer Facility Charges, future Revenue Bonds, and Aviation Authority
_______funds_,_for_the-garage=-r-elated--sGope-;-an<::l.--f-r-0m-E'QQ'I'-gFant-s-f0r--t-he-S0utch-Ai-:cport-:---------,-
Intermodal Terminal Facility (ITF)-related scope.

GENERAL

REQUEST FOR APPROVAL OF THE AWARD OF REQUEST FOR QUOTATIONS (RFQ) NO. 91928-14, CISCO
EQUIPMENT PROCUREMENT FOR El64, VEHICLE CHECKPOINT CCTV ADDITIONS, AT THE ORLANDO
INTERNATIONAL AIRPORT, TO LEE INVESTMENT CONSULTANTS, LLC DBA LST.
7. Mr. Epling presented the memorandum, dated August 26, 2014, and the quotations
received on August 14, 2014, for RFQ No. 91928-14 for Cisco Equipment Procurement for
Local Area Network (LAN) Equipment for El64, Vehicle Check Point CCTV Additions, at
the Orlando International Airport. El 64 is a project to provide and install CCTV
security cameras at Vehicle Checkpoint B (Gate E-31), Guard Post 1 (Gate E-31), and
Vehicle Checkpoint C (Gate E-50) at the Orlando International Airport. Additionally,
video data storage arrays will be procured and installed to allow for the retention
of the video for 30 calendar days.

Four quotations were received on August 14, 2014, a's shown below, for the provision
and delivery of Local Area Network (LAN) equipment to be provided as owner-furnished
material in support of Project E164. This equipment is necessary to provide
connectivity for the proposed CCTV cameras.

Bidder/Proposer Quotation

( ) Lee Investment Consultants, LLC dba LST


Veytec, Inc.
$12,222.00
$12,260.00
i-tech Support, Inc. $12,788.30
Presidio Networked Solutions $12,783.30
Estimated Cost (Manufacturer's State of
$14,930.80
Florida Contract Ceiling Price)

This procurement was issued in accordance with Section 450.03 of the Aviation
Authority's Policy which provides that the Aviation Authority may acquire goods,
services, and professional services by direct negotiation or other method involving
limited or no competition from a supplier having a requirements contract or annual
agreement with any public entity (e.g., federal, state, county, city), for goods,
services, or professional services described in such contract and at prices or
discounts no less favorable than any set forth in such contracts. Quotations were
based upon a listing of products and services identified by the Aviation Authority
and priced in accordance with the terms of conditions of the State of Florida
Contract No. 250-000-09-1. The unit prices include costs for delivery to the
Aviation Authority's location. All bidders were advised that an award, if made, will
be to the responsible and responsive bidder submitting the low total quotation for
the listed items.

Purchasing staff determined that all respondents were responsible and eligible to
respond in accordance with State of Florida Contract No. 250-000-09-1.

The Director of Small Business Development has reviewed the subject contract's
) proposed DBE specifications and determined that, due to the specialized nature of the
/ required equipment, Lee Investment Consultants, LLC dba LST does not propose to
achieve any DBE participation.

Mr. Patterson inquired about the locations for these services, and Mr. Epling
answered that the LAN equipment will be installed at the vehicle checkpoints.
Minutes of the CONSTRUCTION COMMITTEE Meeting, September 2, 2014
Page 12 of 20

, Mr. Devine asked who would be providing the cameras, and Mr. Epling answered that the
( ) El 64 contractor will provide the cameras. Mr. Devine further asked if the new
cameras were the same type as the existing ones, and Mr. Epling answered yes.

Upon motion of Mr. Devine, second by Mr. Patterson, vote carried to approve the award
of RFQ No. 91928-14 to Lee Investment Consultants, LLC dba LST for the total not-to-
exceed amount of $12,222.00, with funding from FOOT grants.

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING MEP ENGINEERING SERVICES


AGREEMENT WITH MATERN PROFESSIONAL ENGINEERING, INC. FOR DESIGN PHASE A/E SERVICES
FOR El81, ADDITIONAL RECEPTACLES AT AIRSIDE 4 JETWAYS, AT THE ORLANDO INTERNATIONAL
AIRPORT.
8. Mr. Pancoast presented the memorandum, dated August 18, 2014, along with the
proposal, dated August 7, 2014, from Matern Professional Engineering, Inc. for Design
Phase A/E Services for E181, Additional Receptacles at Airside 4 Jetways, at the
Orlando International Airport. The scope of services provides electrical design
services for the installation of new receptacles along the boarding bridges at
Airside 4 for the 70's and 90's Wings and for junction boxes in the 80's Wing. The
scope also includes plans, load calculations, background sheets, installation
details, circuiting and panel schedules, and an estimated cost for construction.

The Director of Small Business Development has reviewed the subject contract's
proposed MWBE/LDB specifications and determined that, due to the limited scope of the
required services, Matern Professional Engineering, Inc. does not propose to achieve
any MWBE/LDB participation on this Addendum.

Mr. Patterson asked if the permit costs were included with these services, and Mr.
Devine replied no 1 not at this time.
) Upon motion of Mr. Devine, second by Ms. Churchill, vote carried to approve an
Addendum to the Continuing MEP Engineering Services Agreement with Matern
Professional Engineering, Inc. for Design Phase A/E Services for E181, for a lump sum
fee amount of $14,820.00, with funding from Operations and Maintenance Funds.

REQUEST FOR RECOMMENDATION FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING HORIZONTAL


CONSTRUCTION SERVICES AGREEMENT WITH GIBBS & REGISTER, INC. FOR THE AWARD OF H235,
REPAIRS FOR BYPASS CANAL BRIDGES AT TAXIWAYS K, E AND F AND SERVICE ROAD, AT THE
ORLANDO INTERNATIONAL AIRPORT.
9. Mr. Pue presented the memorandum, dated September 2, 2014, for H235, Repairs
for Bypass Canal Bridges at Taxiways K, E, and F, and Service Road, at the Orlando
International Airport. The scope includes repairs to the box culvert and bridge
structures over the east bypass canal (east of Runway 17R-351). The crossings
include Taxiways K, E, and F and the Service Road Bridge.

The bid documents provided for the base bid, and three add alternates as follows:

• Base Bid: All work for repairs for Bypass Canal Bridge at Taxiway K. Work
includes damming, re-routing and dewatering of the canal, removal and replacement
of existing approach slabs in the shoulders, removal of the existing canal side
slope protection, excavation of the culvert backfill over the w~ng walls,
installation of structural piles to stabilize each of the four wing wa+ls,
backfill of the excavation, trench drain, reinforced concrete pipe and manhole
construction, asphalt and concrete paving in the shoulders, construction of new
fabric formed canal slope protection, Portland Concrete Cement (PCC) joint removal
and resealing, PCC crack sealing, minor electrical repairs to obstruction lighting
\
\. ) circuits, pavement marking replacement, and sodding disturbed areas.

• Add Alternate No. 1: Repairs for Bypass ·Canal Bridge at Taxiways E and F, and
Service Road - Slope Protection. Work in and around the culvert crossings
includes damming, re-routing and dewatering of the canal, removal of the existing
Minutes of the CONSTRUCTION COMMITTEE Meeting, September 2, 2014
Page 13 of 20

canal side slope protection, construction of new fabric formed canal slope
protection, and sodding disturbed areas.

---------.---xda-Kl-terna~No.-2-:--Repairs Tor BypassTanal-Briage ai;--Ta-xiways -E ana---V--=-Joint


Seal. Work in and around the culvert crossings include PCC joint removal and
resealing, and PCC crack sealing.

• Add Alternate No. 3: Repairs for Bypass Canal Bridge at Taxiway F - Spall Repair.
Work in and around the culvert crossings includes spall repair at the culvert
walls.

On July 29, 2014, three bids were received as follows:

Gibbs & PCL Construction The Middlesex Designer's


Register, Inc. Services, Inc.* Corporation Estimate

Base Bid $ 880,985.00 $ 1,381,461.88* $ 1,694,335.00 $ 711,290.00


Alternate No: 1 $ 201,400.00 $ 291,196.19* $ 381,400.00 $ 93,300.00
Alternate No. 2 $ 13,325.00 $ 23,984.00* $ 9,275.00 $ 12,250.00
Alternate No. 3 $ 34,000.00 $ 22,274.00* $ 12,000.00 $ 12,000.00
Total Bid $ 1,129,710.00 $ 1, 718, 916. 07* $ 2,097,010.00 $ 828,840.00

*The bid from PCL Construction Services, Inc. contained minor arithmetical errors;
the corrected amounts are shown above.

The responsive low bidder, Gibbs & Register, Inc. has confirmed its bid was prepared
· . in accordance with all bid documents and addenda, and that it will be able to
()complete the project for the amount bid and within the Aviation Authority's schedule.

Based on the availability of funding, it is recommended that only the Base Bid plus
Bid Alternate Nos. 2 and 3 be awarded. The bid comparison is as follows:

Gibbs & PCL Construction The Middlesex Designer's


Register, Inc. Services, Inc. Corporation Estimate
\
Base Bid $ 880,985.00 $ 1,381,461.88 $ 1,694,335.00 $ 711,290.00
Alternate No. 2 $ 13,325.00 $ 23,984.00 $ 9,275.00 $ 12,250.00
Alternate NO. 3 $ 34,000.00 $ 22,274.00 $ 12,000.00 $ 12,000.00
Total Bid $ 928,310.00 $ 1,427,719.88 $ 1,715,610.00 $ 735,540.00

The Director of Small Business Development has reviewed the subject contract's
proposed MWBE/LDB specifications and determined that Gibbs & Register, Inc. proposes
to achieve 24.5% MWBE and 2.6% LOB participation on this Addendum.

Mr. Devine asked about the variance between the bids and the designer's estimate.
Mr. Pue replied that discussions with Avcon, Inc. and the bidders occurred to
determine the reasons for the variance. The bidders stated that excavation of the
footings would be costly, especially if unforeseen adverse weather conditions
resulted in a wet j obsi te and additional dewatering activities were required. The
bidders also noted that the project schedule was very tight, and coordinating
multiple specialty subcontractors required additional oversight by the prime
contractors.

) Agenda Item Nos. 9 and 10 were considered in one motion.

Upon motion of Mr. Devine, second by Ms. Schneider, vote carried to recommend to the
Aviation Authority Board approval of an Addendum to the Continuing Horizontal
Construction Services Agreement with Gibbs & Register, Inc. for the Award of H235,
Minutes of the CONSTRUCTION COMMITTEE Meeting, September 2, 2014
Page 14 of 20

\ for the bid amount of $928, 310 (base bid plus Add Alternate Nos. 2 and 3) with
( ; funding from Capital Expenditure Funds.

-----RE<;;2UE-ST-F0R-APPR0V:M.--0F-AN-ADDENDUM-TO-THE-·CONTINUING-PROGRAM_AND-PROi.JECT-MANA:GEMENT
SERVICES AGREEMENT WITH PARSONS BRINCKERHOFF, INC. FOR CONSTRUCTION PHASE OAR
SERVICES FOR H235, REPAIRS FOR BYPASS CANAL BRIDGES AT TAXIWAYS K, E AND F AND
SERVICE ROAD, AT THE ORLANDO INTERNATIONAL AIRPORT.
10. Mr. Pue presented the memorandum, dated August 20, 2014, along with the
proposal, dated August 19, 2014, from Parsons Brinckerhoff, Inc. for Construction
Phase OAR Services for H235, Repairs for Bypass Canal Bridges at Taxiways K, E and F
and Services Road, at the Oriando International Airport.

The Director of Small Business Development has reviewed the subject contract's
proposed MWBE/LDB specifications and determined that Parsons Brinckerhoff, Inc.
proposes to achieve 19.63% MWBE and 8.6% LOB participation on this Addendum.
I

Agenda Item Nos. 9 and 10 were considered in one motion.

Upon motion of Mr. Devine, second by Ms. Schneider, vote carried to approve an
Addendum to the Continuing Program and Project Management Services Agreement with
Parsons Brinckerhoff, Inc. for Construction Phase OAR Services for H235, for a total
amount of $69,746.00, which includes a not-to-exceed fee amount of $63,756.00 and a
not-to-exceed reimbursable expenses amount - of $5, 990. 00, with funding from Capital
Expenditure Funds.

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING CIVIL ENGINEERING AND


PROFESSIONAL ENGINEERING SERVICES AGREEMENT WITH AVCON, INC. FOR CONSTRUCTION
I .. ADMINISTRATION SERVICES FOR H235, REPAIRS FOR BYPASS CANAL BRIDGES AT TAXIWAYS K, E &
l, ) F AND SERVICE ROAD, AT THE ORLANDO INTERNATIONAL AIRPORT.
, 11. Mr. Pue presented the memorandum, dated August 20, 2014, along with the
proposal, dated August 19, 2014, from Avcon, Inc. for Construction Administration
Services for H235, Repairs for Bypass Canal Bridges at Taxiways K, E & F and Services
Road, at the Orlando International Airport.

The Director of Small Business Development has reviewed the subject contract's
proposed MWBE/LDB specifications and determined that, due to the limited scope of the
required services, Avcon, Inc. does not propose to achieve any MWBE/LDB participation
on this Addendum.

Upon motion of Mr. Devine, second by Ms. Schneider, vote carried to approve an
Addendum to the Continuing Civil Engineering and Professional Engineering Services
Agreement with Avcon, Inc. for Construction Administration Services for H235, for a
total amount of $19,997.00, which includes a not-to-exceed fee amount of $19,647.00
' and a not-to-exceed reimbursable expenses amount of $350.00, with funding from
Capital Expenditure Funds.

REQUEST FOR REJECTION OF ALL BIDS RECEIVED ON AUGUST 15, 2014 FOR H246, HANGAR BLVD.
SANITARY SEWER IMPROVEMENTS - PHASE 1, AT THE ORLANDO INTERNATIONAL AIRPORT.
12. Mr. Pue presented the memorandum, dated September 2, 2014, for the request to
reject all bids received on August 15, 2014, for H246, Hangar Blvd. Sanitary Sewer
Improvements - Phase 1, at the Orlando International Airport. The scope of the
project was intended to replace the existing sanitary gravity and force main system
on Hangar Boulevard at the Orlando International Airport. The scope for Phase 1 was
to replace the gravity sewer and install a new lift station north of Cargo Road. The
scope for Phase 2 was to install the gravity sewer system south of Cargo Road, bore
\
) and jack under Cargo Road to connect to the Phase 1 lift station, and decommission
and remove the existing lift station.
Minutes of the CONSTRUCTION COMMITTEE Meeting, September 2, 2014
Page 15 of 20

()On August 15, 2014, two bids were received as follows:

Total Bid
--------------Bidder Prtc-e---------------------------------------
1
'

JCB Construction, Inc. ~29,747.00 '


PCL Construction Services, Inc. $ 2,394,988.39*
Gibbs & Register, Inc. Did not bid
The Middlesex Corporation Did not bid
Prime Construction Group, Inc .. Did not bid

Designer's Estimate $ 830,123.00

*The bid from PCL Construction Services, Inc. contained minor arithmetical errors;
the corrected amount is shown above.

On August 25, 2014, the apparent low bidder, JCB Construction, Inc. (JCB), submitted
a letter to the Aviation Authority requesting to withdraw its bid. JCB stated that
its bid contained an error. The cost for steel sheet piling, valued at approximately
$228,000.00, was not included.

Ms. Schneider questioned why the engineer's estimate was significantly lower than the
apparent low bid, and Mr. Pue al'.\lswered that, because of the unique nature of the
scope of services, the contractors had different approaches to pricing the scope.
Mr. Ruohomaki further stated that the lack of competing prices between the continuing
horizontal contractors may have been another factor that limited the competitive
natqre of bids. The recommendation is to re-package and publicly bid the project to
capture the specialty work market.

( - ) Ms. Schneider questioned if the requirement for steel sheet piling was inciuded in
the H2 4 6 bid documents, and Mr. Pue answered yes; however, JCB Construction, Inc.
acknowledged that its bid contained an omission and chose to request to withdraw its
bid.

Upon motion of Mr. Devine, second by Mr. Patterson, vote carried to approve the
rejection of all bids received on August 15, 2014, for H246, Hangar Blvd. Sanitary
Sewer Improvements - Phase 1, at the Orlando International Airport.

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING CIVIL ENGINEERING AND


PROFESSIONAL ENGINEERING SERVICES AGREEMENT WITH AVCON, INC. FOR REVIEW, ANALYSIS,
AND STRUCTURE VERIFICATION SERVICES FOR THE LIGHT FIXTURE UPGRADE AT THE EMPLOYEE
PARKING LOT, AT THE ORLANDO INTERNATIONAL AIRPORT.
13. Mr. Pancoast presented the memorandum, dated August 27, 2014, along with the
proposal, dated August 25, 2014, from Avcon, Inc. for Review, Analysis, and Structure
Verification· Services for the Light Fixture Upgrade at the Employee Parking Lot, at
the Orlando International Airport. The scope of services provides engineering
services for review, analysis, and structural verification of the existing high mast
light poles located in the Employee Parking Lot at the Orlando International Airport.
The purpose of this analysis is to verify that the existing poles and foundations can
accommodate the added weight of new fixtures along with any change in the wind
profile for the new fixtures.

The Director of Small Business Development has reviewed the subject contract's
proposed MWBE/LDB specifications and determined that, due to the limited scope of the
required services, Avcon, Inc. does not propose to achieve any MWBE/LDB participation
on this Addendum.

Mr. Devine questioned when these services will be completed, and Mr. Pancoast
answered that these services will be completed by September 30, 2014.

Upon motion of Ms. Schneider, second by Mr. Patterson, vote carried to approve an
Addendum to the Continuing Civil Engineering and Professional Engineering Services
Minutes of the CONSTRUCTION COMMITTEE Meeting, September 2, 2014
Page 16 of 20

--'\, Agreement with Avcon, Inc. for Review, Analysis, and Structure Verification Services
1
\ ) for the Light Fixture Upgrade at the Employee Parking Lot, for a lump sum fee amount
of $4,204.00, with funding from Operations and Maintenance Funds.

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT
SERVICES AGREEMENT WITH CMTS/HANSON JV FOR STAFF SUPPORT TO THE MAINTENANCE
DEPARTMENT FOR PERFORMING A BUILDING EFFICIENCY AND OPTIMIZATION SURVEY, AT THE
ORLANDO INTERNATIONAL AIRPORT.
14. [A handout was providedr which included a revised agenda item revising the
total dollar amount]. Mr. Daniels presented the memorandum, dated September 2, 2014,
along with the proposal, dated August 29, 2014, from CMTS/Hanson JV for Staff Support
to the Maintenance Department for Performing a Building Efficiency and Optimization
Survey, at the Orlando International Airport. The scope of services provides
scheduling and attending Technical Review meetings, providing comments, compiling
review comments, as needed, assisting the Aviation Authority project manager,
reviewing the proposed design, and assisting with other tasks as assigned by the
Aviation Authority project manager.

The Director of Small Business Development has reviewed the subject contract's
proposed MWBE/LDB specifications and determined that CMTS/Hanson JV proposes to
achieve 41.3%* MWBE/LDB participation on this Addendum.

Chair Thornton requested a copy of the survey analysis, and Mr. Daniels answered the
analysis will be provided once the services are completed.

Upon motion of Mr. Devine, second by Ms. Schneider, vote carried to approve an
Addendum to the Continuing Program and Project Management Services Agreement with
CMTS/Hanson JV for Staff Support to the Maintenance Department for Performing a
) Building Efficiency and Optimization Survey for a lump sum* fee amount of $36,468.00,
· with funding from Operations and Maintenance Funds.

*[Subsequent to the meetingr a revised Office of Small Business memorandum was


provided stating that the MWBE/LDB participation proposed was 41.3% in lieu of 40.35%
shown in the original memorandum. Additionallyr the agenda cover memorandum stated a
"not-to-exceed" fee; howeverr the supporting proposal indicated a "lump sum" fee.
The revised Office of Small Business memorandum and corrected cover memorandum
(showing "lump sum" fee) will be presented for information to the Construction
Committee on September 16r 2014.].

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING CIVIL ENGINEERING AND


PROFESSIONAL ENGINEERING SERVICES AGREEMENT WITH KIMLEY-HORN AND ASSOCIATES, INC. FOR
PROFESSIONAL ENGINEERING SERVICES FOR MOTOR POOL YARD PAVEMENT CONDITION ASSESSMENT,
AT THE ORLANDO INTERNATIONAL AIRPORT.
15. Mr. Pue presented the memorandum, dated September 2, 2014, along with the
proposal, dated August 27, 2014, from Kimley-Horn and Associates, Inc. for
Professional Engineering Services for Motor Pool Yard Pavement Condition Assessment,
at the Orlando International Airport. The scope of services provides reviewing the
record documents, conducting the visual condition survey, evaluating the conditions
of the pavements, and preparing the rehabilitation plan and cost estimates for the
Motor Pool Yard at the Orlando International Airport.

The Director of Small Business Development has reviewed the subject contract's
proposed MWBE/LDB specifications and determined that, due to the limited scope of the
required services, Kimley-Horn and Associates, Inc. proposes to achieve 2% MWBE and
3.9%* LOB participation on this Addendum.
)
· Upon motion of Mr. Devine, second by Mr. Patterson, vote carried to approve an
Addendum to the Continuing Civil Engineering and Professional Engineering Services
Agreement with Kimley-Horn and Associates, Inc. for Professional Engineering Services
for a Motor Pool Yard Pavement Condition Assessment for a total amount of $12,699.00,
Minutes of the CONSTRUCTION COMMITTEE Meeting, September 2, 2014
Page 17 of 20

(-\which includes a lump sum fee amount of $10, 929. 00 and a not-to-exceed reimbursable
)expenses amount of $1,770.00, with funding from Operations and Maintenance Funds.

------*-tSubsequent-to-tb-e--meet-i-ng,--a---revi-sed-or-f-ice-or--sma 1-i--m1siness-memoranaum was


provided stating that the LDB participation proposed was 3.9% in lieu of 3.7% shown
in the original memorandum. This revised memorandum will be presented for
information to the Construction Committee on September 16, 2014].

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CAD, GIS, AND RELATED SERVICES AGREEMENT
WITH EPIC ENGINEERING & CONSULTING GROUP, LLC FOR FY2015 CAD, GIS, AND RELATED
SERVICES, AT THE ORLANDO INTERNATIONAL AIRPORT.
16. Mr. Barnekov presented the memorandum, dated August 25, 2014, along with the
proposal, dated August 21, 2014, from EPIC Engineering & Consulting Group, LLC for
FY2015 CAD, GIS, and Related Services, at the Or}.ando International Airport. The
scope of services provides support for IT Cable Management, IT Device Management,
Enterprise Asset Management (EAM), Enterprise Content Management (ECM), and CAD/GIS
and related services.

The Director of Small Business Development has reviewed the subject contract's
proposed MWBE/LDB specifications and determined that, due to the limited and
specialized nature of the required services, EPIC Engineering & Consulting Group, LLC
does not propose to achieve any MWBE/LDB participation on this Addendum.

Mr. Patterson questioned if these services will provide the same level of support as
last year, and Mr. Barnekov answered yes.

Upon motion of Mr. Devine, second by Mr. Patterson, vote carried to approve an
, Addendum to the CAD, GIS, and Related Services Agreement with EPIC Engineering &
( ) Consulting Group, LLC for FY2015 CAD, GIS, and Related Services, for a not-to-exceed
fee amount of $166,440.00, with funding from Operations and Maintenance Funds
(subject to Aviation Authority Board adoption of the FY2015 Aviation Authority
Budget).

REQUEST FOR RECOMMENDATION FOR APPROVAL OF AN ADDENDUM TO THE COMPUTER AIDED DRAFTING
(CAD) , GEOGRAPHIC INFORMATION SYSTEM (GIS) , AND RELATED CONSULTING SERVICES AGREEMENT
WITH MONTGOMERY CONSULTING GROUP, INC. FOR CAD, GIS, AND RELATED SERVICES FOR FISCAL
YEAR (FY) 2015, AT THE ORLANDO INTERNATIONAL AIRPORT.
17. Mr. Huttunen presented the memorandum, dated September 2, 2014, along with the
proposal, dated August 22, 2014, from Montgomery Consulting Group, Inc. for CAD, GIS,
and Related Services for FY2015, at the Orlando International Airport. The scope of
services includes preparation of ongoing updates of CAD drawings and GIS data sets;
database consolidation planning and data integration into the Aviation Authority's
Enterprise GIS system; related GIS and CAD planning, analysis, and input as needed;
and, assistance of Aviation Authority staff on various projects as requested.

The Oirector of Small Business Development has reviewed the subject contract's
proposed MWBE/LDB specifications and determined that, due to the limited and
specialized nature of the required services, Montgomery Consulting Group, Inc. does
not propose to achieve any MWBE/LDB participation on this Addendum.

Ms. Churchill inquired about the division of work among the CAD/GIS consultants. Mr.
Friel indicated that Montgomery Consulting Group, Inc. is supporting
Planning/Engineering/Construction; T-Squared Support Services, Incorporated is
supporting Commercial Properties and Maintenance; and EPIC Engineering & Consulting
Group, LLC is supporting Information Technology.
\

" - /
Mr. Devine questioned if airspace analyses are included in these services, and Mr.
Huttunen answered no, not at this time. The scope of services for airspace analyses
is currently under review and will be presented to the Construction Committee at a
later date.
Minutes of the CONSTRUCTION COMMITTEE Meeting, September 2, 2014
Page 18 of 20

(-- Upon motion of Mr. Devine, second by Mr. Patterson, vote carried to recommend to the
\ ) Aviation Authority Board approval of an Addendum to the Computer Aided Drafting
(CAD), Geographic Information System (GIS), and Related Services Agreement with
------Montgomery-eonsu±t-ing-@roup-,-Tnc ~for-eA01-@1-s-,-and--re-1-at e-d-s-erv i-ce-s-fur-FY-2 0-15-,--fur-------:-
a not-to-exceed fee amount of $350, 664. 00,' with funding from Operations and '
Maintenance Funds (subject to Aviation Authority Board adoption of the FY2015
Aviation Authority Budget).

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT
SERVICES AGREEMENT WITH PMA CONSULTANTS, LLC FOR FY2015 APM SYST_EM COORDINATION
SERVICES, AT THE ORLANDO INTERNATIONAL AIRPORT.
18. Mr. Patterson presented the memorandum, dated August 20, 2014, along with the
proposal, dated August 20, 2014, from PMA Consultants, LLC for FY2015 APM System
Coordination Services, at the Orlando International Airport. The scope of services
provides OAR support to Engineering, Construction, and Maintenance in coordinating
Airsides 1, 2, 3 and 4 projects, System Safety Program Plan (SSPP) support, on-call
support for outages of adjacent projects, and Automated People Mover (APM) issues at
the Orlando International Airport.

The Director of Small Business Development has reviewed the subject contract's
proposed MWBE/LDB specifications and determined that, due to the limited scope of
services required, PMA Consul tan ts, LLC does not propose to achieve any MWBE/LDB
participation on this Addendum.

Upon motion of Mr. Devine, second by Ms. Schneider, vote carried to approve an
Addendum to the Continuing Program and Project Management Services Agreement with PMA
Consultants, LLC for FY2015 APM System Coor~ination Services, for a not-to-exceed fee
, amount of $48,951.00, with funding from Operations and Maintenance Funds (subject to
( ) Aviation Authority Board adoption of the FY2015 Aviation Authority Budget) .

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT
SERVICES AGREEMENT WITH PMA CONSULTANTS, LLC FOR FY2015 CONSTRUCTION SERVICES STAFF
SUPPORT, AT THE ORLANDO INTERNATIONAL AIRPORT.
19. Mr. Patterson presented the memorandum, dated August 20, 2014, along with the
proposal, dated August 20, 2014, from PMA Consultants, LLC for FY2015 Construction
Services Staff Support, at the Orlando International Airport. The scope of services
provides staff support to the Director of Construction in the management and
inspection of tenant projects for Fiscal Year (FY) 2015. The support is required to
manage the Tenant Project Program for Construction Services. There are typically 10
to 20 tenant projects in construction, in de.sign development, and being closed out at
any given time. Design firms and contractors who work ~n tenant proj~cts are often
not familiar with the Aviation Authority's· standards, are only working at Orlando
International or Orlando Executive Airports for one project, and require a
significant amount of the Aviation Authority staff assistance to complete the tenant
projects.

The Director of Small Business Development has reviewed the subject contract's
proposed MWBE/LDB specifications and determined that, due to the limited scope of
services required, PMA Consul tan ts; LLC does not propose to achieve any MWBE/LDB
participation on this Addendum.

Upon motion of Mr. Devine, second by Ms. Schneider, vote carried to approve an
Addendum to the Continuing Program and Management Services Agreement with PMA
Consultants, LLC for FY2015 Construction Services Staff Support, for a not-to-exceed
fee amount of $246,886.00, with funding from Operations and Maintenance Funds
, (subject to Aviation Authority Board adoption of the FY2015 Aviation Authority
Budget).
Minutes of the CONSTRUCTION COMMITTEE Meeting, September 2, 2014
Page 19 of 20

( ·
' JREQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT
SERVICES AGREEMENT WITH PMA CONSULTANTS, LLC FOR FY2015 ELECTRICAL SYSTEM COORDINATOR
SERVICES, AT THE ORLANDO INTERNATIONAL AIRPORT.
-------20-;---Mr--.-P·a·EEers0n-tJre s ented-Ehe-memorandum-,-dated-Aug us t--2 0,----2 ()-1-4-,-a-J:ong-with--the--------:
proposal, dated August 12, 2014, from PMA Consultants, LLC for FY2015 Electrical
System Coordinator Services, at the Orlando International Airport. The scope of
services includes general electrical coordination support to the Managers of Airport
Systems and Construction, and to attend design kick-off and progress update meetings,
attend job coordination meetings, and perform high level design reviews of all
electrical projects or those with significant electrical scopes of services.

The Director of Small Business Development has reviewed the subject contract's
proposed MWBE/LDB specifications and determined that, due to the limited scope of
services required, PMA Consul tan ts, LLC does not propose to. achieve any MWBE/LDB
participation on this Addendum.

Upon motion of Ms. Schneider,, second by Ms. Churchill, vote carried to approve an
Addendum to the Continuing Program and Project Management Services Agreement with PMA
Consultants, LLC for FY2015 Electrical System Coordination Services, for a not-to-
exceed fee amount of $57,480.00, with funding from Operations and Maintenance Funds
(subject to Aviation Authority Board adoption of the FY2015 Aviation Authority
Budget).

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE GENERAL CONSULTING SERVICES AGREEMENT WITH
SCHENKEL & SHULTZ, INC. FOR FY2015 CONSTRUCTION SERVICES STAFF SUPPORT, AT THE
ORLANDO INTERNATIONAL AIRPORT.
21. Mr. Patterson presented the memorandum, dated August 20, 2014, along with the
. proposal, dated August 14, 2014, from Schenkel & Shultz, Inc. for FY2015 Construction
( ) Services Staff Support, at the Orlando International Airport. The scope of services
provides to assist in the development of requirements received from other staff
sections, to prepare concepts based on requirements, to assist in project definition
and development for those for which funding is approved, to assist with tenant
project design reviews and compliance walkthroughs, and to attend project job
coordination meetings as directed.

The Director of Small Business Development has reviewed the subject contract's
proposed MWBE/LDB specifications and determined that, due to the limited scope of
services required, Schenkel & Shultz, Inc. does not propose to achieve any MWBE/LDB
participation on this Addendum.

Upon motion of Mr. Devine, second by Ms. Churchill, vote carried to approve an
Addendum to the General Consulting Services Agreement with Schenkel & Shultz, Inc.
for FY2015 Construction Services Staff Support, for a total amount of $136, 200. 00,
which includes a not-to-exceed fee amount of $135,200.00 and a not-to-exceed
reimbursable expenses amount of $1,000.00, with funding from Operations and
Maintenance Funds (subject to Aviation Authority Board adoption of the FY2015
Aviation Authority Budget).

INFORMATION ITEM
22. The following items were presented for information only:

A. Revised Small Business Memorandum, for Terracon Consultants, Inc. for


Additional Selected Asbestos Abatement and Reinsulation Services for BP-440,
Ticket Lobby Program - Communications Rooms and Infrastructure, at the Orlando
International Airport. [From Construction Committee Meeting on August 26, 2014,
) Item 7).

B. New Small Business Memorandum for JCB Construction, Inc. for H253, Commercial
Lane Remarking, at the Orlando International Airport. [Fr-;;-- Construction
Committee Meeting on August 26, 2014, Item 12).
Minutes of the CONSTRUCTION COMMITTEE Meeting, September 2, 2014
Page 20 of 20

..f\ __ \ C.
Revised Small Business Memorandum, for Parsons Brinckerhoff, Inc. for
. )
Construction Phase OAR Services for H253, Commercial Lane Remarking, at the
Orlando International Airport. [From Construction Committee Meeting on August
_________ 2-6,_2QL4_,_Item_l3_)-.

D. New Small Business Memorandum for JCB Construction, Inc. for H254, Barrier Wall
Cleaning and Recoating at Various Locations, at the Orlando International
Airport. [From Construction Committee Meeting on August 26, 2014, Item 14).

E. Revised Small Business Memorandum, for Gomez Construction Company for V720,
"The Traveler" Display Case Replacement, at the Orlando International Airport.
[From Construction Committee Meeting on August 26, 2014, Item 17).

ADJOURNMENT
23. There being no further business for discussion, the meeting adjourned at 9:01
a.m.

~
~a~nton, Chair
Construction Committee
Chief Operating Officer

()
On TUESDAY, JULY 22, 2014, the DESIGN REVIEW COMMITTEE of the Greater Orlando
Aviation Authority met in the Carl T. Langford Board Room, One Jeff Fuqua
Boulevard, Orlando International Airport, Orlando, Florida. Chair Ruohomaki called
the meeting to order at 10: 00 a .m. The meeting was posted in accordance with
Florida Statutes and a quorum was present.

Committee Members present:


Davin Ruohomaki, Chair
Jim Rose, Deputy Executive Director - Business Services & Facilities
Art Devine, Director of Maintenance
Carolyn Fennell, Director of Public Affairs
Tom Draper, Director of Airport Operations

Also present:
Mark Birkebak, Director of Engineering
Mike Patterson, Director of Construction
Tuan Nguyen, Manager, Civil Engineering
Frank Browne, Concessions
Andrea Rivero, Schenkel & Shultz, Inc.
Rita Watson, Schenkel & Shultz, Inc.
Carlos Roche, Schenkel & Shultz, Inc.
Doug Campbell, PMA Consultants, LLC
Cheri Baxter, Recording Secretary

Others present:
Bruce Hall, LittleJohn
Jay Hood, LittleJohn
David Van Loon, Rhodes & Brito Architects
Angela Howard, Westfield Concession Management
Marlene Nout, Westfield Concession Management
Derek Burke, WBQ Design & Engineering, Inc.
Troy Vargas, WBQ Design & Engineering, Inc.
Adam Johnson, XpresSpa

LOBBYIST DISCLOSURE
For individuals who conduct lobbying activities with Aviation Authority employees
or Board members, registration with the Aviation Authority is required each year
prior to conducting any lobbying activities. A statement of expenditures incurred
in connection with those lobbying instances should also be filed prior to April 1
of each year for the preceding year. As of January 16, 2013, lobbying any
Aviation Authority Staff who are members of any committee responsible for ranking
Proposals, Letters of Interest, Statements of Qualifications or Bids and
thereafter forwarding those recommendations to the Board and/or Board Members is
prohibited from the time that a Request for Proposals, Request for Letters of
Interests, Request for Qualifications or Request for Bids is released to the time
that the Board makes an award. As adopted by the Board on September 19, 2012,
lobbyists are now required to sign-in at the Aviation Authority offices prior to
any meetings with Staff or Board members. In the event a lobbyist meets with or
otherwise communicates with Staff or a Board member at a location other than the
Aviation Authority offices, the lobbyist shall file a Notice of Lobbying (Form 4)
detailing each instance of lobbying to the Aviation Authority within 7 calendar
days of such lobbying. As of January 16, 2013, lobbyists will also provide a
notice to the Aviation Authority when meeting with the Mayor of the City of
Orlando or the Mayor of Orange County at their offices. The policy, forms, and
instructions are available in the Aviation Authority's offices and the website.
Please contact the Director of Board Services with questions at (407) 825-2032.

ANNOUNCEMENT
Any appeals of decisions made by the Design Review Committee (DRC) must be filed
with the Executive Director within five business days (no later than 4:00 p.m. on
Minutes of the DESIGN REVIEW COMMITTEE Meeting
July 22, 2014
Page 2 of 5
the fifth business day) of the rendition of that decision, except those that have
issues under Contract, in which case the contract provisions supersede.

COMMENT CARDS
Comment cards were made available to any of the public that wished to comment. An
opportunity for public comments will be provided before a recommendation is made
by the DRC.

CONSIDERATION OF BP-408, CELL LOT, TAXI HOLD, BUS HOLD AND RETURN TO TERMINAL A
ROAD
1. Concept designs were distributed and Mr. Nguyen introduced Mr. Vargas, who
introduced Mr. Burke, Mr. Van Loon, and Mr. Hood.
Mr. Vargas discussed the following key points:

• Two projects in the package: North Cell Lot, and South Bus and Taxi Hold
• New North Cell Lot.
• New restroom building at each area.
• New overlook next to pond at North Cell Lot.
• Fountains in the pond.
• New access road for return to terminal onto Jeff Fuqua Blvd. from North Cell
Lot.

Mr. Hood discussed the overlook in further detail. The overlook will be adjacent
to the North Cell Lot at the pond. There will be a strong pedestrian connection
to accommodate foot traffic. The cross walk will be delineated clearly and will
also serve as a speed bump. The overlook will have cable railing around the
perimeter for safety. There will be a variety of seating areas provided. Palms
trees will be included to provide shade. Checkerboard pavers in the center of the
overlook will have aircraft identifiers on them to help people identify various
airplanes. The overlook will also be an attractive feature for people driving
into the airport as it will be seen from across the pond. Fencing will be
utilized to funnel pedestrian traffic and to keep people from walking out of the
area. Cross walks will also be delineated by round concrete bollards.

Mr. Van Loon discussed the buildings in more detail. The restroom buildings will
have a stucco exterior. Both buildings will have a standing seam metal roof for a
shade area. The shade area for both the cell lot restroom building and overlook
will be similar in shape. The buildings will be the same for the south taxi - bus
hold area with the exception that the standing seam metal roof shade area will be
longer.
Mr. Devine asked how many parking spaces are anticipated. Mr. Vargas replied that
there will be 175 spaces and 8 handicap spaces for a total of 183.

Mr. Devine asked if the restrooms will have air conditioning and good ventilation,
and Mr. Vargas replied yes, they would.
Mr. Devine asked if dog walk areas were anticipated. Mr. Vargas stated yes, dog
walk areas will be included. Ms. Watson stated that the dog areas were a product
of the customer service surveys. Mr. Devine commented that the dog walks needed
to be enclosed. Mr. Vargas stated that each dog walk area will be enclosed and
will be at the ends of the parking lot. He continued that the dog areas will also
be accessible from the walkway that runs the length of the cell lot. Mr. Devine
asked if the dog walks are part of the base bid. Mr. Vargas replied that they
were.
Minutes of the DESIGN REVIEW COMMITTEE Meeting
July 22, 2014
Page 3 of 5
Mr. Devine commented that the date palm trees are hard to maintain. Mr. Hood
replied that they will look into using a more hearty palm that adapts better to
the Florida climate with less maintenance.

Mr. Devine commented that there needs to be more garbage cans. He stressed the
need to triple the amount of cans. Mr. Rose commented that when ordering the
cans, to ensure that they match. Mr. Devine added that maintenance will need the
information on the garbage cans for future ordering.

Mr. Rose asked if the pond fountains would be lighted. Mr. Vargas replied that
they will be lighted. Chair Ruohomaki asked if there was a height restriction on
the fountain. Mr. Vargas stated that there was and they would be within 35 feet
high of the water line.

Ms. Fennell asked where the stainless steel would be used on the building. Mr.
Vargas stated that the stainless would be used for the drinking fountains at the
bus and taxi hold area. Ms. Watson added that the stainless steel will also be
for the restroom fixtures.
Ms. Fennell asked what the metal roof would be for the building. Ms. Rivero
commented that the canopy at the North Cell Lot looked to be a metal roof painted
to match the building. Ms. Rivero continued that this roof is consistent with
what has been used in the past.

Mr. Devine asked if the FIDS would be mounted directly to the buildings. Mr.
Birkebak stated that they have decided not to use FIDS at these locations at this
time. Mr. Birkebak continued that there would be Wi-Fi available instead. Mr.
Rose stated that a sign could be installed to check "Flight Aware" for updates.
Ms. Fennell asked how the people who do not use Wi-Fi would be able to obtain
flight information. Mr. Birkebak replied that they could rely on phone calls from
the incoming passengers. Mr. Draper also commented that they could call for
flight information at (407) 825-TIME.

Chair Ruohomaki stated that there should be a recycle bin next to each trash can.
He commented that he liked the interpretive pavers with the aircraft information
on them. Chair Ruohomaki stated that leash laws will apply to the dog parks and a
sign should be posted stating no off-leash pets. He suggested that they look into
options for the stucco finish, either precast or pour in place cast concrete for
maintenance purposes. He further commented that a Kynar finish should be used
where the use of metal is considered, and all chairs and benches should use
stainless steel with a proper finish. Also, for the metal fans in the canopy area
of the taxi and bus hold, options for exterior fans should be addressed to ensure
the fans' internal parts do not rust.

Ms. Fennell expressed concern regarding the use of concrete in lieu of stucco for
the exterior of the building. She suggested that some sort of texture would be
needed on the building. Ms. Rivero affirmed that, even without the use of stucco
on the building, the overall aesthetics of the entire area will continue the
established Orlando Experience™.

Ms. Rivero asked for a confirmation that there will be two dog walk areas as there
was only one indicated on the plan. Mr. Vargas replied that there will be two,
one park on each end of the parking lot. Both dog areas will be fenced in.

Ms. Rivero asked what is being considered should the alternates for the overlook
and building were not approved or funded. Mr. Vargas stated that the seating area
in the overlook would shift to where the building is currently proposed.
Minutes of the DESIGN REVIEW COMM:ITTEE Meeting
July 22, 2014
Page 4 of 5
Chair Ruohomaki asked if the overlook retaining wall would be concrete or sheet
pile. Mr. Vargas stated that they were looking at concrete. Chair Ruohomaki
commented that concrete has been used in other areas and that it was preferred.

Chair Ruohomaki asked if there would be a jersey barrier or curbs at the merge
lanes. Mr. Vargas replied that there would be f-curbing gutter to keep people
from jumping the road. There will also be a curb that runs the whole length of
the Return to Terminal A Road.

Mr. Draper asked if there would be gates to secure the two areas. Mr. Vargas
stated that there were no planned gates. Mr. Draper commented that the lots would
then be available 24 hours a day. Mr. Devine commented that they would need to be
monitored to ensure no overnight parking.

Ms. Rivero stated that a full signage plan should be developed. Mr. Rose
commented that directional signage needed to be on the new plan. Ms. Rivero
suggested they coordinate with Maintenance to ensure all required signage is
included in the plan.
Ms. Rivero asked about the types of railing used. She commented that the overlook
railing has a harsher feel that what is used in other areas. She suggested that
they look at other areas at the airport for what is currently being used. Mr.
Vargas replied that they were trying to avoid a painted rail. Ms. Rivero
suggested they look at other colors of railing.

Mr. Draper asked if there is a top rail on the perimeter fencing as the picture
looked like spikes were at the top. Mr. Vargas stated that it does in fact have a
top rail. Ms. Watson confirmed that the fencing finished into a rail at the top.

Ms. Watson clarified that the roof of the building and canopies are not painted,
but will have a Kynar coating.

The DRC provided the following directions:

l. Need to triple the amount of trash cans depicted on the drawings and include
recycle cans.
2. Coordinate with Maintenance for signage (way-finding, flight info, dog
parks, etc.) and create signage plan.
3. Seek alternate for stucco finish on buildings. Concrete preferred.
4. Use Kynar finish on exposed metals when possible.
5. Retaining wall at overlook to be concrete.
6. Look into alternate rails for overlook.

Upon motion by Ms. Fennell, second by Mr. Rose, vote carried to approve the
proposed BP-408, Cell Lot, Taxi Hold, Bus Hold, and Return to Terminal A Road,
project with inclusion of the DRC directions noted above.

CONSIDERATION OF XPRESSPA TEMPORARY BUILD OUT T-1240


2. Mr. Browne introduced Mr. Johnson and Ms. Nout who distributed drawings for
review and presented the following:

• Six month trial period in Main Terminal area.


• Temporary location using temporary materials.
• Existing POS will be covered to match colors.
• Portable hair stations will not require plumbing.
• Portable sink in back storage room.
• Five lounge/massage chairs to be used.
Minutes of the DESIGN REVIEW COMMITTEE Meeting
July 22, 2014
Page 5 of 5
• Slat walls along sides of space to be covered with vinyl "Tree of Life"
graphi c with shelves for product display .
• Existing storefront soffit to be utilized for signage .
• Existing blade sign will be used , non-illuminated.
• Existing lighting to be used.

Ms . Fennell asked how the portable water process works. Ms . Nout stated that they
fill the stations with 5 gallon containers . Emp l oyees will take the containers
out via the back corridor to the restroom to dispose of the waste water into a
t oilet . Mr. Devine asked if there would be hair in the waste water. Mr. Johnson
stated that there could be some hair. Chair Ruohomaki suggested a hair
in terceptor to use at the sink . Ms . Rivero suggested the use of a nearby
janitorial closet for disposal and refi ll of the tank . Mr . Devine stated that
XpressSpa could gain access to th e janitor ' s closet .

Ms . Rivero commented regarding how the vinyl graphics adhere to the slat wall .
She stressed that Xp re ssSpa ensure that the vinyl does not pee l from the walls.

Upon motion by Mr. Rose, second by Ms. Fennel, vote carried to approve the
proposed XpresSpa Temporary Build Out T-1240, as presented.

INFORMATION ITEM: SOUTHWEST PHOTO BOOTH LOCATION


3. Regarding the one-day use of the Southwest Passport Photo Booth at the DRC
Meeting of June 24 , 2014 , the booth was l ocated alon g t h e wall between Gates 120
and 121 in an area that had been u sed for wheelchair storage . Photographs of the
proposed locati ons wer e emai l ed to the DRC , and were approved off-line .

CONSIDERATION OF DRC MINUTES OF JUNE 24, 2014


4. Upon motion of Mr . Rose, second by Mr . Devine , vote carried to approve the
DRC minut es from the meeting h eld June 24 , 2014 , as presented .

ADJOURNMENT
5. meeting was ad j ourned at
11: 01

Davin Ruohomaki , Chair


Design Review Commit t ee
Sr . Director of Planning , Engineering and Construction
On THURSDAY, AUGUST 14, 2014, the DESIGN REVIEW COMMITTEE of the Greater Orlando
Aviation Authority met in the Carl T. Langford Board Room, One Jeff Fuqua
Boulevard, Orlando International Airport, Orlando, Florida. Chair Ruohomaki called
the meeting to order at 8: 30 a. m. The meeting was posted in accordance with
Florida Statutes and a quorum was present.

Committee Members present:


Davin Ruohomaki, Chair
Jim Rose, Deputy Executive Director - Business Services & Facilities
Art Devine, Director of Maintenance

Also present:
Tracy Harris, Manager of Concessions
Frank Browne, Assistant Manager of Concessions
Brad Friel, Director of Planning
Ernie Straughn, Schenkel & Shultz, Inc.
Andrea Rivero, Schenkel & Shultz, Inc.
Cheri Baxter, Recording Secretary

LOBBYIST DISCLOSURE
For individuals who conduct lobbying activities with Aviation Authority employees
or Board members, registration with the Aviation Authority is required each year
prior to conducting any lobbying activities. A statement of expenditures incurred
in connection with those lobbying instances should also be filed prior to April 1
of each year for the preceding year. As of January 16, 2013, lobbying any
Aviation Authority Staff who are members of any committee responsible for ranking
Proposals, Letters of Interest, Statements of Qualifications or Bids and
thereafter forwarding those recommendations to the Board and/or Board Members is
prohibited from the time that a Request for Proposals, Request for Letters of
Interests, Request for Qualifications or Request for Bids is released to the time
that the Board makes an award. As adopted by the Board on September 19, 2012,
lobbyists are now required to sign-in at the Aviation Authority offices prior to
any meetings with Staff or Board members. In the event a lobbyist meets with or
otherwise communicates with Staff or a Board member at a location other than the
Aviation Authority offices, the lobbyist shall file a Notice of Lobbying (Form 4)
detailing each instance of lobbying to the Aviation Authority within 7 calendar
days of such lobbying. As of January 16, 2013, lobbyists will also provide a
notice to the Aviation Authority when meeting with the Mayor of the City of
Orlando or the Mayor of Orange County at their offices. The policy, forms, and
instructions are available in the Aviation Authority's offices and the website.
Please contact the Director of Board Services with questions at (407) 825-2032.

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

COMMENT CARDS
Comment cards were made available to any of the public that wished to comment. An
opportunity for public comments will be provided before a recommendation is made
by the DRC.

CONSIDERATION OF CONCESSIONS ADVERTISING REQUEST FOR PROPOSAL


1. Floor plans and photos were distributed, and Mr. Browne discussed the
following key points:
• The agreement with JCDecaux, the Aviation Authority's advertising
concessionaire, will expire on September 20, 2015.
• Looking to release a Request for Proposals (RFP) in September 2014.
Minutes of the DESIGN REVIEW COMMITTEE Meeting
August 14, 2014
Page 2 of 3
• Floor plans indicating the locations and types of media that are to be
included in the RFP.
• Photos showing the current advertising as well as proposed additions.

Mr. Browne explained the different types of advertising that will be included in
the RFP. There will be static and dynamic advertising. Mr. Browne also stated
that there will be 10-15% less total overall advertising.

Mr. Devine asked if the drawings are showing only new sign locations or are
existing sign locations also included. Mr. Rose clarified that the plans shows
the current locations with a change of media and also any additional media added.
Mr. Straughn stated that all signs shown in red are new. Ms. Harris added that
all the signs shown in green are the existing.

Mr. Devine asked if all the signs were on the plans. Ms. Harris responded that
all the signs that would be included in the RFP are indicated on the plans. She
continued that it would be approximately 10-15% less than what is currently in the
airport.

Chair Ruohomaki asked if there would be power for the new dynamic signs. Mr.
Browne replied that power is already in these locations.

Mr. Devine asked if the proposed signs would have any effect on the power stations
that are currently being installed. Mr. Rose clarified that this would have no
effect on the IT project.

Chair Ruohomaki asked if there will be a line-of-sight issue with the signs shown
at baggage claim. Mr. Rose stated that those signs are staggered along the
carousels.

Mr. Rose stated that Concessions is looking for approval of the concept and
locations of the media. There will be an industry type meeting in the near future
for further comments. This will establish a standard for the evaluation of the
proposals.

Mr. Devine asked what signage is anticipated in the Federal Inspection Station
(FIS) locations. Mr. Browne stated that there would be one sign on each side.

Chair Ruohomaki and Mr. Devine both noted that renovations at Airside 4 will
change the advertising layout. Mr. Rose replied that notes will be included in
the RFP that indicate layouts in some of the areas may change.

Mr. Straughn commented that the signs located in the center of the hubs should be
reconsidered. He expressed concern about obstructions to sightlines to all the
concessions along the perimeter of the hubs at the airsides.

Mr. Devine pointed out that the signs when approaching the garages need to be
water-proof and resistant to the elements. Mr. Straughn stressed that outdoor
signs near crosswalks need to be minimal so that they are not distracting to
pedestrian traffic.

Chair Ruohomaki asked why there was no signage proposed along the hub soffits in
the airsides. Mr. Straughn commented that it is not impossible, but very
difficult to install signage in those areas.
Minutes of the DESIGN REVIEW COMMITTEE Meeting
August 14, 2014
Page 3 of 3

The DRC provided the following directions :

• The RFP should include notations that some signage may be moved , changed , or
deleted due to renovations .
• Outdoor advertising needs to be weather tight .
• Minima l advertising near crosswa l ks .

Upon motion by Mr. Devine, second by Mr. Rose, vote carried to approve the
proposed Concessions Advertising Request for Proposal, with inclusion of the DRC
directions noted above.

ADJOURNMENT
g n/ 1 u rthe'r business for discussion , the meeting was adjourned at

08'50[ 1
2. There b n

{j/,LJ_j 11

Davin Ruohomaki, Ch air


Design Review Committee
Sr . Director of Pl anning , Engineering and Construction
On THURSDAY, JULY 17, 2014, the PROFESSIONAL SERVICES COMMITTEE of the Greater
Orlando Aviation Authority met in the Conference Room C, 5850-B Cargo Road,
Orlando International Airport, Orlando, Florida. Chair Thornton called the
meeting to order at 3: 30 p .m. The meeting was posted in accordance with Florida
Statutes and a quorum was present.

Committee Members present:


Stanley J. Thornton, Chair
Davin Ruohomaki, Senior Director, Planning, Engineering, and Construction
Ron Lewis, Deputy Executive Director - Operations
Jacki Churchill, Chief Financial Officer
David M. Patterson, Director of Construction

Also present:
Debbie McKeown, Assistant Manager of Projects Administration
Kathy Anderson, Contracts and Grants Manager
John Newsome, Director of Information Technology
John Vinelli, Manager of Information Technology Project
Kiel Barnekov, Manager of Information Technology Project/Programs
Lewis Felker, Manager of Information Technology Infrastructure
Shiv Persaud, Senior Project Analyst of Information Technology
Jeremy Springhart, Legal Counsel (Broad and Cassel)
Jihyun Davis, Recording Secretary

Others present:
Navin Jiawan, Archis Technologies
Dale Cicirelli, Orion Management Services, LLC
John Fisher, Orlando Business Telephone System, Inc.
Linda Childress, Orlando Business Telephone Systems, Inc.
Gabriel del Rio, Quality Cable Contractors, Inc.
Jorge del Rio, Quality Cable Contractors, Inc.

LOBBYIST DISCLOSURE
For individuals who conduct lobbying activities with Aviation Authority employees
or Board members, registration with the Aviation Authority is required each year
prior to conducting any lobbying activities. A statement of expenditures incurred
in connection with those lobbying instances should also be filed prior to April 1
of each year for the preceding year. As of January 16, 2013, lobbying any
Aviation Authority Staff who are members of any conunittee responsible for ranking
Proposals, Letters of Interest, Statements of Qualifications or Bids and
thereafter forwarding those recommendations to the Board and/or Board Members is
prohibited from the time that a Request for Proposals, Request for Letters of
Interests, Request for Qualifications or Request for Bids is released to the time
that the Board makes an award. As adopted by the Board on September 19, 2012,
lobbyists are now required to sign-in at the Aviation Authority offices prior to
any meetings with Staff or Board members. In the event a lobbyist meets with or
otherwise communicates with Staff or a Board member at a location other than the
Aviation Authority offices, the lobbyist shall file a Notice of Lobbying (Form 4)
detailing each instance of lobbying to the Aviation Authority within 7 calendar
days of such lobbying. As of January 16, 2013, lobbyists will also provide a
notice to the Aviation Authority when meeting with the Mayor of the City of
Orlando or the Mayor of Orange County at their offices. The policy, forms, and
instructions are available in the Aviation Authority's offices and the web site.
Please contact the Director of Board Services with questions at (407) 825-2032.

ANNOUNCEMENT
Any appeals of decisions made by the Professional Services Committee (PSC) must be
filed with the Executive Director within five business days (no later than 4: 00
p.m. on the fifth business day) of the rendition of that decision, except those
that have issues under Contract, in which case the contract provisions supersede.
Minutes of the Professional Services Committee
July 17, 2014
Page 2 of 8

COMMENT CARDS
Comment cards were made available to any of the public that wished to comment. An
opportunity for public comments will be provided before a recommendation is made
by the PSC.

CONSIDERATION OF FIRMS RESPONDING TO THE NOTICE FOR W320, CONTINUING LOW VOLTAGE
CONSTRUCTION SERVICES, AT THE ORLANDO INTERNATIONAL AIRPORT AND ORLANDO EXECUTIVE
AIRPORT
1. On July 1, 2014, the following six Letter of Interests (LOis) were received
for the above-referenced services (in alphabetical order):

• Global One Networks, LLC


• Morrissette Electric, Inc.
• Orion Management Services, LLC
• Orlando Business Telephone Systems, Inc.
• Quality Cable Contractors, Inc.
• Volt Telecommunications Group, Inc.

The scope of work to be performed under these Continuing Low Voltage Construction
Services Contracts includes, but is not limited to, furnishing all labor,
supervision, tools, fiber and copper circuit test equipment and other equipment,
parts, materials and all other items necessary or proper for, or incidental to,
installing low voltage voice and data wiring, conduit and rack pathways, related
electrical power distribution to low voltage equipment, and any other necessary
components for a complete Premise Distribution System ("PDS"), and Outside Plant
("OSP") backbone cabling and pathways system serving complete voice, video and
data, wireless and cellular and security cabling subsystems on "as neededu basis,
and other work normally associated with low voltage construction. Services may
also include, but are not limited to, interior and exterior power, lighting,
controls, communications, and other electrical systems with Information Technology
("IT") equipment installation and repair. The Continuing Contracts to be entered
into between the Aviation Authority and the successful Proposers will be non-
exclusive, and the Aviation Authority shall have the right to award any portion of
the Work covered by this Advertisement to one or more firms and/or individuals.

It is the intention of the Aviation Authority to use Continuing Contracts for low
voltage construction services on projects for which the contract amount does not
exceed $2,000,000.00, in accordance with the Aviation Authority's policies. When
low voltage construction services are required, the Aviation Authority will either
solicit bids from the Aviation Authority's low voltage continuing contractors or
enter into direct negotiations for such projects. The scope of work and request
for bids or proposals will be defined for each project. The selected firm or
individual will be entitled to competitively bid on all other construction work
publicly advertised by the Aviation Authority.

The Aviation Authority intends, but is not obligated, to enter into Continuing
Contracts, as defined under Florida law and the Policies and Procedures of the
Aviation Authority, with at least two (2) contractors for the Services, with the
extent and scope of work to be performed under these contracts to be determined by
the Aviation Authority on an as-needed basis. The term of these Continuing
Contracts shall be for a period of three years with optional renewal periods of
two additional one-year terms, to be exercised at the discretion of the Aviation
Authority and accepted by both parties.

The PSC and staff had previously been furnished a copy of each LOI along with the
Advertisement, Submission Requirements, and other supporting documentation.
Minutes of the Professional Services Committee
July 17, 2014
Page 3 of 8

Evaluation of the LOis was based on the following:

~ Comprehensive Approach
~ Qualifications and Experience of Key Personnel
~ Qualifications and Experience of Firm
~ Commitment to DBE, MWBE, and LOB Participation Programs
~ Insurance
~ Licensure
~ Bonding Capacity
>-- References

Chair Thornton requested that the Office of Small Business Development present its
evaluation of the LOis. Ms. McKeown stated that, for this solicitation, Proposers
were requested to provide a written action plan that demonstrated the Proposer's
understanding of the MWBE, LOB and DBE participation programs and how the Proposer
will achieve participation goals. The Proposer's action plan was to include a
participation schedule showing where the proposed MWBE, LOB, and DBE participation
could be achieved. Ms. McKeown stated that all six firms provided statements of
the firm's commitment to meeting or exceeding the MWBE/LDB/DBE participation, and
provided written action plans demonstrating its abilities to achieve participation.
Mr. Lewis questioned why Global One Networks, LLC, Orion Management Services, LLC,
and Orlando Business Telephone Systems, Inc. listed their subcontractors for MWBE,
LOB, and DBE participation programs, but Morrissette Electric, Inc., Quality Cable
Contractors, Inc., and Volt Telecommunication Group, Inc. did not list any of their
subcontractor's participation. Ms. McKeown answered that the firms were only
required to submit a written action plan on how the participation goals would be
achieved. The Proposers were not required to list their proposed subcontractors.

Chair Thornton requested that Ms. Anderson present staff's evaluation of the
insurance provided by the Proposers, and elaborate on any exceptions found in the
LOis. Ms. Anderson stated that insurance requirements for these services of
Commercial General Liability (CGL) and Automobile Liability (AL) are at the Five
Million dollars ($5,000,000.00) per occurrence and annual aggregate. Ms. Anderson
further stated that bonding capacity was initially advertised at the Two Million
dollars ( $2, 000, 000. 00) level; however, it was subsequently modified to provide
acknowledgement by the Proposer's Surety of the Proposer's ability to provide
Performance and Bonds, setting for the maximum single project bonding capacity and
Proposer's aggregate bonding capacity. Ms. Anderson noted the following
evaluation:

• Global One Networks, LLC (GLOBAL): GLOBAL did not provide any evidence of AL
or Excess/Umbrella policy; however, its insurance agent provided a letter
indicating that Five Million dollars ($5,000,000.00) of CGL and AL could be
obtained to meet the insurance requirements.
• Morrissette Electric, Inc. (MEI): MEI did not meet its requirements on
Excess/Umbrella policy; however, its insurance agent provided a letter
indicating that Excess/Umbrella coverage can be increased to Four Million
dollars ($4,000,000.00) to meet requirements.
• Orion Management Services, LLC (ORION): ORION provided insurance and bonding
requirements as Orion Management, LLC; yet the Florida Secretary of State
Certification included in the LOI was in the name of Orion Management
Services, LLC. Also, Orion Management Services, LLC provided insufficient AL
and all policies have expired.
• Orlando Business Telephone Systems, Inc. (OBTS) : OBTS provided sufficient
evidence of insurance and bonding requirements.
Minutes of the Professional Services Committee
July 17, 2014
Page 4 of 8

• Quality Cable Contractors, Inc. (QUALITY) : QUALITY provided insufficient


Employer's Liability (EL).
• Volt Telecommunications Group, Inc. (VOLT): VOLT did not provide any specific
evidence; however, the insurance agent provided a letter indicating all
insurance requirements could be met.

Mr. Patterson questioned if Orion Management Services, LLC can clarify its legal
entity prior to the next phase of selection, if shortlisted, and Ms. Anderson
answered that Orion Management Services, LLC is required to provide insurance,
bonding r and clarification of proposing entity in the name of Orion Management
Services, LLC as registered with the Florida Secretary of State Certification prior
to interview, if shortlisted.

Chair Thornton requested that staff provide its evaluation of the reference
responses. Ms. McKeown noted that five proposers received positive reference
responses. She further noted that Global One Networks, LLC received one negative
reference from Osceola County on its Voice Over IP (VoIP) cabling project for the
fire stations. Ms. Churchill requested specifics on the negative comments. The
comments were as follows:

• Question: Was it necessary for the contractor to provide multiple crews in


order to respond to variances in work load? If so, was the contractor able to
quickly respond to those needs?
Answer: Some workers were more willing to get the job done in a timely manner
than others. It took some convincing to pull. cabl.e in certain areas even
after the job had been visited and quoted.

• Question: Was the contractor able to work efficiently without the need for
constant oversight?
Answer: I had to accompany the crew each day and scheduling was an issue.
Sometimes they did not have the proper suppl.ies with them to complete a job.

• Question: Do you have any concerns with the quality of work?


Answer: There was a bit of troubleshooting needed after cabl.e installation.

Ms. Churchill questioned if Coca Cola Field IT Analyst Information Technology had
been contacted for reference as Global One Networks, LLC indicated as one of their
references in their LOI, and Ms. McKeown answered that she is not sure whether Coca
Cola had been contacted or not.

Chair Thornton requested that staff provide its evaluation of the LO Is. Mr.
Vinelli provided the following information for all six Proposers (in alphabetical
order):

EXECUTIVE BRIEF (EB)

• Global One Networks, LLC (GLOBAL): GLOBAL's EB included an organization chart.


A summary of the experience of eight people was included; some had medium detail
and some had almost no detail. From what was included, it appears the
experience of their principal personnel meets the Aviation Authority's
requirements. One (at least) holds an RCDD certification.

• Morrissette Electric, Inc. (MEI): MEI' s EB did not include an organization


chart; it did include a summary of the experience of three people and named
another. Of the four, resumes were included for two. In total, there seemed to
be more electrical and co-ax experience than IP experience. However, one holds
a RCDD certification.
Minutes of the Professional Services Committee
July 17, 2014
Page 5 of 8

• Orion Manaqement Services, LLC (ORION): ORION'S EB did not include an


organization chart, but did include a summary of the experience of three
principal personnel, one of whom holds a RCDD certification and one holds a NICE
VMS certification. Full resumes were provided and it is clear that ORION' s
experience meets the Aviation Authority's requirements.

• Orlando Business Telephone Systesm, Inc. (OBTS): OBTS' EB did not include an
organization chart. Resume summaries were included for five principal personnel
and, collectively, these seem to meet the Aviation Authority's requirements.
Two people have RCDD certifications.

• Quality Cable Contractors, Inc. (QUALITY) : QUALITY's EB was very brief except
for good summaries of the experience of four principal personnel. Resumes were
also included for those four persons and their experience meets the Aviation
Authority's requirements. Numerous component certifications were included but
none possess a RCDD certification.

• Volt Telecommunications Group, Inc. (VOLT): VOLT' s EB included an organization


chart and a brief summary of the principal personnel's experience (resume
summary). Experience, collectively, meets the Aviation Authority's requirements
and one person has experience with Avaya telephone systems. One other person
holds a RCDD certification.

QUALIFYING EXPERIENCE (FIRM)

• Global One Networks, LLC (GLOBAL): GLOBAL presented projects that had similar
requirements, but the value of its largest project was $120k.

• Morrissette Electric, Inc. (MEI): MEI presented projects that were much more
electrical in nature than data (IP). There were numerous projects, but most
were relatively low in contract value. The largest three had values between
$100k and $2.5M.

• ~O-=r'-'i"-o"-n"---'Ma="n"a"'q._e=.m=e00n"-t"--'S"-e=r-'v-'i"-c=-e=s-''--"L"L"-C"---'-(O=R"I"O"N"'-) :
OR I ON presented pro j e ct s that had
similar requirements and projects of similar value. However, the value of the
largest project was $4.6M.

• OB TS is one of the incumbent


cO-'r-'l=-a~n~d-=o~B=-u~s_i-'n_e=-s~s_T_e~l-'e~p-'h-'o~n-'e_S~y~s-'t-'e~m_s~,...,..I_n~c-._~(O_B.,T_S-')~:
providers and included projects with the Aviation Authority plus others. The
value of its largest project was $2.SM.

• ~Q-'u-'a_l_i_t~y--'C_ab~l_e__C_o_n_t_r_a_c_t_o_r_s-',~-I_n_c_.__(~Q~U_AL
__ I_T_Y~)_: QUALITY is one of the incumbent
providers and included projects with the Aviation Authority plus others. The
value of its largest project was just short of $500k.

• Volt Telecommunications Group, Inc. (VOLT) VOLT presented projects that had
similar requirements and most of them were relatively large, with the largest
valued at $650k.

LICENSING REQUIREMENTS

• Global One Networks, LLC (GLOBAL): GLOBAL is a Licensed Limited Energy Systems
Specialist in the State of Florida.
Minutes of the Professional Services Committee
July 17, 2014
Page 6 of 8

• Morrissette Electric, Inc. (MEI): MEI is a Licensed Electrical Contractor in


the State of Florida.

• Orion Manaqement Services, LLC (ORION): ORION is a Licensed Electrical


Contractor in the State of Florida.

• Orlando Business Telephone Systesm, Inc. (OBTS): OBTS is a Licensed Limited


Energy Systems Specialist in the State of Florida.

• Quality Cable Contractors, Inc. (QUALITY): QUALITY is a Licensed Limited Energy


Systems Specialist in the State of Florida.

• Volt Telecommunications Group, Inc. (VOLT): VOLT is a Licensed Alarm System


Contractor I (Fire and Burglar)

Chair Thornton requested that the PSC provide its evaluation of the LOis. The PSC
consensed that all six firms have good, similar project experience and are
qualified to provide these services. Mr. Vinelli noted that the Proposers were
required to be Licensed Limited Energy System Specialists in the State of Florida
for these services. Legal Counsel noted that, per Florida State Statutes, the
scope of work for Limited Energy Systems Specialty can also be performed by firms
processing higher-grade licenses, such as a Limited Electrical Contractor, Alarm
System Contractor I, Alarm System Contractor II, and/or Residential Electrical
Contractor. All six proposers possess at least one of these licenses; thus, all of
the Proposers are qualified under Florida law to perform these services. Chair
Thornton stated that the Proposers who meet the State requirements for Limited
Energy Systems Specialty should not be disqualified because of the specialty types
of licenses. Chair Thornton further stated that the Proposer's experience and
staff expertise will be considered when evaluating the Proposer's qualifications
during the interview phase of the selection process.

Chair Thornton inquired if any of the Proposers have work experience with the
Aviation Authority, and Mr. Vinelli answered that Orlando Business Telephone
Systems, Inc. and Quality Cable Contractors, Inc. currently have contracts as low
voltage wiring and installation service providers through the Purchasing
Department. Mr. Vinelli further stated that these contracts are valid until August
2014. Chair Thornton reminded the PSC that the Proposers who are currently under
contract with the Aviation Authority would not be precluded from this selection
process, and if selected, will have separate continuing contracts with the Aviation
Authority.

After further deliberations, the PSC concurred with staff's evaluation, and
recommended shortlisting all six (6) firms listed below for further consideration.
The PSC agreed that, through their LOis, the six (6) firms listed below
demonstrated, among other things, their ability to provide the advertised services,
their prior experience on similar projects, their past performance, and their
commitment to the Aviation Authority's DBE/MWBE/LDB Participation Programs.

Upon motion of Mr. Ruohomaki, second by Mr. Patterson, vote carried to shortlist
the six firms listed below for further consideration for the W320, Continuing Low
Voltage Construction Services at the Orlando International Airport and Orlando
Executive Airport (in alphabetical order).

• Global One Networks, LLC


• Morrissette Electric, Inc.
• Orion Management Services, LLC*
• Orlando Business Telephone Systems, Inc.
Minutes of the Professional Services Committee
July 17, 2014
Page 7 of 8

• Quality Cable Contractors, Inc.*


• Volt Telecommunications Group, Inc.

*The PSC's shortlisting of these two firms is subject to resolution of the


following discrepancies prior to the interview stage:

• Orion Management Services, LLC:

A. Provide the name and address of the legal entity that will contract with
the Aviation Authority if awarded the Agreement for the Services. The
following was noted regarding the name of your firm in your LOI: Proposing
entity was listed as ''Orion Management, LLC, yet the Florida Secretary of
State Certification included in the LOI was in the name of "Orion
Management Services, LLC".

B. Provide sufficient evidence of the Proposer's ability to provide the


required insurance coverage (as identified in the Submission
Requirements) , either by means of an existing policy or other verifiable
proof (i.e., Agent/Broker commitment letter). The following was noted
regarding the insurance included in your LOI:

• Insurance was provided in the name of "Orion Management, LLC".


• Automobile Liability (AL) was insufficient.
• All policies have expired.

C. Provide an acknowledgement by the Proposer's Surety of the Proposer's


ability to provide 100% Performance and Payment Bonds for a minimum of Two
Million dollars ($2,000,000) for a single project together with evidence
for maximum single project bonding capacity and Proposer's aggregate
bonding capacity. The following was noted regarding the bonding included
in your LOI: Bonding was provided in the name of "Orion Management, LLC".

• Quality Cable Contractors, Inc.: Provide sufficient evidence of the Proposer's


ability to provide the required insurance coverage (as identified in the
Submission Requirements), either by means of an existing policy or other
verifiable proof (i.e., Agent/Broker commitment letter). The following was
noted regarding the insurance included in your LOI: Employer's Liability (EL)
was insufficient.

The PSC set a meeting date of Monday, August 4, 2014, at 8:00 a.m., to interview
the shortlisted firms. Each firm will be provided 20 minutes for the interview
process, and should be represented by a principal representative of the firm, the
proposed Project Manager, and the proposed Project Superintendent.

The PSC further noted that each firm should be prepared to address the following:

• Your firm's organizational structure proposed for this solicitation (e.g., the
chain of decision makers and escalation), and the qualifications and experience
of those proposed.
• Qualifications, including certifications and licenses, of the staff proposed
for this solicitation and their experience that is relevant to the scope of
this solicitation (i.e., low-voltage communications media (fiber and copper
with emphasis on single-mode fiber and IP), conduit, and electrical service to
IT equipment for both inside and outside plant work orders.
• Test and diagnostic equipment that is proposed to be available to the staff
proposed for this solicitation (e.g., OTDR).
Minutes of the Professional Services Committee
July 17, 2 014
Page 8 of 8

• How these services are to be delivered and the response time commitments for:
(1) routine work orders , and (2) emergency work orders . In particular, how the
resou r ces (e.g. , staff , equipment and supplies) can be allocated , and from
where, to meet the needs of the work orders of variable scope and value, and on
short notice f rom t i me to time.
• Practical limitations to response times and allocations of staff , equipment and
suppl i es for work orders (e . g ., the practical maximum number of q ualified staff
and other resources that can be dedicated to a GOAA IT work order with a: (1)
short notice , and (2) 6 -month notice).

ADJOURNMENT
2. There being no further business for discussion, the meeting was adj ourned at
4 : 10 p .m .

St ley J . Thor to , Chair


Professional Serv ces Committee
Ch ief Operating Officer
On TUESDAY, JULY 29, 2014, the PROFESSIONAL SERVICES COMMITTEE of the Greater
Orlando Aviation Authority met in Conference Room "Cu, 5850-B Cargo Road, Orlando
International Airport, Orlando, Florida. Vice Chair Churchill called the meeting
to order at 8:50 a.m. The meeting was posted in accordance with Florida Statutes
and a quorum was present.

Committee Members present:


Jacki Churchill, Vice Chair
Ron Lewis, Deputy Executive Director of Operations
Davin Ruohomaki, Senior Director of Planning, Engineering & Construction
Mike Patterson, Director of Construction

Also present:
Robert Alfert, Legal Counsel
Tanuny Epling, Construction
Debbie McKeown, Construction
John Carlson, Construction
Bob Pete, Maintenance
Mark Birkebak, Engineering
Tom Draper, Operations
Pam L'Heureux, Construction Finance
John Guirges, URS
Somdat Jiawan, Small Business Development
Michelle Tatom, Small Business Development
Drew Krizman, Hensel Phelps
Kathy Anderson, Planning and Engineering
Mary Mading, Recording Secretary

LOBBYIST DISCLOSURE
Parties present were reminded that 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 1st 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
of fices and the web site. Please contact the Director of Board Services with
questions at (407) 825-2032.

ANNOUNCEMENT
Any appeals of decisions made by the Professional Services Committee (PSC) must be
filed with the Executive Director within five business days (no later than 4: 00
p.m. on the fifth business day) of the rendition of that decision, except those
that have issues under Contract, in which case the contract provisions supersede.
Minutes of the Professional Services Committee
July 29, 2014
Page 2 of 6

PRE-QUALIFICATION OF CONSTRUCTION MANAGER AT RISK (CM@R) SUBCONTRACTORS

REQUEST FOR APPROVAL OF HENSEL PHELPS CONSTRUCTION COMPANY'S PRE-QUALIFICATION OF


ADDITIONAL SUBCONTRACTORS FOR SITE LOGISTICS FOR THE SOUTH AIRPORT AUTOMATED
PEOPLE MOVER (APM) COMPLEX PROGRAM.
1. Mr. Guirges presented the memorandum, dated July 29, 2014, along with Hensel
Phelps Construction Company's pre-qualification of additional subcontractors for
site logistics for the South Airport Automated People Mover (APM) Complex Program
at the Orlando International Airport.

In accordance with the Construction Manager at Risk (CM@R) Agreement (Paragraph


2.7.3) with Hensel Phelps Construction Company (HPCC) and GOAA Policies and
Procedures (120.10 and 130.03), this item is for the PSC's consideration of HPCC's
letter, dated July 22, 2014, requesting approval of the pre-qualification of the
subcontractors/suppliers for the South Airport APM Complex Program for the
Statement of Qualifications (SOQ) No. 2.

The Request for Qualifications (RFQ) for SQQ No. 2 was advertised on June 29,
2014, and solicited qualifications from interested Subcontractors/Suppliers for
work associated with GMP No. 10 (Site Logistics) as follows:

• Site Logistics: This package will include Site Access Improvements including
temporary access roads, temporary parking lots, office trailer complex
including modular office units, temporary office infrastructure, decking, and
temporary utilities necessary for the operation of the office trailer compound
(i.e., wastewater distribution including lift station, overhead electrical
distribution, water distribution, and corrununications).

Eleven (11) SOQs were received for SOQ No. 2 on July 11, 2014. HPCC's
recommendation is based on the following categories:

Category A: Pre-qualification for contract values $500,000 and below:

• Construction Logistics
~ ACY Constructors, LLC (MWBE/LDB)
• Erosion Control/SWPPP
~ None
• Utilities
~ None
• Landscaping
~ None
• Striping
~ None
• Site Specialties
~ JWP Iron and Fence, LLC (MWBE)
• Precast Erection
~ None
• Dewater ing
~ None
• Asphalt Pavement
:;. None
• Duct Bank
~ None
• Pond Liners
~ None
• Pile Foundations
~ None
Minutes of the Professional Services Committee
July 29, 2014
Page 3 of 6

• Cast-In-Place (CIP) Concrete


> None
• Miscellaneous Metals
> JWP Iron and Fence, LLC (MWBE)
• Traffic Topping Sealer
> None
• Plumbing
> None
• Clearing, Grading and Earthwork
> None
• Survey
> Ambient Technologies, Inc. (MWBE)
• Site Lighting
> Heron Electric, Inc. (MBE/LDB)
• Concrete Pavement
> None
• Precast Supply
>- None
• Rough Carpentry
Leo's Construction Services, Inc. (MWBE pending)
ACY Constructors, LLC (MWBE/LDB)
• Building Specialties
» Leo's Construction Services, Inc. (MWBE pending)
• Guard Rails and Barriers
> None
• Electrical and Special Systems
> Heron Electric, Inc. (MBE/LDB)
Category B: Pre-qualification for contract values $500,000 and above:
• Construction Logistics
>- Williams Scotsman, Inc.
» Nortex Modular Leasing and Construction Co.
> Satellite Shelters, Inc.
• Erosion Control/SWPPP
» Tucker Paving, Inc.
> JCB Construction, Inc. (MWBE)
>- United Grading and Excavating*
• Utilities
>- Tucker Paving, Inc.
» United Infrastructure Group, Inc.
> JCB Construction, Inc. (MWBE)
• Landscaping
> None
• Striping
» Tucker Paving, Inc.
» United Grading and Excavating*
• Site Specialties
> JCB Construction, Inc. (MWBE)
• Precast Erection
>- United Infrastructure Group, Inc.
• Dewatering
> JCB Construction, Inc. (MWBE)
> United Grading and Excavating*
• Asphalt Pavement
>- Tucker Paving, Inc.
Minutes of the Professional Services Committee
July 29, 2014
Page 4 of 6

>- United Grading and Excavating*


• Duct Bank
? None
• Pond Liners
JCB Construction, Inc. (MWBE)
United Grading and Excavating*
• Pile Foundations
>- United Infrastructure Group, Inc.
• Cast-In-Place (CIP) Concrete
>- United Infrastructure Group, Inc.
• Miscellaneous Metals
? Maverick Constructors, LLC (MBE)
• Traffic Topping Sealer
» United Grading and Excavating*
• Plumbing
? None
• Clearing, Grading and Earthwork
» Tucker Paving, Inc.
~ United Infrastructure Group, Inc.
? JCB Construction, Inc. (MWBE)
» United Grading and Excavating*
• Survey
? None
• Site Lighting
>- None
• Concrete Pavement
>- Tucker Paving, Inc.
>- United Infrastructure Group, Inc.
• Precast Supply
? None
• Rough Carpentry
? None
• Building Specialties
? Maverick Constructors, LLC (MBE)
• Guard Rails and Barriers
United Infrastructure Group, Inc.
United Grading and Excavating*
• Electrical and Special Systems
? None
*Per the email coordination between HPCC and Legal Counsel, dated July 28, 2104'
United Grading and Excavating was found pre-qualified for the categories noted
above.

Contractors that did not meet the minimum qualifications:

Subcontractor Reason

~ Perrin Enterprises No ability to bond or provide minimum


insurance requirements at this time.
Project references do not show
capability to perform work greater than
$500k. Additional reference provided
stated that Perrin is not capable of
performing work greater than $500k and
gave a "Poor" overall performance
Minutes of the Professional Services Committee
July 29, 2014
Page 5 of 6

rating.

~ Allied Trailers Sales and Rentals Did not submit a complete Statement of
Qualifications.

~ HZ Construction, Inc. Pending additional information, Decision


to be made with SOQ No. 3.

~ United Grading and Excavating Per the HPCC email, dated July 28, 2014,
United is not qualified for the
following categories because they
currently do not have a Florida
Contractor's License or other applicable
specialty contractor's license: Survey,
Utilities and Duct Bank.

All firms that met the minimum qualifications set forth by HPCC will remain pre-
qualified for future GMP packages.

Mr. Krizman noted that SOQ No. 2 provided for five (5) new firms under the $500k
and below category, seven (7) new firms under the $500k and above category, two
(2) firms that are considered non-qualified, and one (1) pending additional
information.

Mr. Krizman noted from the previous PSC meeting held on July 22, 2014, the PSC
reached consensus that the pre-qualification of United Grading and Excavating
(United) from SOQ No. 1 be deferred until United had successfully obtained a
Florida Contractor's License. After reviewing the pre-qualification categories
and Florida State Statute requirements/exemptions for Contractor Licenses, Legal
Counsel submitted an e-mail from HPCC, dated July 28, 2014, providing the
categories that United could be pre-qualified for without a General Contractor's
or specialty contractor's license. Legal Counsel requested that this email become
part of the record of the July 22, 2014, PSC meeting. Mr. Krizman indicated that
HPCC determined, in accordance with Legal Counsel's guidance, and its own internal
Legal Counsel's guidance, that United should be pre-qualified as shown below. Mr.
Krizman indicated that United understands these category limitations.

Category B: Pre-qualification for contract values $500,000 and above:

• Clearing, Grading and Earthwork


~ Qualified
• Erosion Control I SWPPP
~ Qualified
• Dewater ing
~ Qualified
• Survey
~ Not Qualified
• Utilities
~ Not Qualified
• Asphalt Pavement
~ Qualified
• Duct Bank
~ Not Qualified
• Striping
~ Qualified
• Pond Liners
~ Qualified
• Traffic Topping Sealer
Minutes of the Professional Serv ices Committee
July 29, 2014
Page 6 of 6

~ Qualified
• Guard Rails and Barriers
~ Qualified

The PSC reached consensus that the pre-qualif i cation of United Grading and
Excavating for SOQ No. 2 be revised to include the ca tegories as defined above.

Mr . Patterson questioned if HPCC had released its final RFQ for all remaining
trade pre - q u alifications . Mr. Krizman stated yes , that HPCC advertised in the
Orlando Sentinel on Sunday , Ju l y 27, 2014 , for SOQ No . 3 , which is for GMP No. 5
(Parking Garage) , GMP No . lB (Site Work and Utilities) , GMP No. 4 (Roads and
Bridges) and GMP No. 11 (North Terminal Station). A copy of SOQ No . 3 can a l so be
found on HPCC ' s website at: http : //www.hense l phe l ps .com/images/uploads/
teasers/SOQ_3_ADVERTIS EMENT . pdf .

Mr . Krizman noted that their pre-qualification form was also modified under past
performance to allow General Contractors to define any self - performance work.

Vi ce Chair Churchil l questioned if SOQ No. 2 was only relevan t for GMP No . 10
(Site Logistics) . Mr. Krizman stated no , tha t it will be for both GMP No . 10
(Site Logistics) and GMP No . lA (Initial Sitework) . Mr. Guirges stated that
because of the lower than expected response of SOQ No. 1, SOQ No . 2 was released
to allow for additional participation . Mr . Guirges stated that for all future
SOQs received , staff will wait to present their fi n dings to the PSC once a
satisfactory grouping has been received.

Mr . Patterson stated t h at GOAA Projects Administration is keeping an active log of


all pre-qualified subcontractors .

Legal Counse l n oted t hat SOQ No . 2 provided more mi nority firm participat i on. Mr .
Krizma n stated that Ms . Pat Wallace will be holding o n e - on-one meetings with any
firms interested i n walking through the pre-qualification form to avoid any
confusion on what is expected. Mr . Krizman noted that the "matchmaking" event
wi ll be h eld on August 19 , 2014, as a meet - and-greet opportunity for t he pre-
qualified subcontractor firms .

Upon motion of Mr . Patterson, second by Mr. Ruohomaki, vote carried to: (1)
approve the pre-qualification of United Grading and Excav ating for SOQ No . 2 for
the categories defined above as identified in Legal Counsel's e-mail dated July
28, 2014; and, (2) approve Hensel Phelps Construction Company's pre-qualification
of its subcontractors/suppliers for GMP-lA (Initial Sitework) and GMP-10 (Site
Logistics) for the South Airport Automated People Mover (APM) Complex Program as
presented and outlined above. There is no impact to funding.

ADJOURNMENT
2. There being no further business for discussion , t he mee t ing adjourned at
8:59 a . m.

J. cki Churchil , Vi ce Chair


Professional Services Commi ttee
Chief Financial Officer
On MONDAY, AUGUST 4, 2014, the PROFESSIONAL SERVICES COMMITTEE of the Greater
Orlando Aviation Authority met in the Conference Room C, 5850-B Cargo Road,
Orlando International Airport, Orlando, Florida. Chair Thornton called the
meeting to order at 8: 00 a. m. The meeting was posted in accordance with Florida
Statutes and a quorum was present.

Committee Members present:


Stanley J. Thornton, Chair
Davin Ruohomaki, Senior Director of Planning, Engineering, & Construction
Ron Lewis, Deputy Executive Director - Operations
David M. Patterson, Director of Construction
Jacki Churchill, Chief Financial Officer

Also present:
John Newsome, Director of Information Technology
Sorndat Jiawan, Sr. Project Manager - Office of Small Business Development
John Vinelli, Manager - IT Projects
Joe Ambrose, Sr. Project Analyst
Lewis Felker, Manager - Networks and Infrastructure
Robert Alfert, Jr., Legal Counsel (Broad and Cassel)
Debbie McKeown, Asst. Manager of Projects Administration
Tammy Epling, Manager of Projects Information
Cheri Baxter, Recording Secretary

Others present:
Marion Peterson, Global One Networks, LLC
Ellis Baumer, Global One Networks, LLC
Valerie Mundy, Global One Networks, LLC
Navin Jiawan, Archis Technologies
Israel Colon, Sr., Integration Wiring
Jean Morrissette, Morrissette Electric, Inc.
Wayne Copley, B&W Data Comm., LLC
Tim Brittel, Orion Management Services, LLC
Dale Cicirelli, Orion Management Services, LLC
Jason Fowler, Orion Management Services, LLC
John Fisher, Orlando Business Telephone Systems, Inc.
Bart Bornak, Orlando Business Telephone Systems, Inc.
Linda Childress, Orlando Business Telephone Systems, Inc.
Jorge Del Rio, Quality Cable Contractors, Inc.
Gabriel Del Rio, Quality Cable Contractors, Inc.
Jeff Shelor, Quality Cable Contractors, Inc.
Brian Liegey, Volt Telecommunications Group, Inc.
Robert Stone, Volt Telecommunications Group, Inc.
Collins Williams, Volt Telecommunications Group, Inc.

LOBBYIST DISCLOSURE
For individuals who conduct lobbying activities with Aviation Authority employees
or Board members, registration with the Aviation Authority is required each year
prior to conducting any lobbying activities. A statement of expenditures incurred
in connection with those lobbying instances should also be filed prior to April 1
of each year for the preceding year. As of January 16, 2013, lobbying any
Aviation Authority Staff who are members of any committee responsible for ranking
Proposals, Letters of Interest, Statements of Qualifications or Bids and
thereafter forwarding those recommendations to the Board and/or Board Members is
prohibited from the time that a Request for Proposals, Request for Letters of
Interests, Request for Qualifications or Request for Bids is released to the time
that the Board makes an award. As adopted by the Board on September 19, 2012,
lobbyists are now required to sign-in at the Aviation Authority offices prior to
any meetings with Staff or Board members. In the event a lobbyist meets with or
otherwise communicates with Staff or a Board member at a location other than the
Aviation Authority offices, the lobbyist shall file a Notice of Lobbying (Form 4)
detailing each instance of lobbying to the Aviation Authority within 7 calendar
Minutes of the Professional Services Committee
August 4, 2014
Page 2 of 14

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 website.
Please contact the Director of Board Services with questions at (407} 825-2032.

ANNOUNCEMENT
Any appeals of decisions made by the Professional Services Committee (PSC) must be
filed with the Executive Director within five (5} business days (no later than
4: 00 p.m. on the fifth business day) of the rendition of that decision, except
those that have issues under Contract, in which case the contract provisions
supersede.

COMMENT CARDS
Comment cards were made available to any of the public that wished to comment. An
opportunity for public comments will be provided before a recommendation is made
by the PSC.

INTERVIEWS/RANKING OF SHORTLISTED FIRMS FOR W320, CONTINUING LOW VOLTAGE


CONSTRUCTION SERVICES, AT THE ORLANDO INTERNATIONAL AIRPORT AND ORLANDO EXECUTIVE
AIRPORT
1. Pursuant to the action of the PSC at its meeting on July 17, 2014, the six
shortlisted firms listed below (in alphabetical order) were interviewed for
further consideration and recommendation to the Aviation Authority Board for the
subject services:

• Global One Networks, LLC


• Morrissette Electric, Inc.
• Orion Management Services, LLC
• Orlando Business Telephone Systems, Inc.
• Quality Cable Contractors, Inc.
• Volt Telecommunications Group, Inc.

The PSC and staff had previously been furnished a copy of each Letter of Interest
(LOI} along with the Advertisement, the Submission Requirements, and other
supporting documentation.

It was the consensus of the PSC to utilize 20-minute interviews for the selection
process. Each firm was allowed up to 5 minutes to make a team introduction,
followed by the PSC conducting a 15-minute question and answer session. Most
firms were represented by a principal representative of the firm, the proposed
project manager, and key staff members identified in the LOI.

The shortlisted firms were instructed to address the following during the
interviews: (1) the firm's organizational structure proposed for this solicitation
(e.g., the chain of decision makers and escalation), and the qualifications and
experience of those proposed; (2) qualifications, including certifications and
licenses, of the staff proposed for this solicitation and their experience that is
relevant to the scope of this solicitation (i.e., low-voltage communications media
(fiber and copper with emphasis on single-mode fiber and IP), conduit, and
electrical service to IT equipment for both inside and outside plant work orders;
(3) test and diagnostic equipment that is proposed to be available to the staff
proposed for this solicitation [e.g., Optical Time-Domain Reflectometer (OTDR)];
(4) how these services are to be delivered and the response time commitments for:
(a) routine work orders, and (b) emergency work orders; in particular, how the
resources (e.g., staff, equipment and supplies) can be allocated, and from where,
to meet the needs of the work orders of variable scope and value, and on short
notice from time to time; and (5) practical limitations to response times and
allocations of staff, equipment and supplies for work orders (e.g., the practical
Minutes of the Professional Services Committee
August 4, 2014
Page 3 of 14

maximum number of qualified staff and other resources that can be dedicated to an
Aviation Authority IT work order with: (a) short notice, and (b) 6-month notice).

Interviews were conducted from 8:00 a.m. to 10:30 a.m. Each firm made its
introduction, which was then followed by the interview where questions were posed
by the PSC and staff. Questions were directed to each firm's proposed project
manager who then responded or deferred to colleagues.

• Global One Networks, LLC (GLOBAL): GLOBAL was represented by Mr. Marion
Peterson, General Manager; Mr. Ellis Baumer, Lead Estimator; Ms. Valerie Mundy,
Project Manager; Mr. Navin Jiawan, CEO of Archis Technologies; and Mr. Israel
Colon, Sr., CEO of Integration Wiring. GLOBAL provided a handout, a copy of
which is on file. During its introduction, GLOBAL satisfactorily addressed the
experience and expertise of its team members and key personnel proposed for
these services; its experience that prepared them to provide these services;
its proposed projects and how they were similar to those anticipated under this
agreement; its emergency response capabilities and availability of related
equipment (testing and diagnostic); and its response to anticipated challenges.

Chair Thornton instructed the PSC and staff to pose questions based on GLOBAL's
introduction and submitted LOI. The following questions were addressed, which
included, but were not limited to:

1. Has GLOBAL ever pulled City of Orlando permits for low voltage work?
GLOBAL replied that they have pulled City permits, but not low voltage
permits.

2. Has GLOBAL's proposed team worked together on previous projects?


GLOBAL stated that this would be the first project together for this
specific team.

3. How many people are currently employed at GLOBAL?


GLOBAL replied that there are eight crews and vehicles available.

4. Has GLOBAL installed access controls system before?


GLOBAL stated yes. It was a Carey system at Guardian Care.

5. What is the largest low voltage project completed by GLOBAL?


GLOBAL replied $120k at Guardian Care.

6. GLOBAL received a negative review from Osceola County Fire Rescue.


Please explain what happened?
GLOBAL stated that they were doing a project to install CAT6 cable for
all of the Osceo.la County fire stations. There was an issue with the
materials and it was resolved.

7. During GLOBAL's introduction, GLOBAL stated that fiber work could only be
provided on a scheduled basis.
GLOBAL responded that their installer, UFO, does not do emergency
response, but GLOBAL has other subcontractors to call upon if needed.

8. Please detail the typical equipment carried on GLOBAL's trucks.


GLOBAL stated that they carry cables, Fluke testers, LAN tester, hand
tools, ladders, etc.

9. Does GLOBAL perform any fiber work by in-house staff?


GLOBAL replied that all fiber installation work will be subcontracted to
UFO.
Minutes of the Professional Services Committee
August 4, 2014
Page 4 of 14

10. In GLOBAL' s opinion, what was its most challenging aspect of the Amway
Center (in Orlando) project?
GLOBAL replied that the engineering, scheduling, and completion were all
challenging because of the short timeline given.

11. Does GLOBAL have any experience with DEMARC and setup of cable rooms?
GLOBAL replied yes, they have experience with infrastructure, hash
panels, and testing of systems.

12. Please explain about GLOBAL' s emergency response capability and provide
an example.
GLOBAL stated that it has a scheduled on-call list for 24-hour emergency
response. Once called, GLOBAL will trouble-shoot the Aviation
Authority's system, and dispatch a technician onsite, if needed. Chelsey
County Airport had a Tl line go down once, to which GLOBAL responded and
fixed.

13. What is GLOBAL's typical emergency response time?


GLOBAL replied 8 hours for routine calls and 4 hours for emergency calls.

14. Has GLOBAL ever completed an underground Outside Plant (OSP) install
without a safety incident in the last three years?
GLOBAL stated that it has had no safety incidents.

15. Do you have any experience in campus environments with over 100
communication rooms?
GLOBAL replied it does not.

16. Who is responsible for the quality of pulling fiber optic cables and
ensuring best practices?
GLOBAL responded that its subcontractor, UFO, will be installing the
fiber. They have experienced technicians.

17. Will UFO be performing the work with in-house staff or subcontracting?
GLOBAL replied they had no knowledge of subcontractors under UFO.

18. Most of the work will be underground and pulling through manholes. Does
GLOBAL have any experience with this type of work?
GLOBAL replied they do not.

19. Where is UFO located and how many staff do they have?
GLOBAL replied that UFO is in the Longwood area and they have resumes for
4 technicians (2 crews).

20. Does GLOBAL own or have immediate access to a fiber fusion splicer?
GLOBAL replied yes.

21. Do you have a confined space program?


GLOBAL replied that they are OSHA certified.

The PSC noted that GLOBAL provided a good LOI, which included a satisfactory
approach and an adequate understanding of the services required. GLOBAL was
responsive during the interview. GLOBAL has an experienced team with similar
work experience. GLOBAL' s office is located in Orlando, FL, and has been in
business for over 2 years. GLOBAL' s project manager has over 25 years of
professional engineering and low voltage experience. GLOBAL' s project
experience includes data cabling at several fire station locations for Osceola
County; ongoing telecommunications services at several Florida locations for
Semnac Technologies; installation of security cameras and access control system
Minutes of the Professional Services Committee
August 4, 2014
Page 5 of 14

for Guardian Care Nursing and Rehab Facility, Orlando, FL; data cabling for IP
cameras at several locations for the Lake County School District; ongoing data
cabling system training for Career Source of Central Florida; and, network
cabling installation for Coca Cola Distribution Facility, Orlando, FL. GLOBAL
provided the required license, insurance, and bonding information, and received
positive reference responses. GLOBAL is a certified MWBE firm and provided a
statement that it is committed to achieving the participation goals of the
Aviation Authority's DBE, MWBE, and LOB programs.

• Morrissette Electric, Inc . (MEI): MEI was represented by Mr. Jean


Morrissette, President; and Mr. Wayne Copley, Manager Member of B&W Data
Comm. LLC. During its introduction, MEI addressed the experience of its
team members proposed for these services; and its experience that prepared
them to provide these services.

Chair Thornton instructed the PSC and staff to pose questions based on MEI'S
introduction and submitted LOI. The following questions were addressed, which
included, but were not limited to:

1. How many people are currently employed at MEI?


MEI stated that it has four employees.

2. Has MEI ever pulled City of Orlando permits for low voltage work?
MEI replied that MEI has not, but Mr. Copley added that he has pulled
permits from the City as well as other agencies.

3. Does MEI have any similar agreements with any other government entities?
MEI stated MEI has been working for FDOT for the past 5 years on a yearly
contract basis. Projects have been from Orlando to Miami.

4. The sample projects listed seem to be primarily electrical. Does MEI


have any low voltage projects?
MEI stated that i t is finishing up a distribution center for the U.S.
Postal Service in Jacksonville, FL, in which MEI is installing hard
access and video cameras. MEI has been servicing the U.S. Postal Service
for over 20 years. Mr. Copley added that he has performed low voltage
work including wiring of facilities for Lockheed Martin and various
credit unions. MEI stated that they did some data work at Tampa
International Airport back in 1999 for Delta Airlines' upgrades.

5. What is the largest data project MEI has done?


MEI replied that the Jacksonville project is worth approximately $215k.

6. Has MEI worked at Orlando International Airport (OIA)?


MEI stated MEI worked at OIA under a "snaps" program agreement for
approximately 6 years in the late 1990's. After the September llu event,
the program was discontinued. Since then, MEI last worked at OIA in
2012.

7. Has MEI ever run any cable or fiber outside?


MEI stated that MEI has run 2" conduit and fiber to a medical center.

8. Does MEI have staff with experience pulling cable through manholes?
MEI replied that :MEI has done high voltage work that required access
through manholes.

9. Does MEI have a confined space program?


MEI replied that :MEI does, but its OSHA certifications will need to be
renewed.
Minutes of the Professional Services Committee
August 4, 2014
Page 6 of 14

10. Does MEI have a Quality Assurance (QA) plan to prevent damage to the
fiber while pulling through manholes?
MEI replied that MEI tests the £iber 11 on the reel" and a£ter the pul.l.

11. Please explain about MEI' s emergency response capability and provide an
example.
MEI stated MEI has been the preferred contractor £or the U.S. Pasta.I
Service £or many years, including emergency response for hurricanes.
Emergency response time is a 4-hour window.

12. What kind of fiber test equipment does MEI have?


MEI stated that MEI has power meters, CMA4000 OTDR, and a splicer.

13. MEI stated earlier that it only has 4 individuals on staff?


MEI replied that MEI has 3 individuals immediately ready to join MEI.

The PSC noted that MEI provided an adequate LOI, which included a project
approach and a basic understanding of the services required. MEI was
responsive during the interview. MEI has an experienced team with similar work
experience. MEI's office is located in Sanford, FL, and has been in business
for over 22 years. MEI's project manager has over 25 years of electrical and
construction management experience. MEI's project experience includes a
security system upgrade and CCTV/Cat6 cabling optimization for the U.S. Postal
Service in Jacksonville, FL; electrical modifications and renovations for the
Crown Oak Condo Association, Longwood, FL; data and electrical renovations for
the U.S. Postal Service in Tampa, FL; and, space data and electrical
optimization for the U.S. Postal Service in Titusville, FL. MEI's past project
experience was mostly electrical with some data and low voltage (LV)
experience. MEI' s proposed personnel with significant data/LV experience are
currently not employed by MEI, but would become so subject to successful award
of this agreement. MEI provided the required license, insurance, and bonding
information, and received positive reference responses. MEI is a MWBE and
Service Disabled Veteran Owned Business (SDVOB) certified firm, and provided a
statement that it is conunitted to achieving the participation goals of the
Aviation Authority's DBE, MWBE, and LOB programs.

[The PSC recessed at 8:48 a.m., and reconvened at 9:00 a.m.]

• Orion Management Services, Inc. (ORION) : ORION was represented by Mr. Tim
Bri ttel, Principle; Mr. Dale Cicirelli, Program Manager; Mr. Navin Ji a wan,
CEO of Archis Technologies; and, Mr. Jason Fowler, Field Supervisor. ORION
provided a handout, a copy of which is on file. During its introduction,
ORION satisfactorily addressed the experience and expertise of its team
members and key personnel proposed for these services; its experience that
prepared them to provide these services; its proposed projects and how they
were similar to those anticipated under this agreement; its emergency
response capabilities and availability of related equipment (testing and
diagnostic); and its response to anticipated challenges.

Chair Thornton instructed the PSC and staff to pose questions based on ORION's
introduction and submitted LOI. The following questions were addressed, which
included, but were not limited to:

1. How many people are currently employed at ORION?


ORION stated that ORION has 15 employees.

2. How many employees are experienced with low voltage?


ORION replied that ORION has 7 certified technicians.
Minutes of the Professional Services Committee
August 4, 2014
Page 7 of 14

3. Has ORION ever pulled City of Orlando permits for low voltage work?
ORION replied, yes, i t has pulled low voltage City permits.

4. Does ORION have any similar agreements with any other government
entities?
ORION stated that ORION does have similar agreements, but not out of its
Merritt Island office.

5. What is the largest low voltage project completed by ORION?


ORION stated that company-wide, its largest is $8M, and for the Merritt
Island office, it is $900k.

6. Explain ORION' s corporate structure and how it would pull in outside


resources if needed.
ORION stated that ORION has over 120 people nationwide and are currently
working in 4 other countries. ORION has offices in Washington, D. C.;
Spokane, WA,- and Maine. ORION will use its in-house technicians or hire
locally to meet the needs of its clients.

7. For the local projects listed in ORION's LOI, who did the work?
ORION replied that Mr. Jason Fowler did the work.

8. What is ORIONS's typical emergency response time?


ORION responded that ORION's office is only 35 minutes from OIA.

9. What are ORION's mobile resources?


ORION replied that it has 4 trucks with trailers.

10. Please detail the typical equipment carried on ORION's trucks.


ORION replied that its trucks carry fusion splicers for fiber, Belden
termination kits, fish sticks, push rods, tripods, and sniffers for
manholes. Also carried are standard low voltage cabling and termination
tools. Scopes that are calibrated and ready when needed are typically
kept at the shop.

11. What is ORION's largest outside plant project (OSP)?


ORION replied that its Cape Canaveral project was the largest in which
ORION ran 2.5 miles of unbroken cable through approximately 40 manholes.

12. Who pulled the cable?


ORION replied that ORION's in-house technicians pulled all the cable by
hand. ORION added that ORION also has tensioners i f needed for this type
of project.

13. Has ORION completed any underground OSP installs without a safety
incident in the last three years?
ORION stated that i t has never had a safety incident.

14. Does ORION have a confined space program?


ORION replied that, yes, ORION does have a confined space program and is
OSHA certified.

15. Who performs ORION's fiber installs?


ORION stated that the installations are done in-house.

16. What type of connectors does ORION use, and is ORION familiar with Main
Distribution Frames (MDFs) and Intermediate Distribution Facilities
(IDFs)?
Minutes of the Professional Services Committee
August 4, 2014
Page 8 of 14

ORION replied that ORION uses fiber optic termination connectors in both
single-mode and multi-mode. ORION continued that it is currently doing a
design/build project dealing with MDFs and IDFs.

17. Please explain about ORION's emergency response capability and provide an
example.
ORION stated that all 4 teams are qualified for emergency response. For
routine calls, ORION will respond within 1 business day. ORION currently
has maintenance contracts with the Washington D. C. Airport and Transit
Authority for 24-hour emergency service. ORION has never missed a
response time.

18. ORION did not list any minority subcontractors. Please explain how ORION
intends to fulfill this requirement.
ORION replied that ORION currently works with many MWBE subcontractors in
the Washington D.C. area. ORION will diligently pursue MWBE
subcontractors in the Central Florida area to meet this requirement.

The PSC noted that ORION provided an excellent LOI, which included a detailed
project approach, and a clear understanding of the services required. ORION
was very responsive during the interview and demonstrated the technical skills
and airport experience necessary to provide the required services. ORION has a
very experienced team with extensive similar work experience. ORION's
corporate office is located in Springfield, VA, with a local office located in
Merritt Island, FL, and has been in business for over 13 years. ORION' s
project manager has over 33 years of experience in low voltage management
experience. ORION's project experience includes cabling and testing of the new
Satellite Operations Facility at Cape Canaveral Air Force Station, FL; Kennedy
Space Center's Orion capsule launch control room and test stand communication
and network cabling; and system-wide fiber installation, and testing and
commissioning of the Washington (D.C.) Metropolitan Area Transit Authority rail
lines. ORION provided the required license, insurance, and bonding
information, and received positive reference responses. ORION provided a
statement that it is committed to achieving the participation goals of the
Aviation Authority's DBE, MWBE, and LOB programs.

• Orlando Business Telephone Systems, Inc. (OBTS): OBTS was represented by Mr.
John Fisher, President; Mr. Bart Barnak, VP Engineering/Design; and Ms.
Linda Childress, Controller. OBTS provided a handout, a copy of which is on
file. During its introduction, OBTS satisfactorily addressed the experience
and expertise of its team members and key personnel proposed for these
services; its experience that prepared them to provide these services; its
proposed projects and how they were similar to those anticipated under this
agreement; its emergency response capabilities and availability of related
equipment (testing and diagnostic); and its response to anticipated
challenges.

Chair Thornton instructed the PSC and staff to pose questions based on OBTS'
introduction and submitted LOI. The following questions were addressed, which
included, but were not limited to:

1. Does OBTS have any similar agreements with any other government entities?
OBTS replied that its agreement with the Aviation Authority is unique.
OBTS currently has other agreements, but these are all construction
contracts.

2. Has OBTS ever pulled City of Orlando permits for low voltage work?
OBTS replied that, yes, OBTS has pulled City low voltage permits.
Minutes of the Professional Services Committee
August 4, 2014
Page 9 of 14

3. OBTS listed that it has 22 installers. Are there any other resources?
OBTS stated that i t currently has 22 on-staff instal.l.ers and wil.l. pul.l.
resources from other subcontractors as an al.ternate workforce if needed.

4. What is OBTS' most recent outside plant project?


OBTS stated OBTS has recently completed a project at Regal Oaks. This
was a l.arge compl.ex with a l.ot of campus cabl.ing, pul.l.ing, spl.icing, and
sub-duct fiber instal.l.ation.

5. What is OBTS' emergency response capability?


OBTS stated that OBTS wil.l respond within 2 hours.

6. How many employees are currently with OBTS?


OBTS replied that they have approximately 50 employees.

7. Does OBTS have a confined space program?


OBTS stated that, although OTBS do not typically work in manholes, OBTS
does compl.y with al.l. OSHA regul.a tions. OBTS owns al.I the required
equipment including sniffers.

The PSC noted that OBTS provided an excellent LOI, which included a detailed
project approach, and a clear understanding of the services required. OBTS was
very responsive during the interview and demonstrated the technical skills and
airport experience necessary to provide the required services. OBTS has a very
experienced team with extensive similar work experience. OBTS' office is
located in Orlando, FL, and has been in business for over 33 years. OBTS'
project manager has over 16 years of experience in low voltage management
experience. OBTS' project experience includes numerous low voltage
communications media (fiber and copper with emphasis on single-mode fiber and
IP), conduit and electrical service to IT equipment projects (both interior and
exterior) with the Aviation Authority over the last 15 years; Hilton Orlando
Convention Center and Omni CharnpionsGate; Orange County Public Schools; and
Time Warner Telecom. OBTS is one of the Aviation Authority's incumbent low
voltage providers and has performed well during its tenure. OBTS provided the
required license, insurance, and bonding information, and received positive
reference responses. OBTS provided a statement that it is committed to
achieving the participation goals of the Aviation Authority's DBE, MWBE, and
LDB programs.

• Quality Cable Contractors, Inc. (QUALITY) : QUALITY was represented by Mr.


Jorge Del Rio, President; Mr. Gabriel Del Rio, Vice President and CFO; and
Mr. Jeff Shelor, Lead Technician. QUALITY provided a handout, a copy of
which is on file. During its introduction, QUALITY satisfactorily addressed
the experience and expertise of its team members and key personnel proposed
for these services; its experience that prepared them to provide these
services; its proposed projects and how they were similar to those
anticipated under this agreement; its emergency response capabilities and
availability of related equipment (testing and diagnostic); and its response
to anticipated challenges.

Chair Thornton instructed the PSC and staff to pose questions based on
QOALITY's introduction and submitted LOI. The following questions were
addressed, which included, but were not limited to:

1. Has QUALITY ever pulled City of Orlando permits for low voltage work?
Minutes of the Professional Services Committee
August 4, 2014
Page 10 of 14

QUALITY replied that they have pulled many types of City permits to
include low voltage.

2. Does QUALITY have any similar agreements with any other government
entities?
QUALITY stated that QUALITY has been working for the Orange County Public
School District.

3. How many people are currently employed at QUALITY?


QUALITY stated that QUALITY has 10 technicians.

4. Where is QUALITY's office located?


QUALITY replied that its office is on North Goldenrod Road in Orlando.

5. What is the largest low voltage project completed by QUALITY?


QUALITY stated that its ELC project for Orange County Public Schools has
been the largest. QUALITY continued that i t has completed several
projects at the Landside Terminal and all four airsides at OIA.

6. How long has QUALITY worked at OIA?


QUALITY responded that it is in its fourth year with the Aviation
Authority.

7. The projects listed in QUALITY' s LOI show mostly inside work. Does
QUALITY also do outside work?
QUALITY stated that they also work outside. QUALITY stated that it just
finished pulling cable at the Orange County Convention Center, which
included 6-strand fiber through manholes and concrete vaults.

8. Who did the splicing and what types of connectors were used?
QUALITY replied that QUALITY did the splicing in-house using both hot-
metal and fiber optic termination connectors.

9. Who pulled the cable and how was it tested?


QUALITY stated that QUALITY pulled all the cable in-house, primarily by
hand. QUALITY continued that QUALITY tested both wavelengths
bidirectional.

10. How many trucks does QUALITY have and what is the typical equipment
stocked?
QUALITY stated that QUALITY has 4 trucks, which are typically stocked
with OTDRs, splicers, CAT6 testers, etc. Most testing equipment is
maintained at the office and ready is for use per project requirements.

11. Any issues with IDF and MDF access?


QUALITY stated that QUALITY has occasionally had an issue with obtaining
security badges at OIA for its technicians, but this has always been
resolved quickly.

12. What emergency response plan does QUALITY have?


QUALITY stated that when an emergency call is received, QUALITY will
dispatch its technician with the right equipment. Response time is
normally within 2 hours.

13. How many people are certified for manholes at QUALITY?


QUALITY stated that i t has 1 technician is certified at this time, and
has recently scheduled OSHA courses for additional technicians to receive
this certification.
Minutes of the Professional Services Committee
August 4, 2014
Page 11 of 14

14. Does QUALITY propose any subcontractors?


QUALITY replied that QUALITY has several subcontractors that it has used,
with many of them MWBE-certified.

The PSC noted that QUALITY provided a very good LOI, which included a detailed
project approach and a clear understanding of the services required. QUALITY
was very responsive during the interview. QUALITY has a very experienced team
with similar low voltage work experience. QUALITY' s office is located in
Orlando, FL, and has been in business for over 28 years. QUALITY' s project
manager has over 30 years of communications experience. QUALITY' s project
experience includes fiber optic cabling for the Hyatt Regency at Orlando
International Airport (OIA); CCTV installation for JetBlue at OIA; installation
of wireless access points on Levels 1, 2, and 3 Landside at OIA; all low
voltage systems for a 5-building project for The Jacksonville Bridge, Christian
Prison Ministries, in Jacksonville, FL; and an 8-year continuing low voltage
contract with Orange County Public Schools. QUALITY is one of the Aviation
Authority's incumbent low voltage providers and has performed well during its
tenure. QUALITY provided the required license, insurance, and bonding
information, and received positive reference responses. QUALITY provided a
statement that it is committed to achieving the participation goals of the
Aviation Authority's DBE, MWBE, and LOB programs.

• Volt Telecommunications Group, Inc. (VOLT): VOLT was represented by Mr.


Brian Liegey, Managing Director Commercial Services; Mr. Robert Stone,
Project Manager; and Mr. Collins Williams, Security Systems Integration.
VOLT provided a handout, a copy of which is on file. During its
introduction, VOLT satisfactorily addressed the experience and expertise of
its team members and key personnel proposed for these services; its
experience that prepared them to provide these services; its proposed
projects and how they were similar to those anticipated under this
agreement; its emergency response capabilities and availability of related
equipment (testing and diagnostic); and its response to anticipated
challenges.

Chair Thornton instructed the PSC and staff to pose questions based on VOLT's
introduction and submitted LOI. The following questions were addressed, which
included, but were not limited to:

1. Has VOLT ever pulled City of Orlando permits for low voltage work?
VOLT replied that, yes, VOLT has pulled City permits.

2. Does VOLT have any similar agreements with any other government entities?
VOLT stated that VOLT has similar con tracts with U.S. Immigrations and
Customs Enforcement (ICE), First Tel.ecomm, MCI, and Sprint. VOLT has
provided 1.ow vol.tage services from smal.J. office to large commercial.
projects.

3. How many technicians are located in VOLT's Ocoee office?


VOLT stated that VOLT has 20 technicians.

4. VOLT listed that its certifications are held in Corona, CA?


VOLT stated that its corporate office is located in Corona, CA.

5. How many vehicles does VOLT have in its Ocoee office?


VOLT replied that VOLT has 12 vehicles.

6. There are no subcontractors proposed. How will VOLT meet the MWBE goal?
Minutes of the Professional Services Committee
August 4, 2014
Page 12 of 14

VOLT stated that it has a fairly large subcontractor base, both locally
in Florida and throughout the country, as well as its major supplier
which is MWBE-certified.

7. Where are VOLT's similar projects located?


VOLT responded that one was in Charleston, WV/ the ICE project was in
Orlando; and the Home Depot projects were primarily in CA, NJ, and SC.

8. What was VOLT's largest project in Florida?


VOLT replied that its ICE project was approximately $500k.

9. In looking at VOLT's similar projects, it appears that VOLT has some


outside capability. Explain.
VOLT stated that it originally focused its efforts as an outside
installer, but has shifted to more inside plant work. VOLT added that
all of its cable pulling will be self-performed.

10. How much self-performed outside pulls has VOLT performed in the last few
years.
VOLT replied none.

11. Explain VOLT's inside plant and MDF work expertise.


VOLT stated that it can come from the facility entrance to the main
distribution frame and then spread out to several IDFs. VOLT continued
that it has MDF experience with blackboards, grounding, racks, and
Uninterrupted Power Supplies (UPS).

12. What type of equipment does VOLT typically keep on its trucks?
VOLT stated that it has ladders, cable, tools, test equipment, networking
equipment, etc. necessary for any low voltage work, as well as
specialized equipment depending on the project scope.

13. What is VOLT's emergency response time?


VOLT replied that it responds within 2 hours.

14. Does VOLT have staff dedicated to emergency response?


VOLT stated that its staff is on-call in rotating shifts.

15. Does VOLT have fusion splicing equipment and technicians trained on this
equipment?
VOLT stated that it has a fusion splicer being delivered from its
Norfork, VA office, and will be permanently located here. VOLT also
confirmed that it has local technicians trained on the use of the
splicer.

The PSC noted that VOLT provided a very good LOI, which included a detailed
project approach and a clear understanding of the services required. VOLT was
very responsive during the interview. VOLT has a very experienced team with
similar low voltage work experience. VOLT' s corporate office is located in
Orange, CA, with a local office located in Ocoee, FL, and has been in business
for over 15 years. VOLT' s project manager has over 23 years of
telecorruuunications experience. VOLT's project experience includes security
installation for Immigrations and Customs Enforcement (ICE) locations in
Charleston, SC, and in Rockledge, FL; installation of voice/data infrastructure
for Care First in Monterey Park, CA; and the installation of fiber and copper
backbone cabling for the Home Depot in Columbia, MD. VOLT provided the
required license, insurance, and bonding information, and received positive
reference responses. VOLT provided a statement that it is corruuitted to
Minutes of the Professional Services Committee
August 4, 2014
Page 13 of 14

achieving the participation goals of the Aviation Authority's DBE, MWBE, and
LDB programs.

{The PSC recessed at 10:35 a.m., and reconvened at 10:38 a.m.}

At the conclusion of the interviews and discussion, the PSC reviewed each firm's
LOI and considered each interview.

Chair Thornton requested that the PSC provide its evaluations of the interviews.
The PSC noted that all six firms were capable of performing the continuing low
voltage construction services. The PSC concurred with staff that the two
incumbent firms, i.e., OBTS and QUALITY, responded exceptionally well during the
interviews and have been very successful with their respective tenures with the
Aviation Authority. The PSC further noted that ORION and VOLT also responded
exceptionally well during the interviews and proposed experienced teams for the
advertised services. The PSC continued by noting that GLOBAL also proposed an
experienced team with its own expertise, and, as a MWBE firm it would be
beneficial to the Aviation Authority to provide an opportunity to GLOBAL to expand
its experience.

The PSC then noted that MEI was a very small firm with limited experience. MEI's
past project experience was mostly electrical, with some data and Low Voltage {LV)
scope. MEI's proposed personnel with the significant data/LV experience are
currently not employed by MEI, but would become so subject to successful award of
this Agreement.

Upon motion of Mr. Patterson, second by Mr. Ruohomaki, vote carried to recommend
to the Aviation Authority Board the approval of the ranking of the shortlisted
firms for Continuing Low Voltage Construction Services at the Orlando
International Airport and Orlando Executive Airport as follows:

First: Orlando Business Telephone Systems, Inc.


Second: Orion Management Services, LLC
Third: Quality Cable Contractors, Inc.
Fourth: Volt Telecommunications Group, Inc.
Fifth: Global One Networks, LLC
Sixth: Morrissette Electric, Inc.

Chair Thornton requested the PSC determine the number of firms to recommend to the
Aviation Authority Board for approval to enter into Continuing Low Voltage
Construction Services contracts. Chair Thornton noted that an upcoming extensive
infrastructure program for the next five years will provide significant
opportunities for the selected firms. The PSC reviewed the anticipated
opportunities, and it was the consensus of the PSC that entering into continuing
agreements with each of the five top ranked firms was the most advantageous to the
Aviation Authority. Even though all six shortlisted firms were capable of
performing the advertised services, the top five ranked firms are {1) the most
qualified to perform the required services based on past performance, the ability
of the teams, its local presence, its knowledge of the existing facilities, and
the submission of strong LOis; {2) demonstrated the best understanding of the
scope of services advertised; and, {3) presented the most comprehensive detailed
responses to all questions posed during the interviews.

Upon motion of Mr. Ruohomaki, second by Mr. Lewis, vote carried to recommend to
the Aviation Authority Board for approval to enter into Continuing Low Voltage
Construction Services Agreements with the five top-ranked firms.
Minutes of the Professional Services Committee
August 4, 2014
Page 14 of 14

The Aviation Authority Board is scheduled to consider the PSC's recommendation on


August 20 , 2014.

ADJOURNMENT
2. There being no further b u siness for d i scussion , the meeting adjourned at
1 0:53 a . m.

ta n ley J. Tho ton , Chair


Professiona l Services Committee
Chief Operating Officer
On TUESDAY, AUGUST 5, 2014, the PROFESSIONAL SERVICES COMMITTEE of the Greater
Orlando Aviation Authority met in Conference Room "C", 5850-B Cargo Road, Orlando
International Airport, Orlando, Florida. Chair Thornton called the meeting to
order at 9:09 a.m. The meeting was posted in accordance with Florida Statutes and
a quorum was present.

Committee Members present:


Stanley J. Thornton, Chair
Jacki Churchill, Chief Financial Officer
Ron Lewis, Deputy Executive Director of Operations
Davin Ruohornaki, Senior Director of Planning, Engineering & Construction
Mike Patterson, Director of Construction

Also present:
Robert Alfert, Legal Counsel
Tammy Epling, Construction
Debbie McKeown, Construction
Denise Schneider, Purchasing
Bruce Gant, Purchasing
Diana Hershner, Purchasing
Dino DeRostaing, Purchasing
Denise Andrews, Human Resources
Kathy Bond, Human Resources
Kiel Barnekov, IT
Somdat Jiawan, Small Business Development
Joe Furnari, IT
Mark Birkebak, Engineering
Carolyn Binder, Finance
Denise Ward, Finance
Mary Mading, Recording Secretary

LOBBYIST DISCLOSURE
Parties present were reminded that 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 1st 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
off ices and the web site. Please contact the Director of Board Services with
questions at (407) 825-2032.

ANNOUNCEMENT
Any appeals of decisions made by the Professional Services Committee (PSC) must be
filed with the Executive Director within five business days (no later than 4: 00
p.m. on the fifth business day) of the rendition of that decision, except those
that have issues under Contract, in which case the contract provisions supersede.
Minutes of the Professional Services Conunittee
August 5, 2014
Page 2 of 5

CONSIDERATION OF 7/17/2014 MINUTES


1. This item was deferred.

CONSIDERATION OF 7/22/2014 MINUTES


2. Upon motion of Mr. Patterson, second by Ms. Churchill, vote carried to approve
the PSC Minutes from the meeting on July 22, 2014, as presented.

CONTRACT HOLDER - PLANNING & ENGINEERING

REQUEST FOR RECOMMENDATION TO THE EXECUTIVE DIRECTOR FOR APPROVAL OF AN AMENDMENT


TO ADDENDUM NO. 2 TO THE FINANCIAL CONSULTING SERVICES AGREEMENT WITH ALBERT E.
SAMPEY, CPA FOR ADDITIONAL FY2014 FINANCIAL CONSULTING SERVICES TO THE FINANCE
DEPARTMENT, AT THE ORLANDO INTERNATIONAL AIRPORT.
3. Ms. Churchill presented the memorandum, dated August 5, 2014, along with the
proposal from Albert E. Sampey, CPA, dated July 10, 2014. The scope of these
services covers the period from August 1, 2014, to September 30, 2014. The
additional scope of services is necessary to provide ongoing support for fiscal
year end and preparation of the annual financial report. Additional services to
be provided as part of this effort include on-going support to the Finance
Department for financial analysis of potential tenants/concessionaires, financial
surveys, pension plans, bond offerings, concession audits, internal control
reviews, and any other extension of staff services deemed necessary.

The Director of Small Business Development has reviewed the proposal and
determined that Albert E. Sampey, CPA proposes to achieve 65.76%* MWBE and 40.66%*
LOB participation on this Amendment.

Ms. Churchill stated that Ms. Linda George will be working in GOAA Accounts
Payable Department until the Chief Accountant position can be filled, and Ms.
Jerry Danforth will be working in the GOAA Treasury Department until the Treasury
Manager position can be filled. Ms. Churchill stated that GOAA Finance
anticipates these two positions to be filled by September 2014.

Ms. Churchill requested that the Office of Small Business Development memorandum
be revised to remove Ms. Karen Fontenot, CPA from the MWBE Subcontractor/
Subconsultant participation as she is not included in this scope of work.

Upon motion of Mr. Ruohomaki, second by Mr. Patterson, vote carried to recommend
to the Executive Director approval of an Amendment to Addendum No. 2 to the
Financial Consulting Services Agreement with Albert E. Sampey, CPA, for Additional
FY2014 Financial Consulting Services to the Finance Department for a not-to-exceed
fee amount of $77,100.00, with funding from Operations and Maintenance Funds.

[*Subsequent to the meeting, a revised Office of Small Business Development


memorandum was provided that revised the MWBE participation from "100%N to
11
65. 76%", a copy of which is on file].

REQUEST FOR RECOMMENDATION TO THE EXECUTIVE DIRECTOR FOR APPROVAL OF AN ADDENDUM


TO THE AIRPORT CONSULTING SERVICES AGREEMENT WITH LEIGHFISHER, INC. FOR FY2014
MISCELLANEOUS ON-CALL FINANCIAL GENERAL ADVISORY ASSISTANCE TO THE FINANCE
DEPARTMENT, AT THE ORLANDO INTERNATIONAL AIRPORT.
4. Ms, Churchill presented the memorandum, dated August 5, 2014, along with
the proposal from LeighFisher, Inc., dated July 18, 2014. The scope of these
services covers the period from July 1, 2014, to September 30, 2014. The
consul ting services include on-call services for 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 projections, rates and
charges analysis, FAA Policy on rates and charges, airport service facilities' fee
analysis, aviation market studies, capital program financial analysis, feasibility
Minutes of the Professional Services Committee
August 5, 2014
Page 3 of 5

reports for bond issuance, eligibility, and other matters necessary to support the
Aviation Authority.

The Director of Small Business Development has reviewed subject contract's


proposed MWBE/LDB specifications and determined that LeighFisher, Inc. proposes to
achieve 8.33% MWBE participation on this Addendum.

Upon motion of Mr. Patterson, second by Mr. Lewis, vote carried to recommend to
the Executive Director approval of an Addendum to the Airport Consulting Services
Agreement with LeighFisher, Inc. for a total amount of $39,600.00, which includes
a not-to-exceed fee amount of $39,580.00, and a not-to-exceed reimbursable
expenses amount of $20.00, with funding from Operation and Maintenance Funds.

CONTRACT HOLDER - PURCHASING

REQUEST FOR RECOMMENDATION TO THE EXECUTIVE DIRECTOR FOR APPROVAL OF AN AMENDMENT


TO THE PURCHASING AGREEMENT FOR RECORD KEEPER SERVICES FOR THE DEFINED
CONTRIBUTION RETIREMENT PLAN (PS-280) WITH ASCENSUS, INC. TO EXERCISE THE SECOND
ONE-YEAR RENEWAL OPTION.
5. Mr. Gant presented the memorandum, dated August 5, 2014, requesting the
following:

Type of Amendment: Renewal Option

Terms of Agreement: The initial term of the agreement was for 36 months,
effective January 3, 2011, expiring January 2, 2014, with the Aviation Authority
having options to renew the agreement for two additional periods of one year each.
The first renewal option is due to expire on January 2, 2015.

Scope of Work: The Provider shall perform record keeper services required in
connection with the Aviation Authority's Defined Contribution Retirement Plan (DC
Plan) in all matters related to maintaining participant account information,
confirming transactions, providing quarterly statements, investment planning,
payment of distributions, appropriate tax reporting, and all other services
necessary or proper for, or incidental to, performing record keeper services for
the Aviation Authority's DC Plan at Orlando International Airport and Orlando
Executive Airport, in accordance with the terms and conditions of the Agreement.

Fee Structure I Compensation: Ascensus, Inc.' s "per participant fee" is based


upon the applicable annual service fee and other fees as follows: (1) Prototype
plan amendment; ( 2) Loan processing and establishment; ( 3) Distribution
processing; ( 4) Employee stock recordkeeping; (5) Data submission services; ( 6)
Manual conversion data; (7) Plan termination/service termination; and (8)
Morningstar retirement manager.

The actual amount paid to the provider is based on actual work requested,
performed, and approved by the Aviation Authority. The provider is requesting a
price increase to the following i terns: ( 1) Annual service fee for participants 1-
50 (base fee), from $4, 350 to $4, 875; (2) Loan processing and establishment, from
$125 per loan to $150 per loan; and, (3) Plan termination/service termination,
from $750 to $1,000. All other fees remain unchanged.

The fiscal impact for this second renewal option is estimated to be a not-to-
exceed amount of $40,000.00.

Small Business Requirement: This Agreement does not include a MWBE or LOB
participation requirement.
Minutes of the Professional Services Committee
August 5, 2014
Page 4 of 5

Upon motion of Mr. Lewis, second by Mr. Patterson, vote carried to recommend to
the Executive Director approval of an Amendment to the Purchasing Agreement PS-280
for Record Keeper Services for the Defined Contribution Retirement Plan with
Ascensus, Inc. for its second one-year renewal option through January 2, 2016, for
a total not-to-exceed fee amount of $40, 000. 00, with funding from the DC Plan
participants.

REQUEST FOR RECOMMENDATION TO THE AVIATION AUTHORITY FOR APPROVAL OF AN AMENDMENT


TO THE PURCHASING AGREEMENT FOR ORACLE E-BUSINESS SUITE CONSULTING SERVICES (PS-
315) WITH APPLICATIONS SOFTWARE TECHNOLOGY (AST) CORPORATION FOR ADDITIONAL
CONSULTING SERVICES TO THE FINANCE DEPARTMENT.
6. Mr. Gant presented the memorandum, dated August 5, 2014, requesting the
following:

Type of Procurement: Approval of Scope of Services No. 3.

Terms of Agreement: The initial project of the agreement commenced on October 1,


2012, and final acceptance was effective October 14, 2012. The Aviation Authority
has options to renew the terms of the agreement for four additional periods of one
year each. The first renewal option will expire on October 13, 2014.

Specifications: The agreement provides for on-site as well as remote Oracle E-


Business Suite Consulting Services at the Orlando International Airport. During
the Initial Project, the Consultant successfully facilitated, managed and assisted
with the upgrade of Oracle E-Business Suite from Version 11. 5. 10. 2 to the most
recent version of Release 12 (R12). The Aviation Authority's final acceptance was
provided on October 14, 2012.

Per the Purchasing Agreement, the Aviation Authority may identify and assign other
Oracle related projects (Additional Projects) to the Consultant. The additional
project description and detailed scope of services will then be provided. The
cost of each additional project will be based on the Aviation Authority's approved
number of hours for each assigned consultant project team member times the hourly
rates set forth in the fee form section of the response forms (Page Nos. RF-2
through RF-4). Additional Projects may include, but are not limited to, point
release upgrades, major upgrades, implementation of additional Oracle modules or
assistance with troubleshooting.

Issues: The Scope of Services No. 3 will provide for an additional project
approval for the implementation of Oracle Hyperion Planning and Reporting Software
Solutions (Hyperion) . The Scope of Services includes integration in support of
GOAA Finance's budgeting and reporting processes.

Fiscal Impact: The fiscal impact for Scope of Services No. 3 is $605, 100. 00.
GOAA Finance intends to submit budget requests for those funds to be spent under
the Agreement in future fiscal years and such requests, when considered with other
known or anticipated obligations of GOAA Finance for such future years do not
exceed expected or reasonable funding approved.

Small Business Requirement: This agreement does not include a MWBE or LDB
participation requirement.

Legal Counsel questioned if Hyperion is a brand new module in Oracle or if it is


part of the existing Oracle E-Business Suite. Ms. Ward stated that Hyperion is
not part of the Oracle E-Business Suite, but is considered part of the overall
Oracle Suite of products.

Legal Counsel noted that per Page 1 (Revised per Addendum No. 1) of the Request
for Competitive Proposals (RCP), "The Scope of Services will include the upgrade
Minutes of the Professional Services Committee
August 5, 2014
Page 5 of 5

and enhancement of the Authority ' s current Oracle applications, preparation of a


gap/fit analysis of the Oracle modul es currently in use by the Authority,
implementation of required new functionality and optional functionality as deemed
necessary by the Authority, functional upgrade testing and associated
troubleshooting, implementation and customization of new and/or existing workflow,
troubleshooting technical and database issues, the Authority ' s team members
training and post upgrade support ."

Legal Counsel noted that this is a n arrow scope of services whereas the contract
General Requirements , Section 2 , Scop e of Service s states, "Additional Projects to
be initiated after the Final Acceptance of the Initial Project have not yet been
defined and could include point release upgrades , major upgrades , implement a ti on
of additional Oracle modules or tools and/or assistance with functional or
technical issue resolution ." Legal Counsel questioned whether Hyperion, as a new
module addition to Oracle, is outside of the scope of the PS- 31 5 Purchasing
Agreeme n t .

Ms . Churchill stated that the or igina l intent of this Purchasing Agreement was to
secure the services of AST for five years for the initial Oracle upgrade and for
any additional as-needed services and products , including new modules . Chair
Thornton concurred .

Legal Counsel asked if the contract documents were published with the PS- 3 15 RCP ,
and Mr . Gant stated yes . Legal Counsel stated that t he RCP advertisemen t is a
narrower scope of work when compared to the Genera l Requirements in the contract
documents , but noted that , since the contract documents were publicl y advert i sed
at the same time as the PS-315 RCP as part of the one procurement package, this
should not cause a problem of misinterpretation regarding the advertised scope of
services awarded to AST .

Ms . Schneider questioned if the Hyperion module will replace the Clari t y Module,
and Ms. Churchi l l sta ted yes . Mr . Patterson questioned if additional funding
would be needed to complete this project. Ms . Churchill stated that this scope of
work was included in the PIR for FY2015, and t hi s work is anticipated to start i n
October 2014 (FY 20 15) so t hat i t should be ready for the new budget cycle in
January 2015 . Mr. Lewis noted that , per Attachment "B" of the agenda item, these
services will not take effect unti l October 14 , 2014. Ms . Churchill stated yes,
that this was correct , because the staff at AST was not available to begin until
that time .

Mr. Patterson questioned if this item will be presented at the Au gust or September
2014 Aviation Authority Board Meeting for approval . Mr . Gant stated t hat staff
prefers that this item go before the August 20 , 2014, Aviation Authority Board
meeting .

Upon motion of Mr. Ruohomaki , second by Ms. Churchill, vote carried to recommend
to the Aviation Authority Board approval of an Amendment to Purchasing Agreement
(PS-315) with AST Corporation for the approval of the Scope of Services No. 3 in
the not-to-exceed amount of $605,100.00, with funding from Capital Expenditure
Funds.

ADJOURNMENT
7. There being no further business for discussion, the meeting adjourned at
9:29 a . m.

anley J. Thornton , Chair


Professional Services Committee
Chief Operating Officer
GREATER ORLANDO AVIATION AUTHORITY
________________________________________________________________
Orlando International Airport
One Jeff Fuqua Boulevard
Orlando, Florida 32827-4399

MEMORANDUM

TO: Members of the Aviation Authority

FROM: Dayci S. Burnette-Snyder, Director of Board Services

DATE: October 15, 2014

ITEM DESCRIPTION

Recommendation to Approve 2015 Aviation Authority Board Calendar

BACKGROUND

The Uniform Special District Accountability Act of 1989, Chapter 189, Florida
Statutes, requires the Aviation Authority to file quarterly, semiannually, or annually
a schedule of its regular meetings with the local governing authority or authorities.

As stated in the Aviation Authority’s Bylaws, at the discretion of the Chairman, the
Board meets for a regular workshop session on the first Wednesday of each month at a
location designated by the Chairman. Regular board meetings are held on the third
Wednesday of each month in the Carl T. Langford Board Room in the Aviation Authority
offices in the terminal at OIA.

ISSUES

For calendar year 2015, it is recommended that the Board adopt the following proposed
calendar for workshop and regular board meetings:

JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC
15 18 4 15 20 3 15 19 2 21 18 9
18 17 16

The meetings are scheduled to begin at 2 p.m. in the Carl T. Langford Board Room of
the Greater Orlando Aviation Authority offices in the main terminal building at
Orlando International Airport, One Jeff Fuqua Boulevard, Orlando, Florida 32827.

The meeting on October 21, 2015, will occur at the Orlando Executive Airport, 365
Rickenbacker, Orlando, Florida. The meeting on December 9, 2015, will occur the second
Wednesday of the month versus the third Wednesday of the month.

ALTERNATIVES

The calendar could be adopted on a quarterly or bi-annual basis.

RECOMMENDED ACTION

It is respectfully requested that the Aviation Authority Board resolve to adopt its
calendar for January - December 2015.

CONSENT AGENDA ITEM – B -


GREATER ORLANDO AVIATION AUTHORITY
________________________________________________________________
Orlando International Airport
One Jeff Fuqua Boulevard
Orlando, Florida 32827-4399

MEMORANDUM

TO: Members of the Aviation Authority

FROM: Dolly Daniell, Chair, Concessions/Procurement Committee

DATE: October 15, 2014

ITEM DESCRIPTION

Recommendation of the Concessions/Procurement Committee to Approve Amendment


No. 2 to Purchasing Contract 13-14, Elevators, Escalators and Moving Sidewalk
Maintenance and Repair with Schindler Elevator Corporation

BACKGROUND

This contract provides on-site maintenance and repair for elevators, escalators
and moving sidewalks at the Orlando International Airport. The initial term
began on June 1, 2014 and is for forty-eight (48) months. It expires on May 31,
2018, with the Authority having options to renew the contract for three (3)
additional periods of one (1) year each.

Included in this contract are a combined Minority and Women Business Enterprise
(MWBE) and a Local Developing Business (LDB) participation goal of 16%. The
Office of Small Business Development certifies that Schindler is in good
standing as it relates to MWBE/LDB participation.

On August 20, 2014, the Authority Board approved Amendment No. 1 which added
the Americans with Disability Act (“ADA”) upgrade of eighty-two (82) elevators
to this contract.

ISSUES

Amendment No. 2 to Purchasing Contract 13-14 adds the project to refurbish six
(6) east end elevators, which is listed in the Maintenance Department Capital
Replacement Schedule. This project is based on an assessment, including cost
estimate, performed by the Authority’s elevator consultant, Southeast Elevator.
The refurbishment includes new cables, drive motor and electric cabinet
modernization, hoist-way work and car enclosure finish upgrades as well as ADA
upgrades. The cost of this additional work is for a not-to-exceed amount of
$2,291,325.47 which includes $200,000 for contingency.

CONSENT AGENDA ITEM – C -


Amendment No. 2 also includes the second year of contract funding, including
increases as allowed in the contract, for a not-to-exceed amount of
$3,267,241.00. This Amendment will increase the total contract value as
follows:

Year One $3,131,293.20


Amendment No. 1 (ADA upgrades) $ 510,800.00
Amendment No. 2:
Refurbish six (6) elevators $2,291,325.47
Year Two $3,267,241.00
TOTAL CONTRACT VALUE $9,200,659.67

On September 22, 2014, the Concessions/Procurement Committee recommended to


adjust Purchasing Contract 13-14, Elevators, Escalators and Moving Sidewalk
Maintenance and Repair with Schindler Elevator Corporation to include the
refurbishment of six (6) elevators and Year Two funding in the amounts listed
above.

ALTERNATIVES

There are no alternatives under consideration at this time.

FISCAL IMPACT

This Amendment will increase the contract amount by the not-to-exceed amount of
$2,291,325.47 from the Capital Expenditure Fund, and $3,267,241.00 from the
Operation and Maintenance Fund as approved through the budget process and when
funds become available, for a total increase of $5,558,566.47.

RECOMMENDED ACTION

It is respectfully requested that the Aviation Authority Board resolve to


accept the recommendation of the Concessions/Procurement Committee and: (1)
approve Amendment No. 2 to Purchasing Contract 13-14, Elevators, Escalators and
Moving Sidewalk Maintenance and Repair with Schindler Elevator Corporation; (2)
authorize funding in the amount of $2,291,325.47 from the Capital Expenditure
Fund to refurbish six (6) elevators; (3) authorize funding in the amount of
$3,267,241.00 from the Operation and Maintenance Fund for Year Two; and (4)
authorize an Aviation Authority officer or the Executive Director to execute
the necessary documents following satisfactory review by legal counsel.
NEW BUSINESS
AMENDMENT TO PURCHASING CONTRACT 13-14, ELEVATORS, ESCALATORS, AND MOVING
SIDEWALK MAINTENANCE AND REPAIR WITH SCHINDLER ELEVATOR CORPORATION
3. Ms. Schneider stated that this is a Contract Adjustment and Approval of
Second Year Funding for Contract 13-14, Elevators, Escalators and Moving
Sidewalks Maintenance and Repair with Schindler Elevator Corporation.

The term of the Contract is for 48 months effective June 1, 2014, with the
Authority having options to renew the Contract for 3 additional periods of 1
year each. The Authority Board approved the 4 year term and the 3 one year
options on February 19, 2014, but funding was only approved for the first
year of the Contract. The original term of the Contract is due to expire on
May 31, 2018.

This Contract requires Schindler Elevator Corporation to provide all labor,


supervision and materials to provide 24-hours per day, 7-days per week, on-
site maintenance and repair for elevators, escalators and moving sidewalks.

This Contract includes a Minority and Women Business Enterprise (MWBE) and a
Local Developing Business (LDB) participation requirement. The Participation
Goal for this Contract is a combined MWBE and LDB 16%.

On February 19, 2014, the Aviation Authority Board approved Purchasing


Contract 13-14, including the first year of funding in the amount of
$3,131,293.20. Approval of the second year of funding is needed. Including
increases as allowed in the Contract, the estimated value for a total not-
to-exceed amount in the second year of this Contract is $3,267,241.

Staff is requesting that the Contract, which includes additional work for
elevators, escalators and moving sidewalks maintenance and repair, be
revised to allow additional work to be done to refurbish 6 elevators at the
East End of the terminal. These elevators located at the “A” Side East (P-43
to P-48) have reached the end of their service life and need to be
refurbished. The refurbishment includes new cables, drive motor and
electric cabinet modernization; hoist-way work and car enclosure finish
upgrades as well as ADA upgrades. The cost of the additional work for the
refurbishment of the 6 elevators is for a total not-to-exceed amount of
$2,291,325.47 which includes $200,000 for contingency. The independent
estimate provided by Southeastern Elevator Consulting was $2,603,876.

Funding for year two will increase the Contract by $3,267,241. The
refurbishment will increase the total Contract value to $9,200,659.67.

The Contract stipulates pricing for year two, three and four, are subject to
adjustments. Year three and four costs will be brought back to this
Committee and the Authority Board for approval.

The fiscal impact anticipated for the approval of the second year of the
Contract is a not-to-exceed amount of $3,267,241 and is to be funded from
Operation and Maintenance accounts.

The fiscal impact anticipated for the refurbish is a not-to-exceed amount of


$2,291,325.47 and is to be funded from Terminal Capital Fund. Funds expected
to be spent under the Contract in the current fiscal year are within budget.

Staff recommends that the following be recommended to the Authority Board:


1) adjust Contract 14-13, Elevators, Escalators and Moving Sidewalk
Maintenance and Repair with Schindler Elevator Corporation; 2) authorize
funding from Operation and Maintenance for year two in the not-to-exceed
MINUTES OF THE SEPTEMBER 22, 2014, CONCESSIONS/PROCUREMENT COMMITTEE

amount of $3,267,241; 3) authorize funding from the Terminal Capital Fund in


the not-to-exceed amount of $2,291,325.47 to refurbish six (6) elevators;
and 4) authorize an Aviation Authority officer or the Executive Director to
execute an agreement following satisfactory review by legal counsel.

Ms. Daniell asked if anyone in the audience would like to speak to this matter.
There was no response.

Ms. Daniell asked if a Committee member had any questions. Ms. Churchill stated
that the fund should be titled “Capital Expenditure Fund” in both the Fiscal Impact
and Recommended Action sections of the memorandum provided to the Committee.

Upon motion by Mr. Rose, seconded by Mr. Draper, vote carried to approve staff’s
recommendation as amended above.

2
GREATER ORLANDO AVIATION AUTHORITY
________________________________________________________________
Orlando International Airport
One Jeff Fuqua Boulevard
Orlando, Florida 32827-4399

MEMORANDUM

TO: Members of the Aviation Authority

FROM: Dolly Daniell, Senior Director of Administration and Technology

DATE: October 15, 2014

ITEM DESCRIPTION

Recommendation to Dispose of Property

BACKGROUND

The Greater Orlando Aviation Authority is permitted to dispose of property that is no


longer necessary, useful or profitable.

ISSUES

The Airport Facilities Bond Resolution and Aviation Authority Policies and Procedures
Sections 450.05 and 450.11, permit the Aviation Authority to dispose of property, for
fair and reasonable value at any time, any property constituting part of the Airport
System which the Aviation Authority and City determine, by Resolution, not necessary,
useful or profitable.

The Aviation Authority Staff recommends disposal of property items as summarized


below, in accordance with Aviation Authority policies.

• Computers, monitors and related equipment


• Electronic equipment
• Assorted chairs, desks, cabinets, bookcases and tables
• Hotel equipment
• Miscellaneous equipment

ALTERNATIVES

The Aviation Authority could hold the property for future disposal.

FISCAL IMPACT

There is no fiscal impact.

RECOMMENDED ACTION

It is respectfully requested that the Aviation Authority Board resolve to (1) find the
property listed in this memorandum no longer necessary, useful, or profitable in the
operation of the Airport System; (2) request Orlando City Council concurrence and
resolution of this finding; and (3) authorize Staff to dispose of this property in
accordance with the Aviation Authority’s Policies and Procedures.

CONSENT AGENDA ITEM – D -


ASSETS NEEDING BOARD APPROVAL
For October 2014 Meeting

(Asset #)

GOAA GENERAL

50233 Air Conditioner, Air Rover, Port S/N 8912584


50234 Air Conditioner, Air Rover, Port S/N 8912599
50235 Air Conditioner, Air Rover, Port
50237 Air Conditioner, Air Rover, Port S/N 8912603
50238 Air Conditioner, Air Rover, Port S/N 8912582
50255 Air Conditioner, Air Rover, Port S/N 8912597
51409 Table, Conference, Top Wood/Glass, DK Cherry
51666 Workstation, L-Shaped
51668 Workstation, U-Shaped Peninsular Desk
51710 Bicycle, Diamond Back 2100, Upright
55214 Air Conditioner, Air Rover, Port S/N 8912592

Pump, Vacuum, 6 CFM, Robinair Cooltech Model 15600 S/N 015643

HYATT

38065 Sofa, 3 Seat Cushion


51769 Loveseat, Green

ITEMS NOT SENT TO AUCTION

52167 Controller, Aruba Multi Service Module, "MARK 1" # M3MK1-S (500789 [RMA'D])
52168 Controller, Aruba Multi Service Module, "MARK 1" # M3MK1-S (500789 [RMA'D])
53344 Steam, Separator, Blowdown, Fulton S/N 15064 (Removed Per Hyatt)
GREATER ORLANDO AVIATION AUTHORITY
________________________________________________________________
Orlando International Airport
One Jeff Fuqua Boulevard
Orlando, Florida 32827-4392

MEMORANDUM

TO: Members of the Aviation Authority

FROM: Dolly Daniell, Chair, Concessions/Procurement Committee

DATE: October 15, 2014

ITEM DESCRIPTION

Recommendation of the Concessions/Procurement Committee to Award the Purchase of


Oracle Planning and Budgeting Cloud Services (PBCS) from AST Corporation based on a
Single Source Procurement Justification.

BACKGROUND

The Authority has been advised by the manufacturer that its current budget software,
“Clarity” has reached its end of life and is being de-supported. The PBCS are
required to support the Authority’s continuing operations.

ISSUES

Staff has considered replacing “Clarity” with a traditional in-house server/software


model which will require a significant up front capital expenditure and annual
purchases of maintenance, support and software updates.

A cloud-based subscription model does not require the purchase of equipment or


software licenses. The subscription cost, in addition to access and usage, includes
all hardware maintenance, support, and software updates.

On September 10, 2014, AST Corporation provided the Authority with a quotation for the
PBCS based on Oracle’s published unit cost less a discount from list of 35%.

The Authority’s policy (Section 450.03, ‘Non-Competitive Procurements’)permits the


single source procurement from one firm among others in a competitive market place
which, for justifiable reasons, is found to be the most advantageous for the purpose
of fulfilling the given purchasing need provided that the requesting department
completes a Single Source Procurement Justification form (Form 450.03.2).

On September 22, 2014, the Concessions/Procurement Committee recommended approval of


the procurement of PBCS from AST Corporation pursuant to the Authority’s Single Source
Procurement policy.

ALTERNATIVES

There are no other reasonable alternatives under consideration.

FISCAL IMPACT

The purchase of Oracle Planning and Budgeting Cloud Service is not expected to exceed
$280,800 for a 36 month period.

CONSENT AGENDA ITEM – E -


RECOMMENDED ACTION

It is respectfully requested that the Aviation Authority resolve to accept the


recommendation of the Concessions/Procurement Committee to: (1) authorize three, one
(1) year subscription periods of Oracle Planning and Budgeting Cloud Services from AST
Corporation in FY ’15, FY ’16, and FY ’17 based on a Single Source Procurement
Justification; (2) authorize funding from the previously-approved Capital Expenditure
Fund and Operation and Maintenance Fund in the not-to-exceed amount of $280,800.00; 3)
authorize the Executive Director to execute a Single Source Procurement Justification
form in accordance with Authority Policy; and (4) authorize the Purchasing Office to
issue the necessary purchase order(s).
PROVISION FOR ORACLE PLANNING AND BUDGETING CLOUD SERVICES (PBCS) FROM AST
CORPORATION
5. Mr. Lampman stated that this award will result in an agreement requiring annual
Purchase Orders (PO) based on a Single Source Procurement Justification.

Staff is requesting that the Service be approved for 3 one-year terms.

The Authority’s current budget software, “Clarity” has reached its end of life and
is being de-supported by the manufacturer. The Authority needs to replace this
software with a new application. Staff has considered replacing “Clarity” with a
traditional in-house server/software model which will require the purchase of annual
maintenance, support and software updates and has also considered replacing
“Clarity” with a cloud-based subscription model. Staff has determined that the
cloud-based subscription model would be most advantageous to the Authority.

This approval shall be made with AST Corporation based on a Single Source
Procurement Justification in accordance with Authority Operational Procedure
450.03.

The cost for the Oracle PBCS is based on a monthly access fee of $120 per User per
month. Staff is basing its approval request on 100 Users per month for the three
year period. In addition, AST Corporation has offered a discount of 35% off the
monthly access fee resulting in an effective monthly access fee of $78 per User
per month, approximately $280,800.

The estimated amount of the first one-year term renewal is within budget as funded
by Capital Expenditure Funds. The department intends to submit budget requests for
funds expected to be spent in FY ’16 and FY ’17 from Operation and Maintenance
Fund.

Staff recommends that the following be recommended to the Aviation Authority Board:
1) authorize three one-year subscription periods of Oracle Planning and Budgeting
Cloud Services from AST Corporation in FY ’15, FY ’16, and FY ’17 based on a Single
Source Procurement Justification; 2) authorize funding from the approved Capital
Expenditure Fund and Operation and Maintenance Fund in the not-to-exceed amount of
$280,800; 3) authorize the Executive Director to execute a Single Source Procurement
Justification form in accordance with Authority Policy; and 4) authorize the
Purchasing Office to issue the necessary purchase order(s).

Ms. Daniell asked if anyone in the audience would like to speak to this matter or
if any Committee member had any questions. There was no response to either
inquiry.

Upon motion by Mr. Draper, seconded by Ms. Binder, vote carried to approve staff’s
recommendation.
GREATER ORLANDO AVIATION AUTHORITY
________________________________________________________________
Orlando Executive Airport
One Jeff Fuqua Boulevard
Orlando, Florida 32827-4399

MEMORANDUM

TO: Members of the Aviation Authority

FROM: Stanley J. Thornton, Chair, Construction Committee

DATE: October 15, 2014

ITEM DESCRIPTION

Recommendation of the Construction Committee to Award Bid Package (BP) No. 041,
Rehabilitation of Taxiways - Phase 1, at the Orlando Executive Airport, to The
Middlesex Corporation

BACKGROUND

BP No. 041 provides for the rehabilitation of existing asphalt pavement (i.e.,
mill/overlay and full depth pavement widening), lighting, signage, and markings for
Taxilane E and portions of Taxiways E, E4, E5, A, and B at the Orlando Executive
Airport. The scope also includes the reconstruction and realignment of Taxiway E6 and
associated grading.

The construction is scheduled to start in November 2014 and complete in June 2015.

ISSUES

BP No. 041 was publicly advertised on June 15 and 18, 2014. On July 15, 2014, three
bids were received as follows:

• Ranger Construction Industries, Inc. $2,307,163.45 (See Note 1 Below)


• The Middlesex Corporation $2,565,240.86
• Hubbard Construction Company $3,164,172.78 (See Notes 1 & 2 Below)

Note 1: A DBE participation goal of 16% was established for this project. The
Director of Small Business Development has reviewed all three bids and determined the
following:

• Ranger Construction Industries, Inc. did not meet the DBE participation goal
(proposed to achieve 8.9%) nor did it provide sufficient evidence of its good faith
effort, and its bid was therefore deemed non-responsive.

• The Middlesex Corporation did not meet the DBE participation goal (proposed to
achieve 6.43%); however, it did provide sufficient evidence of its good faith
effort, and its bid was deemed responsive with respect to the DBE participation.

• Hubbard Construction Company did not meet the DBE participation goal (proposed to
achieve 4.7%) nor did it provide sufficient evidence of its good faith effort, and
its bid was therefore deemed non-responsive.

Note 2: The bid from Hubbard Construction Company did not include Pages 9 and 10 of
the unit price bid form. The total bid price noted above was the amount shown on the
Total Bid Price line; however, this total amount could not be verified because of the
missing unit price bid pages. This is considered a material irregularity, and as
such, the bid from Hubbard Construction was deemed non-responsive.

CONSENT AGENDA ITEM – F -


The apparent low responsive bidder, The Middlesex Corporation, has confirmed its bid
was prepared in accordance with all bid documents and addenda and that it will be able
to complete the project for the amount bid and within the Aviation Authority’s
schedule.

On July 30, 2014, the Construction Committee recommended (1) deeming the bids from
Ranger Construction Industries, Inc. and Hubbard Construction Company to be non-
responsive; and, (2) approval of the award of BP No. 041 to The Middlesex Corporation
for the total bid amount of $2,565,240.86. The Federal Aviation Administration (FAA)
grant application for BP No. 041 was submitted to the FAA shortly thereafter.

On August 11, 2014, the Orlando City Council concurred to pre-accept the grant
anticipated to be offered by the FAA for BP No. 041 on behalf of the Aviation
Authority. The pre-acceptance of this FAA grant included authorization of the related
grant documents and contracts. On September 10, 2014, the Aviation Authority Board
accepted the matching Florida Department of Transportation (FDOT) funding and approved
the matching OEA Revenue Funds. The FAA Grant has since been received.

ALTERNATIVES

There are no reasonable alternatives under consideration.

FISCAL IMPACT

The fiscal impact is $2,565,240.86. Funding is from previously-approved OEA Revenue


Funds and Florida Department of Transportation (FDOT) and Federal Aviation
Administration (FAA) AIP grants to the extent eligible.

RECOMMENDED ACTION

It is respectfully requested that the Aviation Authority Board resolve to accept the
recommendation of the Construction Committee and (1) deem the bids from Ranger
Construction Industries, Inc. and Hubbard Construction Company to be non-responsive;
(2) approve the award of BP No. 041, Rehabilitation of Taxiways - Phase 1, at the
Orlando Executive Airport, to The Middlesex Corporation for the total bid amount of
$2,565,240.86, with funding from previously-approved OEA Revenue Funds and Florida
Department of Transportation (FDOT) and Federal Aviation Administration (FAA) AIP
grants to the extent eligible (Orlando City Council pre-accepted on August 11, 2014);
and (3) authorize an Aviation Authority Officer or the Executive Director to execute
the necessary documents following satisfactory review by legal counsel.
Minutes of the CONSTRUCTION COMMITTEE Meeting, July 30, 2014
Page 2 of 5

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

REQUEST FOR CONSIDERATION OF AWARD OF BP-041, OEA REHABILITATION OF TAXIWAYS - PHASE


1, AT THE ORLANDO EXECUTIVE AIRPORT.
1. {A handout was provided, which included a revised cover memorandum.] Mr.
Nguyen presented the memorandum, dated July 23, 2014, for BP-041, OEA Rehabilitation
of Taxiways - Phase 1, at the Orlando Executive Airport. The scope of these services
provides rehabilitation of existing asphalt pavement (i.e., mill/overlay and full
depth pavement widening), lighting, signage, and markings for Taxilane E and portions
of Taxiways E, E4, ES, A, and B at the Orlando Executive Airport. The scope also
includes the reconstruction and realignment of Taxiway E6 and associated grading. On
July 15, 2014, three bids were received as follows:

Bidder Bid Amount


Ranger Construction Industries, Inc. $ 2,307,163.45
The Middlesex Corporation $ 2,565,240.86
Hubbard Construction Company $ 3,164,172.78*
Engineer's Estimate $ 2,115,725.00

*The bid from Hubbard Construction Company did not include Pages 9 and 10 of the unit
price bid form. The total bid price noted above was the amount shown on the Total
Bid Price line; however, this total amount could not be verified because of the
missing unit price bid pages. This is considered a material irregularity, and as
such, the bid from Hubbard Construction should be deemed non-responsive.

Mr. Nguyen indicated that all three bidders were qualified to perform the work.

Chair Thornton requested that the Office of Small Business Development (OSBD) address
the evaluation of DBE participation and the good faith efforts submitted for these
services. Ms. Storms stated that the Aviation Authority established a DBE
participation goal of 16% for these services. Ms. Storms further stated that none of
the bidders attained the DBE participation as established by the Aviation Authority,
and she was asked to analyze whether the evidence of Good Faith Effort (GFE)
submitted by each bidder rises to the level of meeting the federal requirements for
GFE. These efforts include a variety of efforts such as advertising, phone calls,
and fax logs to the DBE subcontractors, as well as intensity of efforts such as
whether the bidder divided the work portion of the contract in such a way as to
enable the DBE subcontractors to participate in a way that makes it feasible to
achieve the established 16% goal. Ms. Storms noted that the analysis on GFE for
these bidders is as follows:

• Ranger Construction Industries, Inc. (RANGER) : RANGER submitted a DBE


participation amount of approximately 8.9%. The OSBD requested the evidence of
good faith efforts from RANGER, and RANGER submitted an updated Section 00303
Exhibit C form, which attempted to provide additional DBE participation. The
Aviation Authority does not permit changing or supplementing a bid once the bids
are due. RANGER failed to meet the DBE goal and failed to show evidence of good
faith efforts to satisfy DBE participation in connection with the contract. The
OSBD reconunended that RANGER be deemed non-responsive to this issue.

• The Middlesex Corporation (MIDDLESEX): MIDDLESEX submitted a DBE participation


amount of approximately 9.6%*. As part of its good faith effort evidence,
MIDDLESEX submitted evidence of its advertisement efforts and contact log that
included approximately 18 DBE subcontractors. The contact list additionally
detailed follow-up phone calls, emails, as well as contained information regarding
Minutes of the CONSTRUCTION COMMITTEE Meeting, July 30, 2014
Page 3 of 5

whether the subcontractor submitted a bid or declined to bid. In addition,


MIDDLESEX followed up with two DBE subcontractors the day before the bid was due
in an attempt to increase participation. In light of the evidence submitted by
MIDDLESEX, which demonstrated active and aggressive good faith efforts to attain
the Aviation Authority's DBE participation goal, the OSBD recommended that
MIDDLESEX be deemed responsive to this issue.

[*Subsequent to the meeting, the Director of Small Business Development provided a


1nemorandum, a copy of which is on file, stating that The Middlesex Corporation
provided evidence of a good faith effort and proposes to achieve 9. 6% DBE
participation.)

• Hubbard Construction Company (HUBBARD) : HUBBARD submitted a DBE participation


amount of approximately 4.7%. HUBBARD submitted proof of an advertisement, proof
of contacting the Florida Minority Supplier Development Corporation and evidence
of a fax dated July 2, 2014; however, there is no evidence of follow-up phone
calls or emails, and no evidence of attempting to divide up the work in order to
encourage DBE participation efforts. Based on the foregoing, HUBBARD failed to
meet the DBE participation goal and failed to show evidence of good faith efforts
to satisfy the DBE participation goal in connection with these services. The OSBD
recommended that HUBBARD be deemed non-responsive to this issue.

Staff addressed the qualifications of The Middlesex Corporation. The Middlesex


Corporation felt confident that they understood the scope of work and will be able to
complete the job as specified in the contract documents. The Middlesex Corporation
supplied all required forms, insurance requirements, and necessary licenses required
to complete the project.

[Subsequent to the meeting, The Middlesex Corporation provided a letter, dated July
31, 2014, which confirmed that its bid was prepared in accordance with the bid
documents, and that it will be able to complete the project for the amount bid and
within the Aviation Authority's schedule.}

Mr. Devine questioned why the bid line items for construction survey and electrical
work from The Middlesex Corporation were estimated so much higher than the engineer's
estimate. Ms. Maull answered that The Middlesex Corporation advised that they had no
previous work experience at the Orlando Executive Airport, and this raised concern
regarding unknown factors to be considered for construction survey and electrical
work. Mr. Patterson inquired if subcontractors for construction survey are DBE, and
Ms. Maull answered yes. Ms. Schneider further inquired if subcontractors for
electrical work are DBE, and Mr. Pilon answered no. Chair Thornton indicated that
both these particular bid line items were lump sum and not unit price.

Chair Thornton inquired if the paving quantities from the bidders were acceptable.
Mr. Nguyen answered that the A/E has reviewed the bids from Ranger Construction
Industries, Inc. and The Middlesex Corporation, and has verified that the paving
quantities are acceptable. Mr. Nguyen further stated that the bid quantities were
similar for both firms, with the exception of the construction survey and electrical
work line items.

Mr. Nguyen stated that the Aviation Authority anticipates receiving the grants from
FAA and FOOT. The Aviation Authority submitted pre-applications to the FAA and FOOT
in January 2014. The final applications will be submitted pending action by the
Construction Committee today.

Upon motion of Ms. Schneider, second by Mr. Devine, vote carried to: ( 1) deem the
bids from Ranger Construction Industries, Inc. and Hubbard Construction Company to be
non-responsive; and (2) recommend to the Aviation Authority Board, subject to receipt
of the FAA and FOOT grants, approval of the award of the BP-041, OEA Rehabilitation
of Taxiways Phase 1, at the Orlando Executive Airport, to The Middlesex
Minutes of the CONSTRUCTION COMMITTEE Meeting, July 30, 2014
Page 4 of 5

Corporation, for the bid amount of $2, 565, 240. 86, with funding from future FAA and
FOOT grants to the extent eligible, and OEA Revenue Funds.

REQUEST FOR RECOMMENDATION OF APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND


PROJECT MANAGEMENT SERVICES AGREEMENT WITH URS CORPORATION FOR CONSTRUCTION PHASE OAR
SERVICES FOR BP-041, OEA REHABILITATION OF TAXIWAYS PHASE 1, AT THE ORLANDO
EXECUTIVE AIRPORT.
2. Mr. Pue presented the memorandum, dated July 16, 2014, along with the proposal,
dated July 14, 2014, from URS Corporation for Construction Phase OAR Services for BP-
041, OEA Rehabilitation of Taxiways - Phase 1, at the Orlando Executive Airport.

The Director of Small Business Development has reviewed the subject contract's
proposed DBE specifications and determined that, URS Corporation proposes to achieve
75.5% DBE participation on this Addendum.

Mr. Patterson inquired if these services will be provided by the same team as the BP-
434 project, and Mr. Pue answered yes.

Upon motion of Mr. Patterson, second by Mr. Devine, vote carried to recommend to the
Aviation Authority Board, subject to receipt of the FAA and FOOT grants, approval of
an Addendum to the Continuing Program and Project Management Services Agreement with
URS Corporation for Construction Phase OAR Services for BP-041, for a total amount of
$186,555.00, which includes a not-to-exceed fee amount of $150,055.00 and a not-to-
exceed reimbursable expenses amount of $36,500.00, with funding from future FAA and
FOOT grants to the extent eligible, and OEA Revenue Funds.

REQUEST FOR RECOMMENDATION OF APPROVAL OF AN AMENDMENT TO ADDENDUM NO. 2 TO THE


CONTINUING CIVIL ENGINEERING AND PROFESSIONAL ENGINEERING SERVICES AGREEMENT WITH
AVCON, INC. FOR ADDITIONAL DESIGN, BID AND AWARD PHASE A/E SERVICES FOR BP-041, OEA
REHABILITATION OF TAXIWAYS - PHASE 1, AT THE ORLANDO EXECUTIVE AIRPORT.
3. Mr. Nguyen presented the memorandum, dated July 23, 2014, along with the
proposal, dated July 21, 2014, from Avcon, Inc. for Additional Design, Bid, and Award
Phase A/E Services for BP-041, OEA Rehabilitation of Taxiways Phase 1, at the
Orlando Executive Airport. The scope of services provides additional design services
during the design phase for the referenced project, responding to a request from the
FAA in order to comply with the current FAA geometric layout standards for the
referenced taxiways. These services were not anticipated for the original scope of a
pavement maintenance mill and overlay project.

The Director of Small Business Development has reviewed the subject contract's
proposed DBE specifications and determined that Avcon, Inc. proposes to achieve
10.77% DBE participation on this Amendment/Addendum.

Mr. Patterson questioned if the overall fee for the design services was still within
6% of the total construction cost, and Mr. Nguyen answered yes.

Upon motion of Mr. Devine, second by Ms. Schneider, vote carried to recommend to the
Aviation Authority Board, subject to receipt of the FAA and FOOT grants, approval of
an Amendment to Addendum No. 2 to the Continuing Civil Engineering and Professional
Engineering Services Agreement with Avcon, Inc. for Additional Design, Bid, and Award
Phase A/E Services for BP-041, for a total amount of $48, 268.50, which includes a
lump sum fee amount of $42,946.00, a not-to-exceed fee amount of $5,200.00, and a
not-to-exceed reimbursable expenses amount of $122. 50, with funding from future FAA
and FOOT grants to the extent eligible, and OEA Revenue Funds.

REQUEST FOR RECOMMENDATION OF APPROVAL OF AN ADDENDUM TO THE CONTINUING CIVIL


ENGINEERING AND PROFESSIONAL ENGINEERING SERVICES AGREEMENT WITH AVCON, INC. FOR
CONSTRUCTION ADMINISTRATION SERVICES FOR BP-041, OEA REHABILITATION OF TAXIWAYS
PHASE 1, AT THE ORLANDO EXECUTIVE AIRPORT.
4. Mr. Pue presented the memorandum, dated July 22, 2014, along with the proposal,
dated July 15, 2014, from Avcon, Inc. for Construction Administration Services for
BP-041, OEA Rehabilitation of Taxiways – Phase 1

Wednesday, October 15, 2014


GREATER ORLANDO AVIATION AUTHORITY
________________________________________________________________
Orlando Executive Airport
One Jeff Fuqua Boulevard
Orlando, Florida 32827-4399

MEMORANDUM

TO: Members of the Aviation Authority

FROM: Stanley J. Thornton, Chair, Construction Committee

DATE: October 15, 2014

ITEM DESCRIPTION

Recommendation of the Construction Committee to Approve an Addendum to the Continuing


Program and Project Management Agreement with URS Corporation for Construction Phase
OAR Services for Bid Package (BP) No. 041, Rehabilitation of Taxiways - Phase 1, at
the Orlando Executive Airport

BACKGROUND

BP No. 041 provides for the rehabilitation of existing asphalt pavement (i.e.,
mill/overlay and full depth pavement widening), lighting, signage, and markings for
Taxilane E and portions of Taxiways E, E4, E5, A, and B at the Orlando Executive
Airport. The scope also includes the reconstruction and realignment of Taxiway E6 and
associated grading.

On August 17, 2011, the Aviation Authority Board approved a Continuing Program and
Project Management Agreement with URS Corporation for Owner’s Authorized
Representative (OAR) services. The construction of BP No. 041 is scheduled to start
in November 2014 and complete in June 2015. Construction phase OAR services are
required during this period.

ISSUES

A fee has been negotiated with URS Corporation for a total not-to-exceed amount of
$186,555 for construction phase OAR services for BP No. 041. These services will
include providing assistance to the Aviation Authority in the areas of pre-
construction, and construction project management, project control, contract
administration, and construction coordination in support of the project.

The Director of Small Business Development has reviewed the proposal and determined
that URS Corporation proposes to achieve 75.5% DBE participation, which is composed of
the following subconsultants: Geotech Consultants International, Inc.; Page One
Consultants, Inc.; and, PSA Constructors, Inc.

On July 30, 2014, the Construction Committee recommended approval of an Addendum to


the Continuing Program and Project Management Agreement with URS Corporation for
construction phase OAR services for BP No. 041, Rehabilitation of Taxiways - Phase 1,
at the Orlando Executive Airport. The Federal Aviation Administration (FAA) grant
application for BP No. 041 was submitted to the FAA shortly thereafter.

On August 11, 2014, the Orlando City Council concurred to pre-accept the grant
anticipated to be offered by the FAA for BP No. 041 on behalf of the Aviation
Authority. The pre-acceptance of this FAA grant included authorization of the related
grant documents and contracts. On September 10, 2014, the Aviation Authority Board
accepted the matching Florida Department of Transportation (FDOT) funding and approved
the matching OEA Revenue Funds. The FAA Grant has since been received.

CONSENT AGENDA ITEM – G -


ALTERNATIVES

There are no reasonable alternatives under consideration.

FISCAL IMPACT

The fiscal impact is $186,555. Funding is from previously-approved OEA Revenue Funds
and Florida Department of Transportation (FDOT) and Federal Aviation Administration
(FAA) AIP grants to the extent eligible.

RECOMMENDED ACTION

It is respectfully requested that the Aviation Authority Board resolve to accept the
recommendation of the Construction Committee and (1) approve an Addendum to the
Continuing Program and Project Management Agreement with URS Corporation for
construction phase OAR services for BP No. 041, Rehabilitation of Taxiways - Phase 1,
at the Orlando Executive Airport, for a total not-to-exceed amount of $186,555, which
includes a not-to-exceed fee amount of $150,055, and a not-to-exceed reimbursable
expenses amount of $36,500, with funding from previously-approved OEA Revenue Funds
and Florida Department of Transportation (FDOT) and Federal Aviation Administration
(FAA) AIP grants to the extent eligible (Orlando City Council pre-accepted on August
11, 2014); and (2) authorize an Aviation Authority Officer or the Executive Director
to execute the necessary documents following satisfactory review by legal counsel.
Minutes of the CONSTRUCTION COMMITTEE Meeting, July 30, 2014
Page 4 of 5

Corporation, for the bid amount of $2, 565, 240. 86, with funding from future FAA and
FOOT grants to the extent eligible, and OEA Revenue Funds.

REQUEST FOR RECOMMENDATION OF APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND


PROJECT MANAGEMENT SERVICES AGREEMENT WITH URS CORPORATION FOR CONSTRUCTION PHASE OAR
SERVICES FOR BP-041, OEA REHABILITATION OF TAXIWAYS PHASE 1, AT THE ORLANDO
EXECUTIVE AIRPORT.
2. Mr. Pue presented the memorandum, dated July 16, 2014, along with the proposal,
dated July 14, 2014, from URS Corporation for Construction Phase OAR Services for BP-
041, OEA Rehabilitation of Taxiways - Phase 1, at the Orlando Executive Airport.

The Director of Small Business Development has reviewed the subject contract's
proposed DBE specifications and determined that, URS Corporation proposes to achieve
75.5% DBE participation on this Addendum.

Mr. Patterson inquired if these services will be provided by the same team as the BP-
434 project, and Mr. Pue answered yes.

Upon motion of Mr. Patterson, second by Mr. Devine, vote carried to recommend to the
Aviation Authority Board, subject to receipt of the FAA and FOOT grants, approval of
an Addendum to the Continuing Program and Project Management Services Agreement with
URS Corporation for Construction Phase OAR Services for BP-041, for a total amount of
$186,555.00, which includes a not-to-exceed fee amount of $150,055.00 and a not-to-
exceed reimbursable expenses amount of $36,500.00, with funding from future FAA and
FOOT grants to the extent eligible, and OEA Revenue Funds.

REQUEST FOR RECOMMENDATION OF APPROVAL OF AN AMENDMENT TO ADDENDUM NO. 2 TO THE


CONTINUING CIVIL ENGINEERING AND PROFESSIONAL ENGINEERING SERVICES AGREEMENT WITH
AVCON, INC. FOR ADDITIONAL DESIGN, BID AND AWARD PHASE A/E SERVICES FOR BP-041, OEA
REHABILITATION OF TAXIWAYS - PHASE 1, AT THE ORLANDO EXECUTIVE AIRPORT.
3. Mr. Nguyen presented the memorandum, dated July 23, 2014, along with the
proposal, dated July 21, 2014, from Avcon, Inc. for Additional Design, Bid, and Award
Phase A/E Services for BP-041, OEA Rehabilitation of Taxiways Phase 1, at the
Orlando Executive Airport. The scope of services provides additional design services
during the design phase for the referenced project, responding to a request from the
FAA in order to comply with the current FAA geometric layout standards for the
referenced taxiways. These services were not anticipated for the original scope of a
pavement maintenance mill and overlay project.

The Director of Small Business Development has reviewed the subject contract's
proposed DBE specifications and determined that Avcon, Inc. proposes to achieve
10.77% DBE participation on this Amendment/Addendum.

Mr. Patterson questioned if the overall fee for the design services was still within
6% of the total construction cost, and Mr. Nguyen answered yes.

Upon motion of Mr. Devine, second by Ms. Schneider, vote carried to recommend to the
Aviation Authority Board, subject to receipt of the FAA and FOOT grants, approval of
an Amendment to Addendum No. 2 to the Continuing Civil Engineering and Professional
Engineering Services Agreement with Avcon, Inc. for Additional Design, Bid, and Award
Phase A/E Services for BP-041, for a total amount of $48, 268.50, which includes a
lump sum fee amount of $42,946.00, a not-to-exceed fee amount of $5,200.00, and a
not-to-exceed reimbursable expenses amount of $122. 50, with funding from future FAA
and FOOT grants to the extent eligible, and OEA Revenue Funds.

REQUEST FOR RECOMMENDATION OF APPROVAL OF AN ADDENDUM TO THE CONTINUING CIVIL


ENGINEERING AND PROFESSIONAL ENGINEERING SERVICES AGREEMENT WITH AVCON, INC. FOR
CONSTRUCTION ADMINISTRATION SERVICES FOR BP-041, OEA REHABILITATION OF TAXIWAYS
PHASE 1, AT THE ORLANDO EXECUTIVE AIRPORT.
4. Mr. Pue presented the memorandum, dated July 22, 2014, along with the proposal,
dated July 15, 2014, from Avcon, Inc. for Construction Administration Services for
GREATER ORLANDO AVIATION AUTHORITY
________________________________________________________________
Orlando Executive Airport
One Jeff Fuqua Boulevard
Orlando, Florida 32827-4399

MEMORANDUM

TO: Members of the Aviation Authority

FROM: Stanley J. Thornton, Chair, Construction Committee

DATE: October 15, 2014

ITEM DESCRIPTION

Recommendation of the Construction Committee to Approve an Addendum to the Continuing


Civil Engineering Services and Professional Engineering Services Agreement with Avcon,
Inc. for Construction Phase A/E Services (and an Amendment to Addendum No. 2 for
Additional Design Phase A/E Services) for Bid Package (BP) No. 041, Rehabilitation of
Taxiways - Phase 1, at the Orlando Executive Airport

BACKGROUND

BP No. 041 provides for the rehabilitation of existing asphalt pavement (i.e.,
mill/overlay and full depth pavement widening), lighting, signage, and markings for
Taxilane E and portions of Taxiways E, E4, E5, A, and B at the Orlando Executive
Airport. The scope also includes the reconstruction and realignment of Taxiway E6 and
associated grading.

On September 18, 2013, the Aviation Authority Board approved Addendum No. 2 to the
Continuing Civil Engineering Services and Professional Engineering Services Agreement
with Avcon, Inc. for the design of BP No. 041. Avcon, Inc.’s design, bid, and award
phase A/E services are completed. The construction of BP No. 041 is scheduled to
start in November 2014 and complete in June 2015. Construction phase A/E services are
required during this period.

ISSUES

A fee has been negotiated with Avcon, Inc. for a total not-to-exceed amount of $44,506
for construction phase A/E services for BP No. 041. These services will include
providing pre-construction coordination, preparation of conformed documents, shop
drawing review comments, clarifications and interpretations of the contract drawings,
site visits, meeting attendance, and preparation of record drawings. The Director of
Small Business Development has reviewed the proposal and determined because of the
limited scope of the required services, Avcon, Inc. does not propose any DBE
participation and that Avcon, Inc. is eligible for award of these services.

Additionally, a fee has been negotiated with Avcon, Inc. for a total not-to-exceed
amount of $48,268.50 for additional design phase A/E services for BP No. 041. These
services include providing additional design services during the design phase for BP
No. 041, i.e., responding to a request from the Federal Aviation Administration (FAA)
in order to comply with the current FAA geometric layout standards for the referenced
taxiways. These services were not anticipated for the original scope of a pavement
maintenance mill and overlay project. The Director of Small Business Development has
reviewed the proposal and determined that Avcon, Inc. proposes to achieve 10.77% DBE
participation and that Avcon, Inc. is eligible for award of these services.

CONSENT AGENDA ITEM – H -


On July 30, 2014, the Construction Committee recommended approval of (1) Addendum to
the Continuing Civil Engineering Services and Professional Engineering Services
Agreement with Avcon, Inc. for construction phase A/E services for BP No. 041,
Rehabilitation of Taxiways - Phase 1, at the Orlando Executive Airport; and, (2) an
Amendment to Addendum No. 2 to the Continuing Civil Engineering Services and
Professional Engineering Services Agreement with Avcon, Inc. for additional design
phase A/E services for BP No. 041, Rehabilitation of Taxiways - Phase 1, at the
Orlando Executive Airport. The FAA grant application for BP No. 041 was submitted to
the FAA shortly thereafter.

On August 11, 2014, the Orlando City Council concurred to pre-accept the grant
anticipated to be offered by the FAA for BP No. 041 on behalf of the Aviation
Authority. The pre-acceptance of this FAA grant included authorization of the related
grant documents and contracts. On September 10, 2014, the Aviation Authority Board
accepted the matching Florida Department of Transportation (FDOT) funding and approved
the matching OEA Revenue Funds. The FAA Grant has since been received.

ALTERNATIVES

There are no reasonable alternatives under consideration.

FISCAL IMPACT

The fiscal impact is $92,774.50. Funding is from previously-approved OEA Revenue


Funds and Florida Department of Transportation (FDOT) and Federal Aviation
Administration (FAA) AIP grants to the extent eligible.

RECOMMENDED ACTION

It is respectfully requested that the Aviation Authority Board resolve to accept the
recommendation of the Construction Committee and (1) approve an Addendum to the
Continuing Civil Engineering Services and Professional Engineering Services Agreement
with Avcon, Inc. for construction phase A/E services for BP No. 041, Rehabilitation of
Taxiways - Phase 1, at the Orlando Executive Airport, for a total not-to-exceed amount
of $44,506, which includes a not-to-exceed fee amount of $43,556 and a not-to-exceed
reimbursable expenses amount of $950, with funding from previously-approved OEA
Revenue Funds and Florida Department of Transportation (FDOT) and Federal Aviation
Administration (FAA) AIP grants to the extent eligible (Orlando City Council pre-
accepted on August 11, 2014); (2) approve an Amendment to Addendum No. 2 to the
Continuing Civil Engineering Services and Professional Engineering Services Agreement
with Avcon, Inc. for additional design phase A/E services for BP No. 041,
Rehabilitation of Taxiways - Phase 1, at the Orlando Executive Airport, for a total
not-to-exceed amount of $48,268.50, which includes a lump sum fee amount $42,946, a
not-to-exceed fee amount of $5,200 and a not-to-exceed reimbursable expenses amount of
$122.50, with funding from previously-approved OEA Revenue Funds and Florida
Department of Transportation (FDOT) and Federal Aviation Administration (FAA) AIP
grants to the extent eligible (Orlando City Council pre-accepted on August 11, 2014);
and (3) authorize an Aviation Authority Officer or the Executive Director to execute
the necessary documents following satisfactory review by legal counsel.
Minutes of the CONSTRUCTION COMMITTEE Meeting, July 30, 2014
Page 4 of 5

Corporation, for the bid amount of $2, 565, 240. 86, with funding from future FAA and
FOOT grants to the extent eligible, and OEA Revenue Funds.

REQUEST FOR RECOMMENDATION OF APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND


PROJECT MANAGEMENT SERVICES AGREEMENT WITH URS CORPORATION FOR CONSTRUCTION PHASE OAR
SERVICES FOR BP-041, OEA REHABILITATION OF TAXIWAYS PHASE 1, AT THE ORLANDO
EXECUTIVE AIRPORT.
2. Mr. Pue presented the memorandum, dated July 16, 2014, along with the proposal,
dated July 14, 2014, from URS Corporation for Construction Phase OAR Services for BP-
041, OEA Rehabilitation of Taxiways - Phase 1, at the Orlando Executive Airport.

The Director of Small Business Development has reviewed the subject contract's
proposed DBE specifications and determined that, URS Corporation proposes to achieve
75.5% DBE participation on this Addendum.

Mr. Patterson inquired if these services will be provided by the same team as the BP-
434 project, and Mr. Pue answered yes.

Upon motion of Mr. Patterson, second by Mr. Devine, vote carried to recommend to the
Aviation Authority Board, subject to receipt of the FAA and FOOT grants, approval of
an Addendum to the Continuing Program and Project Management Services Agreement with
URS Corporation for Construction Phase OAR Services for BP-041, for a total amount of
$186,555.00, which includes a not-to-exceed fee amount of $150,055.00 and a not-to-
exceed reimbursable expenses amount of $36,500.00, with funding from future FAA and
FOOT grants to the extent eligible, and OEA Revenue Funds.

REQUEST FOR RECOMMENDATION OF APPROVAL OF AN AMENDMENT TO ADDENDUM NO. 2 TO THE


CONTINUING CIVIL ENGINEERING AND PROFESSIONAL ENGINEERING SERVICES AGREEMENT WITH
AVCON, INC. FOR ADDITIONAL DESIGN, BID AND AWARD PHASE A/E SERVICES FOR BP-041, OEA
REHABILITATION OF TAXIWAYS - PHASE 1, AT THE ORLANDO EXECUTIVE AIRPORT.
3. Mr. Nguyen presented the memorandum, dated July 23, 2014, along with the
proposal, dated July 21, 2014, from Avcon, Inc. for Additional Design, Bid, and Award
Phase A/E Services for BP-041, OEA Rehabilitation of Taxiways Phase 1, at the
Orlando Executive Airport. The scope of services provides additional design services
during the design phase for the referenced project, responding to a request from the
FAA in order to comply with the current FAA geometric layout standards for the
referenced taxiways. These services were not anticipated for the original scope of a
pavement maintenance mill and overlay project.

The Director of Small Business Development has reviewed the subject contract's
proposed DBE specifications and determined that Avcon, Inc. proposes to achieve
10.77% DBE participation on this Amendment/Addendum.

Mr. Patterson questioned if the overall fee for the design services was still within
6% of the total construction cost, and Mr. Nguyen answered yes.

Upon motion of Mr. Devine, second by Ms. Schneider, vote carried to recommend to the
Aviation Authority Board, subject to receipt of the FAA and FOOT grants, approval of
an Amendment to Addendum No. 2 to the Continuing Civil Engineering and Professional
Engineering Services Agreement with Avcon, Inc. for Additional Design, Bid, and Award
Phase A/E Services for BP-041, for a total amount of $48, 268.50, which includes a
lump sum fee amount of $42,946.00, a not-to-exceed fee amount of $5,200.00, and a
not-to-exceed reimbursable expenses amount of $122. 50, with funding from future FAA
and FOOT grants to the extent eligible, and OEA Revenue Funds.

REQUEST FOR RECOMMENDATION OF APPROVAL OF AN ADDENDUM TO THE CONTINUING CIVIL


ENGINEERING AND PROFESSIONAL ENGINEERING SERVICES AGREEMENT WITH AVCON, INC. FOR
CONSTRUCTION ADMINISTRATION SERVICES FOR BP-041, OEA REHABILITATION OF TAXIWAYS
PHASE 1, AT THE ORLANDO EXECUTIVE AIRPORT.
4. Mr. Pue presented the memorandum, dated July 22, 2014, along with the proposal,
dated July 15, 2014, from Avcon, Inc. for Construction Administration Services for
Minutes o f the CONSTRUCTION COMMITTEE Meeting, July 30, 2014
Page 5 of 5

BP-041 , OEA Rehabilitat ion of Taxiways - Phase 1 , at the Orlando Executive Airport .
The scope of servi c es prov i d es construction admi nistration and inspection services
during the construction phas e of BP-041 .

Th e Directo r of Small Business Development has reviewed the subject cont rac t ' s
proposed DBE specifications and determined that , due to the limited scope of t he
required services, Avcon, Inc. d oes not propose to achieve any DBE participation o n
this Addendum.

Upon motion of Mr . Devine , second by Mr . Patte r son , vote carri e d to recomme n d to the
Aviation Autho rit y Board, s ubj ect to receipt of the FAA and FOOT grants , appro v a l of
an Addendum to th e Cont inuing Civil Engineering and Profes s ion a l Engineering Services
Agreement with Avcon , Inc. for Con struction Administration Servi ces for BP-041 , f o r a
total amount of $44,506.00 , which includes a no t- to -exceed fee amo unt of $ 43 , 556 . 00
a nd a not-to-exceed reimbursable expe nses amount of $9 5 0. 00 , with funding from fut ure
FAA a nd FOOT grants to the extent e ligible , and OEA Revenue Funds .

ADJOURNMENT
5. There being no f u r ther bu siness for discussion , the mee t ing adjourned at 11 : 25
a . m.

anley J . Tho ton, Chair


Construction Committee
Chief Operating Officer
GREATER ORLANDO AVIATION AUTHORITY
________________________________________________________________
Orlando Executive Airport
One Jeff Fuqua Boulevard
Orlando, Florida 32827-4399

MEMORANDUM

TO: Members of the Aviation Authority

FROM: Stanley J. Thornton, Chair, Construction Committee

DATE: October 15, 2014

ITEM DESCRIPTION

Recommendation of the Construction Committee to Award Bid Package (BP) No. 448, Master
Irrigation Controller System Replacement at the Orlando International Airport, to
Newberg Irrigation, Inc.

BACKGROUND

The existing irrigation management system is obsolete, has reached its useful life
expectancy, and is need of replacement.

BP No. 448, Master Irrigation Controller System Replacement at the Orlando


International Airport, provides for the installation of 27 new wireless irrigation
satellite controllers as well as the retrofit of 37 existing pedestals and the
replacement of 54 moisture sensors, 64 ground controllers, and 27 radio/Ethernet
interfaces.

The bid documents provided for the base bid, and four add alternates as follows:

• Base Bid: Retrofit 17 existing pedestals, and replace 16 moisture sensors, 25


ground controllers, and 8 radio/Ethernet interfaces.

• Add Alternate No. 1: Retrofit 8 existing pedestals, and replace 6 moisture


sensors, 11 ground controllers, and 3 radio/Ethernet interfaces.

• Add Alternate No. 2: Retrofit 2 existing pedestals, and replace 8 moisture


sensors, 6 ground controllers, and 4 radio/Ethernet interfaces.

• Add Alternate No. 3: Retrofit 2 existing pedestals, and replace 6 moisture


sensors, 5 ground controllers, and 3 radio/Ethernet interfaces.

• Add Alternate No. 4: Retrofit 8 existing pedestals, and replace 18 moisture


sensors, 17 ground controllers, and 9 radio/Ethernet interfaces.

Construction is scheduled to start in November 2014 and complete in April 2015.

CONSENT AGENDA ITEM – I -


ISSUES

BP No. 448 was publicly advertised on August 3 and 6, 2014. On September 2, 2014, two
bids were received as follows:

Newberg Irrigation, Valleycrest Landscape


Inc. Development, Inc.

Base Bid $205,760.00 $230,585.86


Alternate No. 1 $ 71,185.00 $ 70,728.37
Alternate No. 2 $ 75,560.00 $ 73,232.63
Alternate No. 3 $ 61,590.00 $ 58,214.17
Alternate No. 4 $160,020.00 $159,320.13

Total Bid $574,115.00 $592,081.16

The responsive low bidder, Newberg Irrigation, Inc., has confirmed its bid was
prepared in accordance with all bid documents and addenda and that it will be able to
complete the project for the amount bid and within the Aviation Authority’s schedule.

Based on the availability of funding, it is recommended that only the Base Bid plus
Bid Alternate Nos. 1 and 2 be awarded. The bid comparison is as follows:

Newberg Irrigation, Valleycrest Landscape


Inc. Development, Inc.

Base Bid $205,760.00 $230,585.86


Alternate No. 1 $ 71,185.00 $ 70,728.37
Alternate No. 2 $ 75,560.00 $ 73,232.63

Total Bid $352,505.00 $374,546.86

A combined MWBE/LDB participation goal of 15% was established for this project. The
Director of Small Business Development has reviewed the bid from Newberg Irrigation,
Inc. and determined that Newberg Irrigation, Inc. proposes to achieve 15.68% MWBE/LDB
participation.

On September 16, 2014, the Construction Committee recommended approval the award of BP
No. 448, Master Irrigation Controller System Replacement at the Orlando International
Airport, to Newberg Irrigation, Inc. for the bid amount of $352,505 (base bid plus Add
Alternate Nos. 1 and 2).

ALTERNATIVES

There are no reasonable alternatives under consideration.

FISCAL IMPACT

The fiscal impact is $352,505. Funding is from Capital Expenditure Funds.

RECOMMENDED ACTION

It is respectfully requested that the Aviation Authority Board resolve to accept the
recommendation of the Construction Committee and (1) approve the award of BP No. 448,
Master Irrigation Controller System Replacement at the Orlando International Airport,
to Newberg Irrigation, Inc. for the bid amount of $352,505 (base bid plus Add
Alternate Nos. 1 and 2) with funding from Capital Expenditure Funds; and (2) authorize
an Aviation Authority Officer or the Executive Director to execute the necessary
documents following satisfactory review by legal counsel.
DRAFT
Minutes of the CONSTRUCTION COMMITTEE Meeting, September 16, 2014
Page 6 of 18

GENERAL

REQUEST FOR RECOMMENDATION FOR APPROVAL OF AWARD OF BP-448, MASTER IRRIGATION


CONTROLLER SYSTEM REPLACEMENT, AT THE ORLANDO INTERNATIONAL AIRPORT, TO NEWBERG
IRRIGATION, INC.
6. [A handout was provided, which included a project location map, a revised cover
memorandum with a revised base bid amount for Newberg Irrigation, Inc., and a revised
recommendation for award letter from Avcon, Inc.]. Mr. Roche presented the
memorandum, dated September 5, 2014, for the recommendation for approval to award BP-
448, Master Irrigation Controller System Replacement, at the Orlando International
Airport, to Newberg Irrigation, Inc. The scope of the project includes installing 27
new wireless irrigation satellite controllers at the Orlando International Airport.
This project will also retrofit 37 existing pedestals, and replace 54 moisture
sensors, 64 ground controllers, and 27 radio/Ethernet interfaces. The bid documents
provided for the base bid plus four add alternates as follows:

 Base Bid: Retrofit 17 existing pedestals, and replace 16 moisture sensors, 25


ground controllers, and 8 radio/Ethernet interfaces.
 Add Alternate No. 1: Retrofit 8 existing pedestals, and replace 6 moisture
sensors, 11 ground controllers, and 3 radio/Ethernet interfaces.
 Add Alternate No. 2: Retrofit 2 existing pedestals, and replace 8 moisture
sensors, 6 ground controllers, and 4 radio/Ethernet interfaces.
 Add Alternate No. 3: Retrofit 2 existing pedestals, and replace 6 moisture
sensors, 5 ground controllers, and 3 radio/Ethernet interfaces.
 Add Alternate No. 4: Retrofit 8 existing pedestals, and replace 18 moisture
sensors, 17 ground controllers, and 9 radio/Ethernet interfaces.

On September 2, 2014, two bids were received as follows:

Alternate Alternate Alternate Alternate


Bidder Base Bid Total Bid
No. 1 No. 2 No. 3 No. 4
Newberg
$205,760.00 $71,185.00 $75,560.00 $61,590.00 $160,020.00 $574,115.00
Irrigation, Inc.
Valleycrest
Landscape $230,585.86 $70,728.37 $73,232.63 $58,214.17 $159,320.13 $592,081.16
Development, Inc.
Engineer’s
$270,000.00 $67,566.00 $67,567.00 $67,567.00 $153,500.00 $626,900.00
Estimate

The responsive low bidder, Newberg Irrigation, Inc., has confirmed its bid was
prepared in accordance with all bid documents and addenda and that it will be able to
complete the project for the amount bid and within the Aviation Authority’s schedule.

Based on the availability of funding, it is recommended that only the Base Bid plus
Bid Alternate Nos. 1 and 2 be awarded. The bid comparison is as follows:

Bidder Base Bid Alternate No. 1 Alternate No. 2 Total Bid

Newberg
$205,760.00 $71,185.00 $75,560.00 $352,505.00
Irrigation, Inc.
Valleycrest
Landscape $230,585.86 $70,728.37 $73,232.63 $374,546.86
Development, Inc.
Engineer’s
$270,000.00 $67,566.00 $67,567.00 $405,133.00
Estimate

The Director of Small Business Development has reviewed the subject contract’s
proposed MWBE/LDB specifications and determined that Newberg Irrigation, Inc.
proposes to achieve 15.68% MWBE/LDB participation.
DRAFT
Minutes of the CONSTRUCTION COMMITTEE Meeting, September 16, 2014
Page 7 of 18

Chair Thornton asked if these services will include Site 3 as depicted on the project
location map. Mr. Roche answered that Site 3 will not be included at this time;
however, the Site 3 work is anticipated for completion in late 2015 or early 2016.

Agenda Item Nos. 6, 7, and 8 were considered in one motion.

Upon motion of Mr. Devine, second by Ms. Churchill, vote carried to recommend to the
Aviation Authority Board approval of the award of the BP-448, Master Irrigation
Controller System Replacement at the Orlando International Airport, to Newberg
Irrigation, Inc., for the bid amount of $352,505.00 (Base Bid plus Add Alternate Nos.
1 and 2), with funding from Capital Expenditure Funds.
GREATER ORLANDO AVIATION AUTHORITY
________________________________________________________________
Orlando International Airport
One Jeff Fuqua Boulevard
Orlando, Florida 32827-4399

MEMORANDUM

TO: Members of the Aviation Authority

FROM: Stanley J. Thornton, Chair, Construction Committee

DATE: October 15, 2014

ITEM DESCRIPTION

Recommendation of the Construction Committee to Approve an Addendum to the Continuing


Electrical Construction Services Agreement with H. L. Pruitt Corporation for the Award
of Project E135, Refurbish Fire Alarm System in Parking Garage B at the Orlando
International Airport

BACKGROUND

The existing fire alarm system in the Parking Garage B is the originally installed
equipment, has reached its useful life expectancy, and is need of replacement.

Project E135, Refurbish Fire Alarm System in Parking Garage B, provides for the
refurbishment of the fire alarm system in Parking Garage B at the Orlando
International Airport.

Construction is scheduled to start in November 2014 and complete in May 2015.

ISSUES

On July 10, 2014, letters of invitation to bid for Project E135 were issued to the
Aviation Authority’s six continuing electrical contractors. On August 27, 2014, five
bids were received as follows:

• H. L. Pruitt Corporation $419,000


• Electric Services, Inc. $590,000
• Morton Electric, Inc. $610,370
• BergElectric Corp. Contractors and Engineers $724,950
• Power Engineering Group, Inc. $867,364
• Florida Industrial Electric, Inc. (The New) No Bid

The responsive low bidder, H. L. Pruitt Corporation, has confirmed its bid was
prepared in accordance with all bid documents and addenda and that it will be able to
complete the project for the amount bid and within the Aviation Authority’s schedule.

A combined MWBE/LDB participation goal of 25% was established for this project. The
Director of Small Business Development has reviewed the bid from H. L. Pruitt
Corporation and determined that H. L. Pruitt Corporation proposes to achieve 26.7%
MWBE participation.

On September 16, 2014, the Construction Committee recommended approval of an Addendum


to the Continuing Electrical Construction Services Agreement with H. L. Pruitt
Corporation for the award of Project E135, Refurbish Fire Alarm System in Parking
Garage B at the Orlando International Airport, for the bid amount of $419,000.

CONSENT AGENDA ITEM – J -


ALTERNATIVES

There are no reasonable alternatives under consideration.

FISCAL IMPACT

The fiscal impact is $419,000. Funding is from Capital Expenditure Funds.

RECOMMENDED ACTION

It is respectfully requested that the Aviation Authority Board resolve to accept the
recommendation of the Construction Committee and (1) approve an Addendum to the
Continuing Electrical Construction Services Agreement with H. L. Pruitt Corporation
for the award of Project E135, Refurbish Fire Alarm System in Parking Garage B at the
Orlando International Airport, for the bid amount of $419,000 with funding from
Capital Expenditure Funds; and (2) authorize an Aviation Authority Officer or the
Executive Director to execute the necessary documents following satisfactory review by
legal counsel.
DRAFT
Minutes of the CONSTRUCTION COMMITTEE Meeting, September 16, 2014
Page 10 of 19

REQUEST FOR RECOMMENDATION FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING ELECTRICAL


CONSTRUCTION SERVICES AGREEMENT WITH H. L. PRUITT CORPORATION FOR THE AWARD OF E135,
REFURBISH ALARM SYSTEM IN PARKING GARAGE B, AT THE ORLANDO INTERNATIONAL AIRPORT.
11. Mr. Carlos presented the memorandum, dated September 10, 2014, for E135,
Refurbish Alarm System in Parking Garage B, at the Orlando International Airport. The
scope of services provides refurbishment of the Garage B fire alarm system with new
weather proof devices.

On August 27, 2014, five bids were received from the continuing electrical
contractors as follows:

Bidder Bid Amount


H. L. Pruitt Corporation $ 419,000.00
Electric Services, Inc. $ 590,000.00
Morton Electric, Inc. $ 610,370.00
BergElectric Corp. dba as Bergelectric
Corp. Contractors and Engineers $ 724,950.00
Power Engineering Group, Inc. $ 867,364.00
The New Florida Industrial Electric, Inc.
dba Florida Industrial Electric No Bid
Engineer’s Estimate $ 485,050.00

The responsive low bidder, H. L. Pruitt Corporation, has confirmed its bid was
prepared in accordance with all bid documents and addenda, and that it will be able
to complete the project for the amount bid and within the Aviation Authority’s
schedule.

A combined MWBE/LDB participation goal of 25% was established for this project. The
Director of Small Business Development has reviewed the bid from H. L. Pruitt
Corporation and determined that H. L. Pruitt Corporation proposes to achieve 26.7%
MWBE/LDB participation.

Upon motion of Mr. Devine, second by Mr. Patterson, vote carried to recommend to the
Aviation Authority Board approval of an Addendum to the Continuing Electrical
Construction Services Agreement with H. L. Pruitt Corporation for the award of E135,
Refurbish Alarm System in Parking Garage B at the Orlando International Airport, for
the bid amount of $419,000.00, with funding from Capital Expenditure Funds.
GREATER ORLANDO AVIATION AUTHORITY
________________________________________________________________
Orlando International Airport
One Jeff Fuqua Boulevard
Orlando, Florida 32827-4399

MEMORANDUM

TO: Members of the Aviation Authority

FROM: Stanley J. Thornton, Chair, Construction Committee

DATE: October 15, 2014

ITEM DESCRIPTION

Recommendation of the Construction Committee to Approve Addenda to the Continuing


Vertical Construction Services Agreements to Exercise the First One-Year Renewal
Options

BACKGROUND

The Aviation Authority’s policy and procedure provides that construction firms may be
engaged through continuing services agreements for projects with a construction value
of $2,000,000 or less.

On December 14, 2011, the Aviation Authority Board approved continuing vertical
construction services agreements with the following five firms:

• Clancy & Theys Construction Company


• Gomez Construction Company
• H. W. Davis Construction, Inc.
• R. L. Burns, Inc.
• Verde Construction Managers, LLC

These agreements provide for services that may include general site construction,
design-build, foundation, structural, masonry, electrical, plumbing, mechanical,
interior and exterior finishes, painting, roofing, furnishings, and other work
normally associated with vertical construction.

The provisions of the continuing vertical construction services agreements include a


three-year service agreement with optional renewal periods of two additional one-year
terms upon mutual agreement of the Aviation Authority and the consulting firm. All
five base agreements will expire in January 2015, and all five firms have been
responsive to the Aviation Authority's needs.

ISSUES

In order to maintain the continuing vertical construction services on an as-needed


basis, the first renewal option is required for each of the five agreements. In
response to the Aviation Authority's notification, all five firms provided a letter of
concurrence of the first one-year renewal option of its original agreement.

The Aviation Authority has extensively utilized the continuing vertical construction
contractors over the term of their base agreements and it is essential that on-call
vertical construction capabilities be maintained to ensure the Aviation Authority’s
ability to respond in the event of an emergency.

CONSENT AGENDA ITEM – K -


On September 16, 2014, the Construction Committee recommended approval of a no cost
addendum to each of the continuing vertical construction services agreements with all
five firms to exercise the first one-year renewal option.

ALTERNATIVES

There are no reasonable alternatives under consideration.

FISCAL IMPACT

There is no fiscal impact for these addenda. Future addenda will be based on specific
tasks of work as assigned with approved funding source.

RECOMMENDED ACTION

It is respectfully requested that the Aviation Authority Board resolve to accept the
recommendation of the Construction Committee and (1) approve a no cost Addendum to the
Continuing Vertical Construction Services Agreement with Clancy & Theys Construction
Company, Inc. to exercise the first one-year renewal option and extend the Agreement
to January 27, 2016; (2) approve a no cost Addendum to the Continuing Vertical
Construction Services Agreement with Gomez Construction Company to exercise the first
one-year renewal option and extend the Agreement to January 13, 2016; (3) approve a no
cost Addendum to the Continuing Vertical Construction Services Agreement with H. W.
Davis Construction, Inc. to exercise the first one-year renewal option and extend the
Agreement to January 10, 2016; (4) approve a no cost Addendum to the Continuing
Vertical Construction Services Agreement with R. L. Burns, Inc. to exercise the first
one-year renewal option and extend the Agreement to January 13, 2016; (5) approve a no
cost Addendum to the Continuing Vertical Construction Services Agreement with Verde
Construction Managers, LLC to exercise the first one-year renewal option and extend
the Agreement to January 20, 2016; and (6) authorize an Aviation Authority Officer or
the Executive Director to execute the necessary documents following satisfactory
review by legal counsel.
DRAFT
Minutes of the CONSTRUCTION COMMITTEE Meeting, September 16, 2014
Page 19 of 20

REQUEST FOR RECOMMENDATION FOR APPROVAL OF NO-COST ADDENDA TO EACH OF THE CONTINUING
VERTICAL CONSTRUCTION SERVICES AGREEMENTS WITH CLANCY & THEYS CONSTRUCTION COMPANY,
GOMEZ CONSTRUCTION COMPANY, H. W. DAVIS CONSTRUCTION, INC., R. L. BURNS, INC., AND
VERDE CONSTRUCTION MANAGER, LLC FOR THE FIRST ONE-YEAR RENEWAL OPTION.
29. Mr. Ruohomaki presented the memorandum, dated September 16, 2014, along with
the letters of acceptance from Clancy & Theys Construction Company, Gomez
Construction Company, H. W. Davis Construction, Inc., R. L. Burns, Inc., and Verde
Construction Managers, LLC, for the first one-year renewal option to extend the
Continuing Vertical Construction Services Agreement for a one-year period.

On December 14, 2011, the Aviation Authority Board approved Continuing Vertical
Construction Services Agreements with the five below-listed firms. The provisions of
the Continuing Vertical Construction Services Agreement include a three-year service
agreement with optional renewal periods of two additional one-year terms upon mutual
agreement of the Aviation Authority and the construction firm. These five agreements
currently expire as shown below, and all five firms have been responsive to the
Aviation Authority’s needs.

Firm Expiration Date


 Clancy & Theys Construction Company January 27, 2015
 Gomez Construction Company January 13, 2015
 H. W. Davis Construction, Inc. January 10, 2015
 R. L. Burns, Inc. January 13, 2015
 Verde Construction Managers, LLC January 20, 2015

In order to maintain these services on an as-needed basis for routine operations of


the Orlando International and Executive Airports, the first renewal option is
required for all five agreements. In response to the Aviation Authority's
notification, all five firms provided a letter of concurrence of the first one-year
renewal option of its original agreement.

Upon motion of Mr. Patterson, second by Mr. Devine, vote carried to recommend to the
Aviation Authority Board approval of a no cost Addendum to each of the Continuing
Vertical Construction Services Agreements with Clancy & Theys Construction Company,
Gomez Construction Company, H. W. Davis Construction, Inc., R. L. Burns, Inc., and
Verde Construction Managers, LLC, to exercise each of the firms’ first one-year
renewal options and extend the contracts for a one-year period through January 27,
2016, January 13, 2016, January 10, 2016, January 13, 2016, and January 20, 2016,
respectively; there is no funding impact.
GREATER ORLANDO AVIATION AUTHORITY
________________________________________________________________
Orlando International Airport
One Jeff Fuqua Boulevard
Orlando, Florida 32827-4399

MEMORANDUM

TO: Members of the Aviation Authority

FROM: Stanley J. Thornton, Chair, Construction Committee

DATE: October 15, 2014

ITEM DESCRIPTION

Recommendation of the Construction Committee to Approve an Addendum to the Continuing


Environmental Consulting Services Agreement with Environmental Management & Design,
Inc. for Fiscal Year (FY) 2015 Water Quality Monitoring Services at the Orlando
International Airport

BACKGROUND

On April 20, 2011, the Aviation Authority Board approved a Continuing Environmental
Consulting Services Agreement with Environmental Management & Design, Inc. These
services may include the evaluation and assessment of wildlife issues, uplands and
wetlands evaluation, habitat analysis, threatened and endangered species issues,
jurisdictional wetland determinations, land management, and monitoring of wetlands
mitigation on facilities operated or purchased by the Aviation Authority and all other
related professional services that may be required.

ISSUES

Water quality monitoring is required at the Orlando International Airport in


accordance with the Aviation Authority’s MSSW (Management and Storage of Surface
Waters) and DRI (Development of Regional Impact) Numeric Nutrient Criteria permits.

A fee has been negotiated with Environmental Management & Design, Inc. for a total
not-to-exceed amount of $307,659 for FY 2015 water quality monitoring services at the
Orlando International Airport. These services will include monthly water quality
monitoring at 19 stations; monthly inspections/readings for data loggers, data
collection, calibration, and station maintenance; water quality data analysis and
annual report; coordination with NexSens and other subconsultants; coordination and
site review with Aviation Authority Staff; laboratory analysis; hydrological
monitoring equipment and materials for on-site repairs; survey benchmark re-
establishment at each station; annual service contract for monitoring stations; and,
DQ Data – Annual Data Hosting Package.

The Director of Small Business Development has reviewed the proposal and determined
that because of the limited and specialized nature of the services, Environmental
Management & Design, Inc. does not proposes to achieve any MWBE/LDB participation, and
that Environmental Management & Design, Inc. is eligible for award of these services.

On September 23, 2014, the Construction Committee recommended approval of an Addendum


to the Continuing Environmental Agreement with Environmental Management & Design, Inc.
for FY 2015 water quality monitoring services at the Orlando International Airport.

ALTERNATIVES

There are no reasonable alternatives under consideration.

CONSENT AGENDA ITEM – L -


FISCAL IMPACT

The fiscal impact is $307,659. Funding is from previously-approved Improvement and


Development Funds.

RECOMMENDED ACTION

It is respectfully requested that the Aviation Authority Board resolve to accept the
recommendation of the Construction Committee and (1) approve an Addendum to the
Continuing Environmental Agreement with Environmental Management & Design, Inc. for FY
2015 Water Quality Monitoring Services at the Orlando International Airport, for a
total not-to-exceed amount of $307,659, which includes a not-to-exceed fee amount of
$157,496, and a not-to-exceed reimbursable expenses amount of $150,163, with funding
from previously-approved Improvement and Development Funds; and (2) authorize an
Aviation Authority Officer or the Executive Director to execute the necessary
documents following satisfactory review by legal counsel.
Minutes of the CONSTRUCTION COMMITTEE Meeting, September 23, 2014
Page 5 of 7

Chair Thornton requested background information on these services. Mr. Huttunen


stated that these services were initially approved by the Construction Committee on
July 5, 2011. This initial approval included minimal printing due to anticipated
electronic submission of documents. The FAA revised their submission standards in
October 2013, and these printing and reprographic services are needed to meet the new
non-electronic standards. Moreover, the additional 18 month duration of this project
necessitated unanticipated drafts and status reports which exhausted the existing
printing budget.

Mr. Huttunen stated that funding for these services should be revised from FY2014 and
FY2015 Operations and Maintenance Funds to FY2015 Operations and Maintenance Funds
only.

Mr. Devine questioned if these services will produce both public and non-public
versions, and Mr. Huttunen answered yes. Mr. Devine further questioned if the ALP
has been approved by the FAA, and Chair Thornton answered that it is anticipated that
the recorrunendation for approval will go to the Aviation Authority Board on October
15, 2014, to the City Council for approval on November 3, 2014, and to the FAA for
approval on November 10, 2014.

Upon motion of Mr. Devine, second by Mr. Patterson, vote carried to approve an
Amendment to Addendum No. 36 to the General Consulting Services Agreement with
Schenkel & Shultz, Inc. for Professional Printing and Reprographic Services for W204,
for a not-to-exceed reimbursable expense amount of $30,000.00, with funding from
FY2015 Operations and Maintenance Funds.

REQUEST FOR RECOMMENDATION FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING


ENVIRONMENTAL CONSULTING SERVICES (LDB) AGREEMENT WITH ENVIRONMENTAL MANAGEMENT &
DESIGN, INC. FOR FY2015 WATER QUALITY MONITORING SERVICES, AT THE ORLANDO
INTERNATIONAL AIRPORT.
5. Mr. Carrington presented the memorandum, dated September 23, 2014, along with
the proposal, dated September 5, 2014, from Environmental Management & Design, Inc.
for FY2015 Water Quality Monitoring Services, at the Orlando International Airport.
The scope of services provides as follows:

• Water Quality Monitoring .


• Data Loggers, Data Collection, Calibration, and Station Maintenance .
• Water Quality Data Analysis and Annual Report .
• Coordination with NexSens and Other Subconsultants .
• Coordination and Site Review with GOAA .
• Laboratory Analysis .
• Hydrological Monitoring Equipment and materials for on-site Repairs .
• Survey Benchmark Re-Establishment at each station .
• Annual Service Contract for Monitoring Stations .
• DQ Data - Annual Data Hosting Package .

The Director of Small Business Development has reviewed the subject contract's
proposed MWBE/LDB specifications and determined that, due to the limited and
specialized scope of the required services, Environmental Management & Design, Inc.
does not propose to achieve any MWBE/LDB participation on this Addendum.

Mr. Patterson questioned if information regarding the water quality testing is


available online, and Mr. Carrington answered yes.

Upon motion of Ms. Schneider, second by Mr. Devine, vote carried to recommend to the
Aviation Authority Board approval of an Addendum to the Continuing Environmental
Consulting Services (LOB) Agreement with Environmental Management & Design, Inc. for
FY2015 Water Quality Monitoring Services, for a total amount of $307,659.00, which
includes a not-to-exceed fee amount of $157,496.00 and a not-to-exceed reimbursable
expenses amount of $150,163.00, with funding from Improvement and Development Funds.
GREATER ORLANDO AVIATION AUTHORITY
________________________________________________________________
Orlando Executive Airport
One Jeff Fuqua Boulevard
Orlando, Florida 32827-4399

MEMORANDUM

TO: Members of the Aviation Authority

FROM: Stanley J. Thornton, Chair, Construction Committee

DATE: October 15, 2014

ITEM DESCRIPTION

Recommendation of the Construction Committee to Award Bid Package (BP) No. 441,
Airside 4 Improvements Program, Restroom Renovations, at the Orlando International
Airport, to H. W. Davis Construction, Inc.

BACKGROUND

The Airside 4 Improvements Program is a multi-year program that will consist of


multiple projects to achieve the intended scope. The scope of the program may
include, but is not limited to, Federal Inspection Station (FIS) / Customs and Border
Protection (CBP) improvement and expansion, aircraft gate conversion to international
swing gates, aircraft apron and systems improvements, public restroom renovations, and
new central chiller plant at the Orlando International Airport.

BP No. 441, Airside 4 Improvements Program, Restroom Renovations, at the Orlando


International Airport, provides for the renovation of six restrooms on the Transfer
Level, three restrooms in the Hub, and one restroom on each Wing at Airside 4.

On August 22, 2013, the Capital Management Committee authorized staff to utilize
contractor shortlisting for BP No. 441 because it is considered to be a project of
critical concern based on its size and complexity; and, authorized the Professional
Services Committee (PSC) to perform the shortlisting selection.

On October 20 and 23, 2013, a Request for Statements of Qualifications (SOQs) was
publicly advertised for contractors to be shortlisted for BP No. 441. Seven SOQs were
received for BP No. 441 by November 19, 2013, as follows (in alphabetical order):

• Arellano Construction Company dba OHL-Arellano


• Austin Commercial, LP
• Clancy & Theys Construction Co.
• Gomez Construction Co.
• H. W. Davis Construction, Inc.
• PCL Construction Services, Inc.
• R. L. Burns, Inc.

On December 16, 2013, and January 22, 2014, the PSC met to consider the SOQs and voted
to shortlisted four firms for construction services for BP No. 441, as follows (in
alphabetical order):

• Clancy & Theys Construction Co.


• Gomez Construction Co.
• H. W. Davis Construction, Inc.
• R. L. Burns, Inc.

CONSENT AGENDA ITEM – M -


ISSUES

On August 25, 2014, BP No. 441 bid documents were issued to the four shortlisted
contractors. On September 18, 2014, four bids were received as follows:

• H. W. Davis Construction, Inc. $2,910,500


• R. L. Burns, Inc. $3,075,000
• Gomez Construction Company $3,100,000
• Clancy & Theys Construction Company $3,190,000

The responsive low bidder, H. W. Davis Construction, Inc., has confirmed its bid was
prepared in accordance with all bid documents and addenda and that it will be able to
complete the project for the amount bid and within the Aviation Authority’s schedule.

A MWBE participation goal of 13% and a LDB participation goal of 6% were established
for this project. The Director of Small Business Development has reviewed the bid
from H. W. Davis Construction, Inc. and determined that H. W. Davis Construction, Inc.
proposes to achieve 34.4% MWBE participation and 6.1% LDB participation.

On September 30, 2014, the Construction Committee recommended approval the award of BP
No. 441, Airside 4 Improvements Program, Restroom Renovations, at the Orlando
International Airport, to H. W. Davis Construction, Inc. for the bid amount of
$2,910,500.

Construction is scheduled to start in November 2014 and complete in August 2015.

ALTERNATIVES

There are no reasonable alternatives under consideration.

FISCAL IMPACT

The fiscal impact is $2,910,500. Funding is from the Aviation Authority’s Line of
Credit, Revenue Bonds (GARBS), and Passenger Facility Charges to the extent eligible.

RECOMMENDED ACTION

It is respectfully requested that the Aviation Authority Board resolve to accept the
recommendation of the Construction Committee and (1) approve the award of BP No. 441,
Airside 4 Improvements Program, Restroom Renovations, at the Orlando International
Airport, to H. W. Davis Construction, Inc. for the bid amount of $2,910,500 with
funding from the Aviation Authority’s Line of Credit, Revenue Bonds (GARBS), and
Passenger Facility Charges to the extent eligible; and (2) authorize an Aviation
Authority Officer or the Executive Director to execute the necessary documents
following satisfactory review by legal counsel.
DRAFT
Minutes of the CONSTRUCTION COMMITTEE Meeting, September 30, 2014
Page 7 of 16

AIRSIDE 4 IMPROVEMENTS PROGRAM

REQUEST FOR RECOMMENDATION FOR APPROVAL OF AWARD OF BP-441, AIRSIDE 4 IMPROVEMENTS


PROGRAM – RESTROOM RENOVATION, AT THE ORLANDO INTERNATIONAL AIRPORT TO H. W. DAVIS
CONSTRUCTION, INC.
5. Ms. Merck presented the memorandum, dated September 19, 2014, for the
recommendation for approval to award of BP-441, Airside 4 Improvements Program –
Restroom Renovation, at the Orlando International Airport, to H. W. Davis
Construction, Inc. The scope of the project includes the renovation of six (6)
restrooms on the Transfer Level, three (3) restrooms in the Hub, and one (1) restroom
on each Wing at Airside 4, in accordance with the design standards established for
the landside terminal, at the Orlando International Airport.

On September 18, 2014, four bids were received from the shortlisted contractors as
follows:

Bidder Bid Amount


H. W. Davis Construction, Inc. $ 2,910,500.00
R. L. Burns, Inc. $ 3,075,000.00
Gomez Construction Company $ 3,100,000.00
Clancy & Theys Construction Company $ 3,190,000.00
Engineer’s Estimate $ 3,082,388.00

The responsive low bidder, H. W. Davis Construction, Inc., has confirmed its bid was
prepared in accordance with all bid documents and addenda, and that it will be able
to complete the project for the amount bid and within the Aviation Authority’s
schedule.

The Director of Small Business Development has reviewed the subject contract’s
proposed MWBE/LDB specifications and determined that H. W. Davis Construction, Inc.
proposes to achieve 34.4% MWBE and 6.1% LDB participation on this Addendum.

Upon motion of Ms. Schneider, second by Mr. Devine, vote carried to recommend to the
Aviation Authority Board approval of the Award of BP-441, Airside 4 Improvements
Program – Restroom Renovation, at the Orlando International Airport, to H. W. Davis
Construction, Inc., for the bid amount of $2,910,500.00, with funding from Line of
Credit, Revenue Bonds (GARBS), and Passenger Facility Charges to the extent eligible.
GREATER ORLANDO AVIATION AUTHORITY
________________________________________________________________
Orlando International Airport
One Jeff Fuqua Boulevard
Orlando, Florida 32827-4399

MEMORANDUM

TO: Members of the Aviation Authority

FROM: Stanley J. Thornton, Chair, Construction Committee

DATE: October 15, 2014

ITEM DESCRIPTION

Recommendation of the Construction Committee to Award Bid Package (BP) No. 427B,
Passenger and Baggage Screening CCTV System at the Orlando International Airport, to
R. L. Burns, Inc.

BACKGROUND

BP No. 427B, Passenger and Baggage Screening Closed-Circuit Television (CCTV) System,
provides for the construction of all CCTV infrastructure, cabling, hardware, software
and devices to expand the current passenger and baggage screening CCTV system at the
Orlando International Airport to add the following areas:

• Baggage Screening Points (i.e., in-line Baggage Handling System [BHS]): Provide
all necessary system expansion, cabling, and cameras to upgrade the existing in-
line baggage screening areas (i.e., Pods A, B, C, D, and E).

• Remote Screening Facility (RSF): Provide all necessary system expansion to add
views of the Transportation Security Administration (TSA) baggage screening
activities in the Remote Screening Facility (RSF).

• CCTV Monitor and Control Station: One monitor and control station is to be
installed at the TSA office inside the RSF.

• Spare System Components: Provide additional spare system components of each type
used for this system to minimize down time due to hardware failure. The spare
components allowed shall be not more than 15% of the installed system components.

In 2011, four contractors were shortlisted for the original project, BP No. 427, CCTV
Renovations, which was funded by a Transportation Security Administration (TSA) Other
Transaction Agreement (OTA) and was completed in late 2012. As BP No. 427B is funded
by the same TSA OTA (through Modification No. 3) and the work scope of BP No. 427B is
within the scope of the original shortlisting process, these four shortlisted
contractors were utilized for the bidding of BP No. 427B. The TSA was briefed on this
procurement methodology by letter dated May 1, 2014. A summary of the 2011 contractor
shortlisting process is provided below.

On May 18, 2011, the Aviation Authority Board authorized staff to utilize contractor
shortlisting for BP No. 427, CCTV Renovations, because it is considered to be a
project of critical concern based on its size and complexity; and, authorized the
Professional Services Committee (PSC) to perform the shortlisting selection.

CONSENT AGENDA ITEM – N -


On June 5 and 8, 2011, a Request for Statements of Qualifications (SOQs) was publicly
advertised for contractors to be shortlisted for BP No. 427. Nine SOQs were received
for BP No. 427 by July 7, 2011, as follows (in alphabetical order):

• D & N Electric Company


• Gomez Construction Company
• H. W. Davis Construction, Inc.
• Johnson-Laux Construction, LLC
• Morton Electric, Inc.
• The New Florida Industrial Electric, Inc. dba Florida Industrial Electric
• PCL Construction Services, Inc.
• R. L. Burns, Inc.
• T&G Constructors

On July 18 and 25, 2011, the PSC met to consider the SOQs and voted to shortlisted
four firms for construction services for BP No. 427, as follows (in alphabetical
order):

• Gomez Construction Company


• H. W. Davis Construction, Inc.
• R. L. Burns, Inc.
• T&G Constructors

ISSUES

On August 15, 2014, the BP No. 427B bid documents were issued to the three of the four
shortlisted contractors. (T & G Constructors, Inc. declined to participate in the
bidding of BP No. 427B.) On September 17, 2014, bids were received from the remaining
three shortlisted contractors as follows:

• R. L. Burns, Inc. $448,464


• Gomez Construction Company $575,240
• H. W. Davis Construction, Inc. $584,199
• T & G Constructors, Inc. No Bid

A DBE participation goal of 5% was established for this project. The Director of
Small Business Development has reviewed the bid from R. L. Burns, Inc. and determined
that R. L. Burns, Inc. proposes to achieve 5.25% DBE participation.

The apparent responsive low bidder, R. L. Burns, Inc., has confirmed its bid was
prepared in accordance with all bid documents and addenda and that it will be able to
complete the project for the amount bid and within the Aviation Authority’s schedule.

On September 30, 2014, the Construction Committee recommended approval of the award of
BP No. 427B to R. L. Burns, Inc. for the bid amount of $448,464.

Construction is scheduled to start in November 2014 and complete in March 2015.

ALTERNATIVES

There are no reasonable alternatives under consideration.

FISCAL IMPACT

The fiscal impact is $448,464. Funding is from Transportation Security Administration


(TSA) grant to the extent eligible and Capital Expenditure Funds.

RECOMMENDED ACTION

It is respectfully requested that the Aviation Authority Board resolve to accept the
recommendation of the Construction Committee and (1) approve the award of BP No. 427B,
Passenger and Baggage Screening CCTV System at the Orlando International Airport, to
R. L. Burns, Inc. for the bid amount of $448,464, with funding from Capital
Expenditure Funds and Transportation Security Administration (TSA) grants to the
extent eligible; and (2) authorize an Aviation Authority Officer or the Executive
Director to execute the necessary documents following satisfactory review by legal
counsel.
DRAFT
Minutes of the CONSTRUCTION COMMITTEE Meeting, September 30, 2014
Page 9 of 17

GENERAL

REQUEST FOR RECOMMENDATION FOR APPROVAL OF AWARD OF BP-427B, PASSENGER AND BAGGAGE
SCREENING CCTV SYSTEM – OTA MOD 3, AT THE ORLANDO INTERNATIONAL AIRPORT TO R. L.
BURNS, INC.
7. Mr. Epling presented the memorandum, dated September 22, 2014, for the
recommendation for approval to award of BP-427B, Passenger and Baggage Screening CCTV
System – OTA Mod 3, at the Orlando International Airport, to R. L. Burns, Inc. The
scope of the project includes the replacement of the existing CCTV cameras in each of
the five (5) in-line baggage screening areas (i.e., Pods A, B, C, D and E) to new
owner-furnished digital CCTV cameras, new infrastructure to support the camera
system, the labor to assist the Aviation Authority during the CCTV integration
process, and installation of CCTV cameras at the Remote Screening Facility (RSF) to
support the Transportation Security Administration (TSA) baggage screening efforts.
Additionally, the scope includes providing spare system components of each type used
for this system to minimize downtime because of hardware failure. The spare
components allowed shall not be more than 15% of the installed system components.

On September 17, 2014, three bids were received from the shortlisted contractors as
follows:

Bidder Bid Amount


R. L. Burns, Inc. $ 448,464.00
Gomez Construction Company $ 575,240.00
H. W. Davis Construction, Inc. $ 584,199.00
T & G Constructors No Bid*

95% Cost Estimate $ 691,800.00


Less OFM Costs ($ 255,800.00)
Engineer’s Estimate $ 436,000.00

*Although T & G Constructors was one of the four shortlisted contractors selected by
the Professional Services Committee, at its meeting on July 25, 2011, to participate
in the bidding of projects under this grant, T & G Constructors notified the Aviation
Authority on July 21, 2014 that it was declining to participate on this project.

The responsive low bidder, R. L. Burns, Inc., has confirmed its bid was prepared in
accordance with all bid documents and addenda, and that it will be able to complete
the project for the amount bid and within the Aviation Authority’s schedule.

The Director of Small Business Development has reviewed the subject contract’s
proposed DBE specifications and determined that R. L. Burns, Inc. proposes to achieve
5.25% DBE participation on this Addendum.

Mr. Patterson asked how many cameras are scheduled to be installed, and Mr. Epling
answered that it is anticipated that approximately 170 cameras will be installed.
Mr. Devine noted, and Mr. Epling confirmed, that the Maintenance Department will be
involved in maintaining the cameras installed in the RSF and will need to conduct an
inventory after installation.

Upon motion of Ms. Schneider, second by Mr. Patterson, vote carried to recommend to
the Aviation Authority Board approval of the Award of BP-427B, Passenger and Baggage
Screening CCTV System – OTA Mod 3, at the Orlando International Airport, to R. L.
Burns, Inc. for the bid amount of $448,464.00, with funding from TSA Grants and
Capital Expenditure Funds.
GREATER ORLANDO AVIATION AUTHORITY
________________________________________________________________
Orlando International Airport
One Jeff Fuqua Boulevard
Orlando, Florida 32827-4399

MEMORANDUM

TO: Members of the Aviation Authority

FROM: Stanley J. Thornton, Chair, Construction Committee

DATE: October 15, 2014

ITEM DESCRIPTION

Recommendation of the Construction Committee to Approve an Addendum to the Continuing


Electrical Construction Services Agreement with BergElectric Corp. dba as Bergelectric
Corp. Contractors and Engineers for the Award of Project E175, Light Fixture
Replacement for Terminal Top Parking at the Orlando International Airport

BACKGROUND

The light fixtures in the Terminal Top Parking garage are at the end of their useful
life and in need of replacement. The proposed LED replacement light fixtures are more
efficient.

Project E175, Light Fixture Replacement for Terminal Top Parking at the Orlando
International Airport, provides for the replacement of approximately 1,665 ceiling-
mounted Type A LED light fixtures in the Terminal Top Parking Garage.

Construction is scheduled to start in November 2014 and complete in August 2015.

ISSUES

On August 20, 2014, letters of invitation to bid for Project E175 were issued to the
Aviation Authority’s six continuing electrical contractors. On September 10, 2014,
five bids were received as follows:

• BergElectric Corp. dba as Bergelectric Corp. $ 854,595.00


Contractors and Engineers
• The New Florida Industrial Electric, Inc. $ 896,142.94
• Electric Services, Inc. $ 920,763.00
• Morton Electric, Inc. $ 974,707.00
• H. L. Pruitt Corporation $1,082,131.00
• Power Engineering Group, Inc. No Bid

The responsive low bidder, BergElectric Corp. dba as Bergelectric Corp. Contractors
and Engineers, has confirmed its bid was prepared in accordance with all bid documents
and addenda and that it will be able to complete the project for the amount bid and
within the Aviation Authority’s schedule.

A MWBE participation goal of 13% and a LDB participation goal of 2% were established
for this project. The Director of Small Business Development has reviewed the bid
from BergElectric Corp. dba as Bergelectric Corp. Contractors and Engineers
(BergElectric) and determined that BergElectric proposes to achieve 45.76% MWBE
participation and that Bergelectric is eligible for award of this project.

CONSENT AGENDA ITEM – O -


On September 30, 2014, the Construction Committee recommended approval of an Addendum
to the Continuing Electrical Construction Services Agreement with BergElectric Corp.
dba as Bergelectric Corp. Contractors and Engineers for the award of Project E175,
Light Fixture Replacement for Terminal Top Parking at the Orlando International
Airport, for the bid amount of $854,595.

ALTERNATIVES

There are no reasonable alternatives under consideration.

FISCAL IMPACT

The fiscal impact is $854,595. Funding is from Capital Expenditure Funds and 1997
Bonds.

RECOMMENDED ACTION

It is respectfully requested that the Aviation Authority Board resolve to accept the
recommendation of the Construction Committee and (1) approve an Addendum to the
Continuing Electrical Construction Services Agreement with BergElectric Corp. dba as
Bergelectric Corp. Contractors and Engineers for the award of Project E175, Light
Fixture Replacement for Terminal Top Parking at the Orlando International Airport, for
the bid amount of $854,595 with funding from Capital Expenditure Funds and 1997 Bonds;
and (2) authorize an Aviation Authority Officer or the Executive Director to execute
the necessary documents following satisfactory review by legal counsel.
DRAFT
Minutes of the CONSTRUCTION COMMITTEE Meeting, September 30, 2014
Page 10 of 17

REQUEST FOR RECOMMENDATION FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING ELECTRICAL


CONSTRUCTION SERVICES AGREEMENT WITH BERGELECTRIC CORP. DBA AS BERGELECTRIC CORP.
CONTRACTORS AND ENGINEERS FOR THE AWARD OF E175, LIGHT FIXTURE REPLACEMENT FOR
TERMINAL TOP PARKING, AT THE ORLANDO INTERNATIONAL AIRPORT.
8. Mr. Watson presented the memorandum, dated September 30, 2014, for the
recommendation for approval to award of E175, Light Fixture Replacement for Terminal
Top Parking, at the Orlando International Airport, to BergElectric Corp. dba as
BergElectric Corp. Contractors and Engineers. The scope of the project includes the
replacement of approximately 1,665 ceiling-mounted Type A LED light fixtures in the
Terminal Top parking garage at the Orlando International Airport.

On September 10, 2014, five bids were received from the continuing electrical
contractors as follows:

Bidder Bid Amount


BergElectric Corp. dba as Bergelectric $ 854,595.00
Corp. Contractors and Engineers
The New Florida Industrial Electric, Inc. $ 896,142.94
Electric Services, Inc. $ 920,763.00
Morton Electric, Inc. $ 974,707.00
H. L. Pruitt Corp. $ 1,082,131.00
Power Engineering Group, Inc. No Bid
Engineer’s Estimate $ 1,300,793.00

The responsive low bidder, BergElectric Corp. dba as Bergelectric Corp. Contractors
and Engineers, has confirmed its bid was prepared in accordance with all bid
documents and addenda, and that it will be able to complete the project for the
amount bid and within the Aviation Authority’s schedule.

A MWBE participation goal of 13% and a LDB participation goal of 2% were established
for this project. The Director of Small Business Development has reviewed the bid
from BergElectric Corp. dba as Bergelectric Corp. Contractors and Engineers
(BergElectric) and determined that BergElectric proposes to achieve 45.76% MWBE
participation and that Bergelectric is eligible for award of this project.

Mr. Devine asked about the variance between the bids and the designer’s estimate.
Mr. Watson answered that the designer’s estimate was established based on 2012 market
prices as part of the BP-435, Light Fixture Replacement for Garage B project;
however, the price of light fixtures has dropped since 2012, resulting in the
variance between the bids and the designer’s estimate.

Mr. Devine questioned if the Contractor is responsible for the cost of the light
fixtures. Mr. Watson answered yes, that the price was included in the bid with the
option for the Aviation Authority to purchase the light fixtures through the
Purchasing Department as owner-furnished materials, and deduct this portion from the
Contractor’s cost.

Ms. Churchill questioned if these services include FY2015 Capital Expenditure Funds,
and Mr. Patterson answered no.

Upon motion of Mr. Devine, second by Mr. Patterson, vote carried to recommend to the
Aviation Authority Board approval of an Addendum to the Continuing Electrical
Construction Services Agreement with BergElectric Corp. dba as Bergelectric Corp.
Contractors and Engineers for the Award of E175, for the bid amount of $854,595.00,
with funding from Capital Expenditure Funds and 1997 Bonds.
GREATER ORLANDO AVIATION AUTHORITY
________________________________________________________________
Orlando International Airport
One Jeff Fuqua Boulevard
Orlando, Florida 32827-4399

MEMORANDUM

TO: Members of the Aviation Authority

FROM: Stanley J. Thornton

DATE: October 15, 2014

ITEM DESCRIPTION

Recommendation of Adoption of the Airport Master Plan Update and Airport Layout Plan
(ALP) for the Orlando International Airport and Approval for Submission to the Federal
Aviation Administration (FAA) for Review and Approval

BACKGROUND

The Federal Aviation Administration (FAA) requires all airports to conduct periodic
updates of their Airport Master Plan. An Airport Master Plan addresses an airport’s
needed improvements for a 20-year time period. The Airport Master Plan studies and
the associated Airport Layout Plans (ALP) for OIA were previously completed and
approved by FAA in 1978, 1987, 1996, and 2005. An interim ALP update was submitted to
the FAA in 2010. The ALP represents a current and future plan of the airport to guide
its phased development. An FAA approved ALP is a prerequisite to the granting of
Airport Improvement Program (AIP) grant funds and approval of Passenger Facility
Charges (PFC) to implement and support airport development. The FAA recommends that
the master plan documents be updated every five years and that the ALP be maintained
in a current version.

In the fall of 2011, the Aviation Authority began the update to the 2004 Master Plan.
On May 21, 2014 a presentation was provided to the Aviation Authority Board on the
Airport Master Plan Update. Specific topics included:

• Passenger Forecast – Projected growth and responses to changes in demand.

• Terminal Capacity - Analysis and recommended improvements to the north terminal


capacity as follows; ticket lobby expansion and refurbishment; baggage handling
systems improvements and upgrades; Airside 4 international passenger processing and
international gate expansion; South Airport Automated People Mover Complex and
Intermodal Terminal Facility.

• Airfield Capacity - Traffic demands from 2011 – 2031; stimulation modeling for
2051 traffic demands; and conclusion of simulation modeling with elimination of dual
South Cross Field Taxiways which results in the following benefits – eliminates FAA
tower line of sight issues; minimizes airfield expansion cost; reduces aircraft noise
to the south; and increases available property development.

• Airport Layout Plan (ALP) - The purpose of the ALP is to depict current and
future facilities at the airport for coordination with the Federal Aviation
Administration. The FAA approves the aviation forecasts and ALP. The ALP is used to
determine which projects are eligible for federal funding.

• Capital Improvement Plan (CIP) - The objectives of the Plan include maintaining
the Orlando Experience; improving facilities to achieve finite North Terminal Complex
capacity of 45 million annual passengers; improving international processing; and
generating non-aviation revenue.

CONSENT AGENDA ITEM – P -


• South Airport Complex (STC) - Consistent with the direction from the October
16, 2013, Aviation Authority Board meeting, the demand driven Design and Construction
Program for the STC will commence upon reaching 2 trigger points – 40 million annual
passengers at the North Terminal Complex and 2 million annual passengers arriving
international passengers processed through CBP facilities. Although the STC will be a
demand driven phased project it will include; international gates; domestic gates;
hotel rooms; concessions; aviation transit oriented development; parking; automated
people mover; and rail capacity.

• Next Steps - Three community outreach meetings in June; incorporating input


from outreach meetings into a draft for Orlando City Council presentation in July or
August; and incorporating input from Orlando City Council into a final draft of the
Airport Master Plan Update, seek Board approval, seek Orlando City Council approval,
and then submit final draft to FAA for review and comment.

Following the May 21 board presentation, Aviation Authority staff held three public
outreach meetings on June 24, 25, and 26 and presented the Master Plan findings to the
Orlando City Council during an August 11 workshop. A summary of the outreach meetings
and Orlando City Council workshop are attached. Comments from the public outreach
meetings and the Orlando City Council workshop have been incorporated into the Master
Plan document and ALP.

ISSUES

Airport operators, such as the Greater Orlando Aviation Authority, and airport
sponsors, such as the City of Orlando, are required to maintain a current ALP in
accordance with FAA guidelines and federal grant assurance conditions. As the FAA
periodically issues updated guidance, airport operators and sponsors are required to
address these changes on the ALP in addition to updates resulting from airport
planning activities such as updating the airport boundary survey or updating the
airport master plan.

An updated OIA Airport Master Plan Study and ALP Set of revision drawings have been
completed and are ready for submission to the FAA that include:

• Changes to physical features on the airport resulting from the completion of


Aviation Authority and tenant construction projects between 2010 and early 2013.

• Airfield related changes based on updated FAA airport design standard guidelines.

• Future projects identified in the airport’s updated Capital Improvement Program


(CIP).

• Planned revisions to the future total length of Runway 18L/36R.

• Land use destinations for airport property including East Airfield Development
Area, Poitras properties, and Tradeport Area. Final development plans for these areas
are subject to further detailed planning. Land Use designations are shown on the ALP
for the targeted use of FAA coordination purposes.

• Recent modifications for proposed on-airport rail facilities and connectivity with
other planned airport passenger related facilities.

Since these drawings contain security sensitive information, a copy is available for
review by board members with the Assistant Secretary.

ALTERNATIVES

There are no reasonable alternatives under consideration.

FISCAL IMPACT

There is no funding impact.


RECOMMENDED ACTION

It is respectfully requested that the Aviation Authority resolve to (1) adopt Airport
Master Plan Update and Airport Layout Plan for the Orlando International Airport; (2)
request Orlando City Council concurrence with this airport planning documents; (3)
request Federal Aviation Administration approval of these airport planning documents;
and (4) authorize an Aviation Authority Officer or the Executive Director to approve
the final form of this planning document.
GREATER ORLANDO AVIATION AUTHORITY
Orlando International Airport
One Jeff Fuqua Boulevard
Orlando, Florida 32827-4399
(407) 825-2001

Meeting Minutes from the Video of the City of Orlando’s Workshop Session
Date and Location: Monday, August 11, 2014 Council Chambers at City Hall
Subject: GOAA Master Plan Workshop

Question and Answer Session Post Presentation:

Ms. Patty Sheehan


Q: How does the people mover get integrated, will it go from the South station to the North?
A: Yes

Q: Will the Master Plan give an opportunity to upgrade the North Terminal?
A: The plan is to upgrade the ticket lobbies in the North as well as expand to the South.

Q: Will there be signage for the North and South to help passengers with way finding?
A: Yes, a portion of the Master Plan is about signage.

Mr. Robert Stuart


Q: Where is the Greater Orlando Aviation Authority (GOAA) at for the 40Million Annual Passengers
(MAP) and the 2MAP triggers?
A: GOAA is at 35MAP so they are 5MAP away from the 40MAP.

Q: Based on projections, will that 5MAP increase happen soon?


A: With the compound growth rate GOAA should hit that point in 5-6 years.

Q: If a passenger takes the Automated People Mover (APM) from the North Terminal to the South
Terminal and then takes the APM around the 120 gates in the South Terminal, how would that
passenger get from the inner APM to the outer one? The path looks like it is a quarter mile, so is there
something to help move those people?
A: To get to the intermodal terminal to the airsides there will be a series of moving sidewalks. In Detroit
there is an independent internal train system to the terminals; that type of technology has gone into the
planning effort.

Q: When GOAA gets to the 120 gates in the South Terminal, where will the airport be capacity wise for
the runways?
A: At 120 gates GOAA will be nearing their capacity.

Q: The community has concerns about the increase volume of plane traffic, but GOAA appears to be
handling it well. But with this increase in air traffic will GOAA need to buy more land to accommodate it?
A: Out of all the systems looked at, GOAA has the greatest capacity in the airfields.

Mr. Tony Ortiz


Q: How many employees are currently at the airport?
A: GOAA employs approximately 650, but all badged employees number upwards of 18,000.
Q: Over the next 20 years with the expansion, how will that affect employment? If it does affect
employment, will the parking garage have spaces for employees? Will SunRail and Light Rail be an
option for employees to come to work?
A: GOAA is planning on enhanced employment. In the near term, there will be an increase in
employment due to the construction. In regards to the rail connectivity there is no Light Rail yet; but
GOAA does have plans to connect to the north and south (of Orlando). GOAA plans to have connectivity
of those areas to and from the airport via train, bus, or any other mode of mass transit.

Q: The City has been working on a similar corridor to bring mass transit to the airport to get employees
and the traveling public to and from the airport. Is that a part of GOAA’s Master Plan as well?
A: Any and all forms of mass transit have been thought about and are planned for in this Master Plan
concept.

Ms. Regina Hill


No questions, just wanted to publicly thank and acknowledge the airport for its good intentions with
minorities and employees.

Mr. Samuel B. Tngs


Q: How will GOAA handle rental cars, taxis, and bus services for this expansion?
A: They will be handled much as they are now. GOAA is planning on how to incorporate rental cars as
well as Quick Turn Around areas in the new garage. The idea is to provide those customer service
amenities that people expect in the North and handle them in a similar fashion in the South with some
enhancements. The core components of how it is currently handled will be incorporated in the South.

Q: There seemed to be a lack of public outreach meetings in south and south west Orlando. Will there
be other public meetings to address this expansion?
A: All public meetings that were planned have been held; the three that were outlined where the three
that were held.

Q: So for any other public input, they would need to go to the Aviation Authority’s Board meetings?
A: The public would need to attend either a City Council meeting or a Board meeting to give additional
input.

Q: Will the parking garage in the South have a better connectivity to the terminal than the existing
tunnels in the North?
A: The connectivity from the garage to the terminal will be a series of bridges (3 or 4) which will be a
much more direct connection than in the North.

Q: Will there be that option in the North for better connectivity?


A: At this time there is not a plan to change the existing conditions in the North.

Q: What type of relationship with TSA does GOAA have to speed up the check point status?
A: GOAA works closely with TSA on a daily basis. When possible they reconfigure the check points.
GOAA is very supportive of their recheck program; which is $85 per 5 years and allows the passengers
quicker access through the lines. Part of GOAA’s customer service initiative is to work with TSA for
baseline training of all employees that deal with passengers, so that they will be more attentive towards
the passengers. GOAA is trying to think of more ways to keep passengers on the landside of the check
points and still not affect them making their flights on time. It is a balance of adequate security and
being processed quickly.

Q: It appears like passengers get bogged down in the security lines, is it because there is not enough
space?
A: There is limited space for both check points. The east side with the Hyatt atrium has more space than
the older west side. GOAA has looked at ways to expand, but in order to do that they would have to
remove concessions (Disney and Universal) which are large revenue generators. The focus is now on the
technology side to get passengers processed quicker, and to let TSA know in advance of large groups so
they can appropriately staff the area. The first thing is to monitor how long it really takes to go through
the line and to give the passengers that information so they can be better prepared.

Q: When coming onto the airport how does one access Terminals C and D?
A: The signage and directional signage is part of the Master Plan. Similar signage as what is in the north
will be on South Access Road for the South. GOAA will also be signing in the North to keep passengers
on that main access road for Terminals C and D. The general picture is all that GOAA has right now since
the specifics have not been detailed yet. It is being thought of and is a critical piece of the Master Plan.

Q: What is the schedule of the initial build out after all the approvals are in?
A: GOAA is looking at a 3 to 4 year construction period for the initial phase of construction of the APM
complex.

Q: for that build out, minority participation is always a concern. What are the efforts to improve upon
that?
A: GOAA has a pretty robust program already, but one thing that was done differently this time was to
break up the work. GOAA picked the lead architect as well as the four subs for the major disciplines
(civil, electrical, structural, and mechanical) to get better participation from the community. The
programs have so far exceeded the standard 20-25% goal, and are reaching the high 20% into the mid
30% range. GOAA also has two CMs. One is a joint venture between Turner-Kiewit, who will be doing the
intermodal terminal; and the other is Hensel Phelps, who will be doing the APM terminal. By doing this
GOAA is able to further break down the work into smaller projects, versus having larger projects that
only large out of town firms would be able to handle.

Mr. Jim Gray


Q: This question is slightly off topic, but on the toll plaza renovations for the Beachline, where is GOAA
with that project?
A: There is an agreement with the Expressway Authority to remove the one toll plaza and combine it
with the one to the west that the Turnpike uses. There will be some additional ramp plazas, such as at
Tradeport Drive and further west. GOAA just executed a Sale of Purchase that is being looked at by the
Expressway Authority’s Board. They had put the project out to bid, but there was a protest. They will
likely kick the projects back off in the fall.

Mr. Robert Stuart


Q: There are some concerns to the impact to the city with traffic. GOAA will be bringing in more traffic,
so what are they doing about the capacity of the roads such as Semoran and Boggy Creek? And has
GOAA provided notification of the Master Plan to Metroplan?
A: Everything in the Master Plan is being coordinated with Metroplan and other affected agencies. The
impacts mentioned are being taken into consideration and they are being looked into with the growth
and expansion of the airport.
AIRPORT MASTER PLAN UPDATE
EXECUTIVE SUMMARY
City Council Presentation
August 11, 2014
GOAA STRATEGIC GOALS
To be successful the Airport Master Plan must
focus on GOAA’s strategic goals:

 Exceed the expectations of the Traveling Public with


the collaboration of our Airport Partners and the
Community

 Foster Economic Development for the Region

 Operate and maintain safe and World-class Facilities

 Act in a fiscally responsible manner

2
AIRPORT MASTER PLAN
PLANNING HORIZON – 20 YRS
AVIATION FORECAST
 Passenger Forecast
 Aircraft Forecast

CAPACITY ANALYSIS & FACILITY


IMPACTS
 Projected Capacity Impact
 Capital Improvement Program
(CIP)

AIRPORT LAYOUT PLAN (ALP)


 Airport Site Plan with Existing
and Future Facilities

3
Total Passenger Traffic (millions)

0
5
10
15
20
25
30
35
40

70

60

10
20
30
50

40
1970 DISNEY WORLD
1971 OPENS
1972
1973 SEA WORLD
1974 OPENS
1975
1976
1977
1978
1979
1980 PHASE I NTC
1981
1982 OPENS
1983 EPCOT
1984
1985 OPENS
1986
1987
1988 NTC EXPANSION
1989 OPENS
1990 UNIVERSAL
1991
1992 STUDIOS OPENS
1993
1994
1995
1996
1997
1998
1999
2000 AIRSIDE 2
2001
2002 OPENS
2003
2004
2005
2006
2007
2008
2009 AIRSIDES 1&3
2010
2011 AND
2012 RAC EXPANSION
2013
2014 COMPLETE
2015
2016 FUTURE DISNEY
2017 AVATAR OPENS
2018
PASSENGER FORECAST

2019
2020
2021
2022
2023
2024
2025
Aviation Demand Forecast (FAA Approved June 14, 2012)

2026
2027
RESPONSE TO CHANGES IN PASSENGER GROWTH

2028
2029
45 MAP

2030
2031
NTC CAPACITY
2.8%
3.8%

2.2%

4
CAGR:
TERMINAL CAPACITY ANALYSIS
CAPACITY METHODOLOGY
Levels of Service for OIA were established considering Federal and Industry
Guidelines, qualified with The Orlando Experience® standard.
TERMINAL OPERATIONAL SYSTEMS LEVEL OF SERVICE MEASURE FACTOR

1. International Gates & Customs and Border Protection (CBP) Arrival/Departure Delay Time (Minutes)
2. Terminal Ramps Traffic Flow (LOS A-F)
3. Passenger Security Checkpoints Processing Time (Minutes)
4. Parking Space Availability (Occupancy)
5. Ticketing Queue and Transaction Time (Minutes)
6. Terminal Curbs Congestion (LOS A-F)
7. Baggage Handling Systems (BHS) Bags Processed in 20 Minutes
8. On-Airport Rent-a-Car (RAC) Transaction Time (Minutes)
9. Baggage Claim Wait Time (Minutes)
10. Domestic Gates Arrival/Departure Delay Time (Minutes)
11. Entering and Exiting Road Weaves Traffic Flow (LOS A-F)
12. Terminal Roads Traffic Flow (LOS A-F)
13. Airfield Arrival/Departure Delay Time (Minutes)
14. Automated People Mover (APM) Wait Time (Minutes)

5
RECOMMENDED IMPROVEMENTS
TICKET LOBBY EXPANSION
• Expand Self-Service Check-In
• Expand Infrastructure for Future Technology
• Interior Refurbishment
• The Orlando Experience®

BAGGAGE HANDLING SYSTEMS


• Upgrade & Convert to:
“In-Line” Baggage Screening System
• Integrated Security Technology
(TSA Mandates)
90’s WING

AIRSIDE 4 EXPANSION
• 4 Additional International Gates (90’s wing)
• 10,000 s.f. expansion of CBP
CBP
90’s WING • Interior Refurbishment
• The Orlando Experience®
CENTRAL ENERGY BUILDING PLAN
• New Central Energy Plant
PASSENGER
EXITING
BUILDING ELEVATION

6
RECOMMENDED IMPROVEMENTS
SOUTH AIRPORT APM
Mid-Cross field
Taxiways
& ITF COMPLEX

• North Terminal Complex


(NTC) Capacity Reliever
AERIAL VIEW TO THE SOUTHWEST

• Automated People
Mover (APM) System
from NTC
APM

• 500,000 s.f. Facility


Garage Passenger Rail GROUND TRANSPORTATION CURB
• 2,400 Car Garage
Ground
Transportation
• Passenger Drop-off
Lobby

• Remote Check-In
AERIAL VIEW TO THE SOUTHEAST

7
AIRFIELD CAPACITY
• Four existing runways accommodate the
forecasted traffic growth Existing North Cross field
Taxiways
J&K
• Introduce new South Airport Complex
Concept Existing Mid-Cross field
Taxiways
E&F

Proposed New Mid-Cross field


Taxiway

Proposed New South -Cross


field Taxiways

8
AIRPORT LAYOUT PLAN
Purpose of Airport Layout Plan
(ALP)
 To depict current and future
facilities at the airport for
coordination with the Federal
Aviation Administration (FAA)

What does FAA approve and


what is its significance?
 FAA approves the Aviation
Forecasts and ALP
 The ALP is used to determine
which projects are eligible for
federal funding

Primary Changes in ALP


 South Terminal Complex
 Realignment of Rail and Road
Corridors

9
CAPITAL IMPROVEMENT PLAN (CIP)
CIP OBJECTIVES
• Maintain The Orlando Experience®
• Improve facilities to achieve finite NTC Capacity of 45 MAP
• Improve International Processing
• Generate non-aviation revenue

MAJOR ELEMENTS OF THE CIP (FY 2013 – 2018)


MAINTAIN CURRENT FACILITIES COST (MILLIONS)
Baggage Handling System Improvements and Upgrades $148
Ticket Lobby Expansion and Refurbishment $113
Automated People Mover (APM) Replacements at Airsides 1 & 3 $90
Airfield Projects $76
Other Terminal Projects $60
Ground Transportation Improvements $33

SUPPORT CAPACITY GROWTH

South Airport APM Complex $470


Airside 4 International Passenger Processing Improvements $114

TOTAL $1,104

10
SOUTH AIRPORT COMPLEX

11
OIA MASTER PLAN
North Terminal Complex:
• 45 MAP Capacity
• 78 Domestic / 16 International Gates
NORTH TERMINAL
• 8,000 Car Parking Garage COMPLEX

Future South Terminal Complex:


• 60 MAP Capacity
• 120 International/Domestic
“Swing” Gates
• Seamless Multi-Modal Connectivity
• On Demand Incremental Expansion
• 20,000 Car Parking Garage
• Aviation Transit Oriented Development
(ATOD)

SOUTH TERMINAL
COMPLEX

12
SOUTH AIRPORT COMPLEX ADVANCEMENTS

2004 2010 2014

ADVANCEMENTS 2004 MASTER PLAN 2014 MASTER PLAN


Passenger Capacity 40 MAP 60 MAP

International Gates 48 Large Aircraft “Swing” Gates 120 Variable Aircraft Size
Domestic Gates 72 Small/Medium Aircraft Gates “Swing” Gates

Hotel Rooms 500 Potential 1,000 Potential

Concessions 350,000 S.F. 750,000 S.F.

Aviation Transit Oriented Development 0 SF 1,000,000 S.F.

Parking 8,000 Cars 20,000 Cars

Passenger Secure Automated People Mover 4 Separate Systems 1 System – 120 Gate Connections

Rail Capacity 2 Rail Systems 4 Rail Systems

13
SOUTH AIRPORT COMPLEX FEATURES

14
SOUTH AIRPORT COMPLEX
Demand Driven Trigger Points for South Terminal Complex
commence the Design and Construction Process:

• 40 Million Annual Passengers (MAP) at the North Terminal Complex (NTC)


• 2 MAP Arriving International Passengers processed through CBP Facilities

15
SOUTH AIRPORT COMPLEX PHASING

SOUTH TERMINAL, SOUTH AIRPORT APM COMPLEX & ITF SOUTH TERMINAL, SOUTH AIRPORT APM COMPLEX & ITF
First Phase of Development Second Phase of Development
16 GATES 32 GATES

SOUTH TERMINAL, SOUTH AIRPORT APM & ITF COMPLEX SOUTH TERMINAL, SOUTH AIRPORT APM & ITF COMPLEX
Third Phase of Development Ultimate Build-Out with STC Terminals C & D
60 GATES 120 GATES

16
SOUTH AIRPORT COMPLEX SUMMARY
Seamless integration of multimodal transportation
• Air, Ground, Rail

Improved “On-Demand” facility expansion capabilities


• Passenger demand
• Aircraft Fleet demand
• Domestic and International capacity demands

Expands non-airline revenue opportunity


• “Post Security” Concessions & Customer Service Focus
• ATOD (Aviation Transit Oriented Development)

Improved Passenger Circulation


• Internal “Automated People Mover System”

Customer Service Enhancements


• Garden Terminal atmosphere
• Family Entertainment areas

South Airport Complex: Efficient, Flexible, and Expandable Design

Focused on Comfort, Ease and Speed for the Traveling Public.


17
COMMUNITY OUTREACH

18
NEXT STEPS
September 17th GOAA Board Meeting – Airport Master Plan Approval

September 29th Approval from Orlando City Council

September 30th Submit Final Deliverables to FAA/FDOT


 Technical Report
 Executive Summary
 Traditional Airport Layout Plan – ALP Drawing Set with FAA Checklist

19
QUESTIONS

20
GREATER ORLANDO AVIATION AUTHORITY
________________________________________________________________
Orlando Executive Airport
One Jeff Fuqua Boulevard
Orlando, Florida 32827-4399

MEMORANDUM

TO: Members of the Aviation Authority

FROM: Stanley J. Thornton, Chair, Construction Committee

DATE: October 15, 2014

ITEM DESCRIPTION

Recommendation of the Construction Committee to Award Bid Package (BP) No. 440, Ticket
Lobby Program, Communication Rooms and Infrastructure, at the Orlando International
Airport, to Clancy & Theys Construction Company

BACKGROUND

The ticket lobby modifications and improvements is a multi-year program that will
consist of several projects to achieve the intended scope. The scope of the program
may include, but is not limited to, modifications to the landside building areas from
the enplane drive to the airline ticket offices, new and renovated curbside
facilities, entries, ticket lobbies, seating, backwalls, ticket counters, airline
ticket offices, new airline ticket offices (location to be determined),
stair/escalators from Level 3 to Level 2, east and west great halls, transition areas,
checkpoints, Automated People Mover (APM) stations, baggage belts (ticketing to
baggage make-up), and technologies associated with these areas.

BP No. 440, Ticket Lobby Program, Communication Rooms and Infrastructure, at the
Orlando International Airport, provides for the construction/renovation of twenty-four
communication and electrical rooms, and associated areas and infrastructure.

On August 22, 2013, the Capital Management Committee authorized staff to utilize
contractor shortlisting for BP No. 440 because it is considered to be a project of
critical concern based on its size and complexity; and, authorized the Professional
Services Committee (PSC) to perform the shortlisting selection.

On October 20 and 23, 2013, a Request for Statements of Qualifications (SOQs) was
publicly advertised for contractors to be shortlisted for BP No. 440. Six SOQs were
received for BP No. 440 by November 19, 2013, as follows (in alphabetical order):

• Arellano Construction Company dba OHL-Arellano


• Austin Commercial, LP
• Clancy & Theys Construction Co.
• H. W. Davis Construction, Inc.
• PCL Construction Services, Inc.
• R. L. Burns, Inc.

On December 16, 2013, and January 22, 2014, the PSC met to consider the SOQs and voted
to shortlisted three firms for construction services for BP No. 440, as follows (in
alphabetical order):

• Arellano Construction Company dba OHL-Arellano


• Clancy & Theys Construction Co.
• PCL Construction Services, Inc.

CONSENT AGENDA ITEM – Q -


ISSUES

On August 11, 2014, BP No. 440 bid documents were issued to the three shortlisted
contractors. On September 23, 2014, three bids were received as follows:

• Clancy & Theys Construction Co. $ 9,060,000


• PCL Construction Services, Inc. $ 9,904,834
• Arellano Construction Company dba OHL-Arellano $10,068,695

The responsive low bidder, Clancy & Theys Construction Company, has confirmed its bid
was prepared in accordance with all bid documents and addenda and that it will be able
to complete the project for the amount bid and within the Aviation Authority’s
schedule.

A DBE participation goal of 20% was established for this project. The Director of
Small Business Development has reviewed the bid from Clancy & Theys Construction
Company and determined that Clancy & Theys Construction Company proposes to achieve
20.3% DBE participation.

On October 7, 2014, the Construction Committee recommended approval the award of BP


No. 440, Ticket Lobby Program, Communication Rooms and Infrastructure, at the Orlando
International Airport, to Clancy & Theys Construction Company for the bid amount of
$9,060,000.

Construction is scheduled to start in November 2014 and complete in October 2015.

ALTERNATIVES

There are no reasonable alternatives under consideration.

FISCAL IMPACT

The fiscal impact is $9,060,000. Funding is from the Aviation Authority’s Line of
Credit to be reimbursed by Revenue Bonds, Passenger Facility Charges to the extent
eligible, and FDOT grants to the extent eligible.

RECOMMENDED ACTION

It is respectfully requested that the Aviation Authority Board resolve to accept the
recommendation of the Construction Committee and (1) approve the award of BP No. 440,
Ticket Lobby Program, Communication Rooms and Infrastructure, at the Orlando
International Airport, to Clancy & Theys Construction Company for the bid amount of
$9,060,000 with funding from the Aviation Authority’s Line of Credit to be reimbursed
by Revenue Bonds, Passenger Facility Charges to the extent eligible, and FDOT grants
to the extent eligible; and (2) authorize an Aviation Authority Officer or the
Executive Director to execute the necessary documents following satisfactory review by
legal counsel.
DRAFT
Minutes of the CONSTRUCTION COMMITTEE Meeting, October 7, 2014
Page 5 of 8

TICKET LOBBY MODIFICATIONS AND IMPROVEMENTS PROGRAM

REQUEST FOR RECOMMENDATION FOR APPROVAL OF AWARD OF BP-440, TICKET LOBBY PROGRAM –
COMMUNICATIONS ROOMS AND INFRASTRUCTURE AT THE ORLANDO INTERNATIONAL AIRPORT TO
CLANCY & THEYS CONSTRUCTION COMPANY.
12. Ms. Merck presented the memorandum, dated October 1, 2014, for the
recommendation for approval to award BP-440, Ticket Lobby Program – Communications
Rooms and Infrastructure, at the Orlando International Airport, to Clancy & Theys
Construction Company. The scope of the project includes constructing/renovating 24
communication and electrical rooms, and associated areas and infrastructure at the
Orlando International Airport.

On September 23, 2014, three bids were received from the shortlisted contractors as
follows:

Bidder Bid Amount


Clancy & Theys Construction Company $ 9,060,000.00
PCL Construction Services, Inc. $ 9,904,834.00
Arellano Construction Company $10,068,695.00
Latest Reconciled Estimate $ 8,822,874.00

The responsive low bidder, Clancy & Theys Construction Company, has confirmed its bid
was prepared in accordance with all bid documents and addenda and that it will be
able to complete the project for the amount bid and within the Aviation Authority’s
schedule.

The Director of Small Business Development has reviewed the subject contract’s
proposed DBE specifications and determined that Clancy & Theys Construction Company
proposes to achieve 20.3% DBE participation on this Addendum.

Upon motion of Mr. Devine, second by Ms. Schneider, vote carried to recommend to the
Aviation Authority Board approval of the award of the BP-440, Ticket Lobby Program –
Communications Rooms and Infrastructure at the Orlando International Airport, to
Clancy & Theys Construction Company, for the bid amount of $9,060,000.00, with
funding from the Aviation Authority’s Line of Credit to be reimbursed by Revenue
Bonds, Passenger Facility Charges to the extent eligible, and FDOT grants to the
extent eligible.
GREATER ORLANDO AVIATION AUTHORITY
________________________________________________________________
Orlando International Airport
One Jeff Fuqua Boulevard
Orlando, Florida 32827-4399

MEMORANDUM

TO: Members of the Aviation Authority

FROM: Stanley J. Thornton, Chair, Construction Committee

DATE: October 15, 2014

ITEM DESCRIPTION

Recommendation of the Construction Committee to Approve an Addendum to the


Professional Services Agreement with C. T. Hsu & Associates, P.A. for Construction
Phase A/E Services for Bid Package (BP) No. 440, Ticket Lobby Program, Communication
Rooms and Infrastructure, at the Orlando International Airport

BACKGROUND

The ticket lobby modifications and improvements is a multi-year program that will
consist of several projects to achieve the intended scope. The scope of the program
may include, but is not limited to, modifications to the landside building areas from
the enplane drive to the airline ticket offices, new and renovated curbside
facilities, entries, ticket lobbies, seating, backwalls, ticket counters, airline
ticket offices, new airline ticket offices (location to be determined),
stair/escalators from Level 3 to Level 2, east and west great halls, transition areas,
checkpoints, Automated People Mover (APM) stations, baggage belts (ticketing to
baggage make-up), and technologies associated with these areas.

BP No. 440, Ticket Lobby Program, Communication Rooms and Infrastructure, at the
Orlando International Airport, provides for the construction/renovation of twenty-four
communication and electrical rooms, and associated areas and infrastructure.

On October 16, 2013, the Aviation Authority Board approved Addendum No. 7 to the
Professional Services Agreement for Ticket Lobby Modifications and Improvements with
C. T. Hsu & Associates, P.A. for the design of BP No. 440. C. T. Hsu & Associates,
P.A.’s design, bid, and award phase A/E services are completed. The construction of
BP No. 440 is scheduled to start in November 2014 and complete in October 2015.
Construction phase A/E services are required during this period.

ISSUES

A fee has been negotiated with C. T. Hsu & Associates, P.A. for a total not-to-exceed
amount of $259,365 for construction phase A/E services for BP No. 440. These services
will include providing pre-construction coordination, preparation of conformed
documents, shop drawing review comments, clarifications and interpretations of the
contract drawings, site visits, meeting attendance, and preparation of record
drawings.

The Director of Small Business Development has reviewed the proposal and determined
that C. T. Hsu & Associates, P.A. proposes to achieve 29.12% DBE participation on
these services.

On October 7, 2014, the Construction Committee recommended approval of an Addendum to


the Professional Services Agreement with C. T. Hsu & Associates, P.A. for construction
phase A/E services for BP No. 440, Ticket Lobby Program, Communication Rooms and
Infrastructure, at the Orlando International Airport.

CONSENT AGENDA ITEM – R -


ALTERNATIVES

There are no reasonable alternatives under consideration.

FISCAL IMPACT

The fiscal impact is $259,365. Funding is from the Aviation Authority’s Line of
Credit to be reimbursed by Revenue Bonds, Passenger Facility Charges to the extent
eligible, and FDOT grants to the extent eligible.

RECOMMENDED ACTION

It is respectfully requested that the Aviation Authority Board resolve to (1) accept
the recommendation of the Construction Committee and approve an Addendum to the
Professional Services Agreement with C. T. Hsu & Associates, P.A. for the construction
phase A/E services for BP No. 440, Ticket Lobby Program - Communications Rooms and
Infrastructure, for a total amount of $259,365, which includes a not-to-exceed fee
amount of $254,172, and a not-to-exceed reimbursable expenses amount of $5,193, with
funding from the Aviation Authority’s Line of Credit to be reimbursed by Revenue
Bonds, Passenger Facility Charges to the extent eligible, and FDOT grants to the
extent eligible; and (2) authorize an Aviation Authority Officer or the Executive
Director to execute the necessary documents following satisfactory review by legal
counsel.
DRAFT
Minutes of the CONSTRUCTION COMMITTEE Meeting, October 7, 2014
Page 6 of 8

REQUEST FOR RECOMMENDATION FOR APPROVAL OF AN ADDENDUM TO THE TICKET LOBBY


MODIFICATIONS AND IMPROVEMENTS AGREEMENT WITH C. T. HSU & ASSOCIATES, P.A. FOR
CONSTRUCTION ADMINISTRATION SERVICES FOR BP-440, TICKET LOBBY PROGRAM –
COMMUNICATIONS ROOMS AND INFRASTRUCTURE, AT THE ORLANDO INTERNATIONAL AIRPORT.
13. Ms. Merck presented the memorandum, dated October 2, 2014, along with the
proposal, dated October 2, 2014, from C. T. Hsu & Associates, P.A. for Construction
Administration Services for BP-440, Ticket Lobby Program – Communications Rooms and
Infrastructure, at the Orlando International Airport. The scope of services provides
construction administrative services to include the work in the Landside Terminal to
support the BP-440 project. The services will include attendance at the Pre-
Construction Conference and Job Coordination Meetings (JCMs), site visits and
observation of work to ensure compliance with the contract documents, issuance of
Architect’s Supplemental Instructions (ASIs) as required, review of change orders,
and final inspection and preparation of closeout documentation in coordination with
the OARs and Construction Director.

The Director of Small Business Development has reviewed the subject contract’s
proposed DBE specifications and determined that C. T. Hsu & Associates, P.A. proposes
to achieve 29.12% DBE participation on this Addendum.

Upon motion of Mr. Patterson, second by Mr. Devine, vote carried to recommend to the
Aviation Authority Board approval of an Addendum to the Ticket Lobby Modifications
and Improvements Agreement with C. T. Hsu & Associates, P.A. for Construction
Administration Services for BP-440, for a total amount of $259,365.00, which includes
a not-to-exceed fee amount of $254,172.00 and a not-to-exceed reimbursable expenses
amount of $5,193.00, with funding from the Aviation Authority’s Line of Credit to be
reimbursed by Revenue Bonds, Passenger Facility Charges to the extent eligible, and
FDOT grants to the extent eligible.
GREATER ORLANDO AVIATION AUTHORITY
________________________________________________________________
Orlando International Airport
One Jeff Fuqua Boulevard
Orlando, Florida 32827-4399

MEMORANDUM

TO: Members of the Aviation Authority

FROM: Stanley J. Thornton, Chair, Construction Committee

DATE: October 15, 2014

ITEM DESCRIPTION

Recommendation of the Construction Committee to Approve an Addendum to the Continuing


Horizontal Construction Services Agreement with Gibbs & Register, Inc. for the Award
of Project H243, West Side Airport Roadway Rehabilitation at the Orlando International
Airport

BACKGROUND

Project H243, West Side Airport Roadway Rehabilitation at the Orlando International
Airport, provides for the rehabilitation (i.e., mill and re-surface) of the existing
asphalt pavement for the following roadways: Avenue C, Benford Road (North and
South), Centerport Street, Express Street, and 3rd Street.

Construction is scheduled to start in November 2014 and complete in February 2015.

ISSUES

On August 15, 2014, letters of invitation to bid for Project H243 were issued to the
Aviation Authority’s five continuing horizontal contractors. On September 16, 2014,
four bids were received as follows:

• Gibbs & Register, Inc. $517,787.60


• The Middlesex Corporation $582,584.63
• JCB Construction, Inc. $592,079.60*
• PCL Construction Services, Inc. $719,314.00
• Prime Construction Group, Inc. No Bid

*The bid from JCB Construction, Inc. contained minor arithmetical errors; the
corrected amount is shown above.

The responsive low bidder, Gibbs & Register, Inc., has confirmed its bid was prepared
in accordance with all bid documents and addenda and that it will be able to complete
the project for the amount bid and within the Aviation Authority’s schedule.

A combined MWBE/LDB participation goal of 15% was established for this project. The
Director of Small Business Development has reviewed the bid from Gibbs & Register,
Inc. and determined that Gibbs & Register, Inc. proposes to achieve 15.7% MWBE/LDB
participation.

On October 7, 2014, the Construction Committee recommended approval of an Addendum to


the Continuing Horizontal Construction Services Agreement with Gibbs & Register, Inc.
for the award of Project H243, West Side Airport Roadway Rehabilitation at the Orlando
International Airport, for the bid amount of $517,787.60.

CONSENT AGENDA ITEM – S -


ALTERNATIVES

There are no reasonable alternatives under consideration.

FISCAL IMPACT

The fiscal impact is $517,787.60. Funding is from Capital Expenditure Funds.

RECOMMENDED ACTION

It is respectfully requested that the Aviation Authority Board resolve to accept the
recommendation of the Construction Committee and (1) approve an Addendum to the
Continuing Horizontal Construction Services Agreement with Gibbs & Register, Inc. for
the award of Project H243, West Side Airport Roadway Rehabilitation at the Orlando
International Airport, for the bid amount of $517,787.60 with funding from Capital
Expenditure Funds; and (2) authorize an Aviation Authority Officer or the Executive
Director to execute the necessary documents following satisfactory review by legal
counsel.
DRAFT
Minutes of the CONSTRUCTION COMMITTEE Meeting, October 7, 2014
Page 7 of 9

GENERAL

REQUEST FOR RECOMMENDATION FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING HORIZONTAL


CONSTRUCTION SERVICES AGREEMENT WITH GIBBS & REGISTER, INC. FOR THE AWARD OF H243,
WEST SIDE AIRPORT ROADWAY REHABILITATION, AT THE ORLANDO INTERNATIONAL AIRPORT.
17. Mr. Nguyen presented the memorandum, dated October 1, 2014, for the award of
H243, West Side Airport Roadway Rehabilitation, at the Orlando International Airport,
to Gibbs & Register, Inc. The scope of the project includes the rehabilitation
(i.e., mill and re-surface) of the existing asphalt pavement for the following
roadways: Avenue C, Benford Road (North and South), Centerport Street, Express
Street, and 3rd Street, at the Orlando International Airport.

On August 16, 2014, four bids were received from the continuing horizontal
contractors as follows:

Bidder Bid Amount


Gibbs & Register, Inc. $ 517,787.60
The Middlesex Corporation $ 582,584.63
JCB Construction, Inc. $ 592,079.60*
PCL Construction Services, Inc. $ 719,314.00
Engineer’s Estimate $ 422,000.00

*The bid from JCB Construction, Inc. contained minor arithmetical errors; the
corrected amount is shown above.

The responsive low bidder, Gibbs & Register, Inc., has confirmed its bid was prepared
in accordance with all bid documents and addenda, and that it will be able to
complete the project for the amount bid and within the Aviation Authority’s schedule.

The Director of Small Business Development has reviewed the subject contract’s
proposed MWBE/LDB specifications and determined that Gibbs & Register, Inc. proposes
to achieve 15.7% MWBE/LDB participation on this Addendum.

Chair Thornton asked about the variance between the bids and the engineer’s estimate.
Mr. Kacer answered that the bid from Gibbs & Register, Inc. (G&R) had an overall bid
price which was higher than the engineer’s estimate, specifically for the
mobilization, maintenance of traffic, and milling portions of work, because G&R chose
to subcontract these major items (i.e., milling and paving) rather than self-perform
this work, and both G&R and its subcontractor included costs for overhead, profit,
and the management of the work, which drove the overall bid price up somewhat. Mr.
Kacer continued that the difference resulted from two factors: (1) that the estimate
was developed with the understanding that at least one continuing contractor would
self-perform the work, using estimated costs from local similar-type projects; and
(2) that the bidders included additional costs for the work effort related to the
multiple work shifts which was not fully accounted for in the engineer’s estimate.

Upon motion of Mr. Patterson, second by Mr. Devine, vote carried to recommend to the
Aviation Authority Board approval of an Addendum to the Continuing Horizontal
Construction Services Agreement with Gibbs & Register, Inc. for the award of H243,
West Side Airport Roadway Rehabilitation, at the Orlando International Airport, for
the bid amount of $517,787.60, with funding from Capital Expenditure Funds.
GREATER ORLANDO AVIATION AUTHORITY
________________________________________________________________
Orlando International Airport
One Jeff Fuqua Boulevard
Orlando, Florida 32827-4399

MEMORANDUM

TO: Members of the Aviation Authority

FROM: Stanley J. Thornton, Chair, Construction Committee

DATE: October 15, 2014

ITEM DESCRIPTION

Recommendation of the Construction Committee to Approve an Amendment to Addendum No.


16 to the Continuing Program and Project Management Agreement with URS Corporation to
Provide Additional Design and Construction Phase Owner’s Authorized Representative
(OAR) Services for WS102, South Airport Automated People Mover (APM) Complex and
WS102A, South Airport Intermodal Terminal Facility (ITF) at the Orlando International
Airport

BACKGROUND

The South Airport APM Complex is a multi-year program that will consist of several
projects. The scope of the program may include, but is not limited to, parking
garage(s), a new APM station in the south, modifications to the existing APM station
in the North Terminal, completion of the APM guideway structure to the South Airport
Complex APM station, modifications to the APM guideway structures (fixed facilities
only) to Airsides 1 and 3 to accept the new Operating System, a new south Commercial
Curb, roadway(s)/bridge(s), site grading, drainage, signage, lighting, and utilities
as required to support the projects, all associated infrastructure, and all other
components to complete the program.

The South Airport Intermodal Terminal Facility (ITF) is also a multi-year program that
includes an intermodal terminal that may serve various modes of rail (including inter-
city rail, commuter rail, and light rail) and vehicle transport for the Orlando
International Airport. The South Airport ITF will be a stand-alone structure
connected to the new APM station and parking garage.

On October 16, 2013, the Aviation Authority Board approved Addendum No. 16 to the
Continuing Program and Project Management Agreement with URS Corporation for the
initial design and construction phase Owner’s Authorized Representative (OAR) services
for the South Airport APM Complex and South Airport ITF at the Orlando International
Airport. Addendum No. 16 provides for services through December 2014 for the South
Airport APM Complex and through September 2014 for the South Airport ITF. Additional
design and construction phase OAR services are now required through the project
completion of the South Airport APM Complex, and through December 2014 for the South
Airport ITF.

ISSUES

A fee has been negotiated with URS Corporation for a total not-to-exceed amount of
$8,456,287 for additional design and construction phase OAR services through the
project completion of the South Airport APM Complex (i.e., late 2017) and through
December 2014 for the South Airport ITF.

These services will include the continued oversight of design, pre-construction, and
the initial construction activities to include quality assurance material testing,
surveying and threshold inspections, as well as providing assistance to the Aviation
Authority in the areas of pre-construction, and construction project management,
project control, contract administration, and construction coordination in support of
the project. These services also include costs associated with the program-wide
Dispute Review Board (DRB).
CONSENT AGENDA ITEM – T -
The Director of Small Business Development has reviewed the proposal and determined
that URS Corporation proposes to achieve 33.1% DBE participation, 4.2% MWBE
participation, and 16% LDB participation, which is composed of the following
subconsultants: Breen Construction Services, Inc.; Capri Contractors, Inc.; GCI,
Inc.; Inspection Consulting Services, Inc.; PSA Constructors, Inc.; SGM Engineering,
Inc.; and, Total Project Strategies, LLC.

On October 7, 2014, the Construction Committee recommended approval of an Amendment


Addendum No. 16 to the Continuing Program and Project Management Agreement with URS
Corporation to provide additional design and construction phase OAR services for
WS102, South Airport APM Complex and WS102A, South Airport ITF at the Orlando
International Airport.

ALTERNATIVES

There are no reasonable alternatives under consideration.

FISCAL IMPACT

The fiscal impact is $8,456,287. For the APM-related scope of work, funding is from
the Aviation Authority’s Line of Credit to be reimbursed by future Revenue Bonds,
future Passenger Facility Charges, and Aviation Authority funds. For the garage-
related scope, funding is from the Aviation Authority’s Line of Credit to be
reimbursed by Aviation Authority funds, future Revenue Bonds, and future Customer
Facility Charges. For the intermodal terminal facility-related scope of work, funding
is from FDOT grants.

RECOMMENDED ACTION

It is respectfully requested that the Aviation Authority Board resolve to accept the
recommendation of the Construction Committee and (1) approve an Amendment to Addendum
No. 16 to the Continuing Program and Project Management Agreement with URS Corporation
to provide additional design and construction phase Owner’s Authorized Representative
(OAR) services for WS102, South Airport Automated People Mover (APM) Complex and
WS102A, South Airport Intermodal Terminal Facility (ITF) at the Orlando International
Airport., for a total not-to-exceed amount of $8,456,287, with funding from the
Aviation Authority’s Line of Credit to be reimbursed by future Revenue Bonds, future
Passenger Facility Charges, and Aviation Authority funds for the APM-related scope of
work, from the Aviation Authority’s Line of Credit to be reimbursed by Aviation
Authority funds, future Revenue Bonds, and future Customer Facility Charges for the
garage-related scope of work, and from FDOT grants for the intermodal terminal
facility-related scope of work; and (2) authorize an Aviation Authority Officer or the
Executive Director to execute the necessary documents following satisfactory review by
legal counsel.
DRAFT
Minutes of the CONSTRUCTION COMMITTEE Meeting, October 7, 2014
Page 3 of 7

SOUTH AIRPORT APM AND ITF COMPLEX

REQUEST FOR RECOMMENDATION FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO. 16 TO THE


CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES AGREEMENT WITH URS CORPORATION FOR
DESIGN AND CONSTRUCTION PHASE OAR SERVICES FOR WS102, SOUTH AIRPORT APM COMPLEX AND
WS102A, SOUTH AIRPORT INTERMODAL TERMINAL FACILITY (ITF), AT THE ORLANDO
INTERNATIONAL AIRPORT.
7. Mr. Guirges presented the memorandum, dated October 1, 2014, along with the
proposal, dated September 30, 2014, from URS Corporation for Design and Construction
Phase OAR Services for WS102, South Airport APM Complex, and WS102A, South Airport
Intermodal Terminal Facility (ITF), at the Orlando International Airport. The scope
of services provides additional OAR Design and Construction Phase Services required
through project completion for WS102, South Airport APM Complex, portion, and through
the end of December, 2014 for WS102A, South Airport ITF, portion.

The proposed compensation is as follow:

Proposed
South Airport APM Complex Amend. 2/Add. 16 Revised Total
Amendment
NTE Professional Services $ 1,458,566.00 $ 7,635,553.00 $ 9,094,118.00
NTE Material Testing and Inspection $ 400,000.00 $ 450,000.00 $ 850,000.00
NTE Reimbursable Expenses $ 0.00 $ 30,000.00 $ 30,000.00
NTE Dispute Review Board $ 0.00 $ 66,600.00 $ 66,600.00
LS Commissioning Services $ 143,877.00 $ 0.00 $ 143,877.00
Total Cost $ 2,002,433.00 $ 8,182,153.00 $ 10,184,595.00

South Airport ITF Complex Proposed


Amend. 2/Add. 16 Revised Total
(Design Phase) Amendment
NTE Professional Services $ 654,526.00 $ 274,134.00 $ 928,660.00
NTE Material Testing and Inspection $ 150,000.00 $ 0.00 $ 150,000.00
NTE Reimbursable Expenses $ 10,000.00 $ 0.00 $ 10,000.00
NTE Dispute Review Board $ 0.00 $ 0.00 $ 0.00
LS Commissioning Services $ 64,591.00 $ 0.00 $ 64,591.00
Total Cost $ 879,117.00 $ 274,134.00 $ 1,153,251.00

Proposed
Total APM and ITF Amend. 2/Add. 16 Revised Total
Amendment
NTE Professional Services $ 2,113,092.00 $ 7,909,687.00 $ 10,022,779.00
NTE Material Testing and Inspection $ 550,000.00 $ 450,000.00 $ 1,000,000.00
NTE Reimbursable Expenses $ 10,000.00 $ 30,000.00 $ 40,000.00
NTE Dispute Review Board $ 0.00 $ 66,600.00 $ 66,600.00
LS Commissioning Services $ 208,468.00 $ 0.00 $ 208,468.00
Total Cost $ 2,881,560.00 $ 8,456,287.00 $ 11,337,847.00

The Director of Small Business Development has reviewed the subject contract’s
proposed DBE/MWBE/LDB specifications and determined that URS Corporation proposes to
achieve 33.1% DBE, 4.2% MWBE, and 16% LDB participation on this Amendment/Addendum.

Ms. Churchill questioned if the OAR staffing hourly rates included in the agenda were
the actual rates that will be used, and Mr. Patterson answered that the rates
included in the agenda were for budget purposes only, and once the rates are
verified, an information item will be brought back to Construction Committee.

Upon motion of Mr. Devine, second by Ms. Churchill, vote carried to recommend to the
Aviation Authority Board approval of an Amendment to Addendum No. 16 to the
Continuing Program and Project Management Services Agreement with URS Corporation for
Design and Construction Phase OAR Services for WS102 and WS102A, for a total amount
of $8,456,287.00, which includes a not-to-exceed amount of $7,909,687.00 for
Professional Services, a not-to-exceed amount of $450,000.00 for Material Testing and
Inspection, a not-to-exceed reimbursable expenses amount of $30,000.00, and a not-to-
exceed amount of $66,600.00 for Dispute Review Board, with funding from the Aviation
Authority’s Line of Credit to be reimbursed by future Revenue Bonds, future Passenger
DRAFT
Minutes of the CONSTRUCTION COMMITTEE Meeting, October 7, 2014
Page 4 of 7

Facility Charges, and Aviation Authority funds for the APM-related scope of work,
from the Aviation Authority’s Line of Credit to be reimbursed by Aviation Authority
funds, future Revenue Bonds, and future Customer Facility Charges for the garage-
related scope of work, and from FDOT grants for the intermodal terminal facility-
related scope of work
GREATER ORLANDO AVIATION AUTHORITY
________________________________________________________________
Orlando International Airport
One Jeff Fuqua Boulevard
Orlando, Florida 32827-4399

MEMORANDUM

TO: Members of the Aviation Authority

FROM: Stanley J. Thornton, Chair, Construction Committee

DATE: October 15, 2014

ITEM DESCRIPTION

Recommendation of the Construction Committee to Approve an Addendum to the General


Consulting Services Agreement with BRPH Architects Engineers, Inc., for the Initial
Phase of the Strategic Commercial Land Development Program for Airport Property at the
Orlando International Airport

BACKGROUND

On October 16, 2013, the Aviation Authority Board approved a General Consulting
Services Agreement with BRPH Architects Engineers, Inc., for General Consulting
services. The services included: advising and supporting the Aviation Authority
through assessments, studies, master planning, concept development, and preparation of
design-build criteria packages, extension of staff, and other efforts as assigned for
the development, management, and operation of the existing and future facilities. The
services may also include interfacing with the Aviation Authority’s committees and the
Aviation Authority’s departments and coordinating and providing documentation required
by federal, state, and local agencies including the Federal Aviation Administration
(FAA); Transportation Security Administration (TSA); Florida Department of
Transportation (FDOT); the Orlando Utilities Commission (OUC); the Division of
Strategic Business Development; City of Orlando; Orange County, Florida; and, other
agencies as required.

ISSUES

The Aviation Authority is undertaking a Strategic Commercial Land Development Program


for Airport Property at the Orlando International Airport. The goal of this program
is to design and implement a comprehensive and strategically enhanced commercial real
estate and land development plan to increase local and national awareness and exposure
of both commercial and aviation property development opportunities available at the
Orlando International Airport. This program will be phased over multiple fiscal years
subject to the cost and the availability of funds.

BRPH Architects Engineers, Inc.’s services are required for the initial phase of this
Strategic Commercial Land Development Program. These initial services include, but
are not limited to, the following tasks:

• Collection, review, and cataloging of existing planning and engineering documents


related to potential development areas.

• Inventory and assessment of data and determination of areas in need of additional


information and data collection.

• Assist with the identification of land use, environmental issues, constraints, and
opportunities.

• Facilitate discussions between Aviation Authority staff and other consultants


regarding strategic planning, airport commercial properties development, economic
development impacts, and community and stakeholder involvement.

CONSENT AGENDA ITEM – U -


• Develop planning alternatives, and address near-term and long-term objectives.

• Interface with State, County, and City agencies as necessary and authorized by the
Aviation Authority.

• Assist with the analysis of the economic impacts of the planning alternatives.

• Develop program budgets for planning alternatives.

• Develop and participate in presentations and outreach.

These above tasks will include planning, engineering, architecture, economic


development consulting, as well as, cost to benefit analysis. Services will include
analysis of current market conditions, as well as, future trends in order to provide
the Aviation Authority with alternatives for development. Final alternatives will be
documented for the purposes of communication to stakeholders and future tenants.
These initial efforts will focus on the review and analysis of existing planning
documentation as well as serve to identify potential properties for further planning
and analysis, and will provide a framework for all future land planning documentation.

A fee has been negotiated with BRPH Architects Engineers, Inc., for a total not-to-
exceed amount of $400,136 for general consulting services described above.

The Director of Small Business Development has reviewed the proposal and determined
that BRPH Architects Engineers, Inc. proposes to achieve 22.94% MWBE participation and
2.99% LDB participation on these services.

On October 7, 2014, the Construction Committee recommended approval of an Addendum to


the General Consulting Services Agreement with BRPH Architects Engineers, Inc., for
the initial phase of the Strategic Commercial Land Development Program for Airport
Property at the Orlando International Airport.

ALTERNATIVES

There are no reasonable alternatives under consideration.

FISCAL IMPACT

The fiscal impact is $400,136. Funding is from Discretionary Funds.

RECOMMENDED ACTION

It is respectfully requested that the Aviation Authority Board resolve to accept the
recommendation of the Construction Committee and (1) approve an Addendum to the
General Consulting Services Agreement with BRPH Architects Engineers, Inc., for the
initial phase of the Strategic Commercial Land Development Program for Airport
Property at the Orlando International Airport for a total amount of $400,136, which
includes a not-to-exceed fee amount of $399,136 and a not-to-exceed reimbursable
expenses amount of $1,000, with funding from Discretionary Fund; and (2) authorize an
Aviation Authority Officer or the Executive Director to execute the necessary
documents following satisfactory review by legal counsel.
DRAFT
Minutes of the CONSTRUCTION COMMITTEE Meeting, October 7, 2014
Page 8 of 10

REQUEST FOR RECOMMENDATION FOR APPROVAL OF AN ADDENDUM TO THE GENERAL CONSULTING


SERVICES AGREEMENT WITH BRPH ARCHITECTS ENGINEERS, INC. FOR THE INITIAL PHASE OF THE
STRATEGIC COMMERCIAL LAND DEVELOPMENT PROGRAM FOR AIRPORT PROPERTY, AT THE ORLANDO
INTERNATIONAL AIRPORT.
22. Mr. Friel presented the memorandum, dated October 7, 2014, along with the
proposal, dated October 3, 2014, from BRPH Architects Engineers, Inc. for the Initial
Phase of the Strategic Commercial Land Development Program for Airport Property, at
the Orlando International Airport. The scope of services provides as follows:

 Collection, review, and cataloging of existing planning and engineering documents


related to potential development areas.

 Inventory and assessment of data and determination of areas in need of additional


information and data collection.

 Assist with the identification of land use, environmental issues, constraints, and
opportunities.

 Facilitate discussions between Aviation Authority staff and other consultants regarding
strategic planning, airport commercial properties development, economic development
impacts, and community and stakeholder involvement.

 Develop planning alternatives, and address near-term and long-term objectives.

 Interface with State, County, and City agencies as necessary and authorized by the
Aviation Authority.

 Assist with the analysis of the economic impacts of the planning alternatives.

 Develop program budgets for planning alternatives.

 Develop and participate in presentations and outreach.

These above tasks will include planning, engineering, architecture, economic


development consulting, as well as, cost to benefit analysis. Services will include
analysis of current market conditions, as well as, future trends in order to provide
the Aviation Authority with alternatives for development. Final alternatives will be
documented for the purposes of communication to stakeholders and future tenants.
These initial efforts will focus on the review and analysis of existing planning
documentation as well as serve to identify potential properties for further planning
and analysis, and will provide a framework for all future land planning
documentation.

The Director of Small Business Development has reviewed the subject contract’s
proposed MWBE/LDB specifications and determined that BRPH Architects Engineers, Inc.
proposes to achieve 22.94% MWBE and 2.99% LDB participation on this Addendum.

Mr. Friel noted that the goal of this program is to design and implement a
comprehensive and strategically enhanced commercial real estate and land development
plan to increase local and national awareness and exposure of both commercial and
aviation property development opportunities available at Orlando International
Airport. Chair Thornton noted that these services are anticipated to be user-
friendly and will benefit users to better understand the development program of
airport property.

Mr. Devine asked how many phases are included in this program, and Mr. Friel answered
that the entire program will include three phases with these initial services as part
of Phase 1 of the program. Mr. Devine further requested the scope of services per
phase, and Mr. Friel answered that Phase 1 will provide the identification of teh
goals, a review of the project start-up and existing planning documentation, an
inventory and assessment of existing properties; the collection of data, the
DRAFT
Minutes of the CONSTRUCTION COMMITTEE Meeting, October 7, 2014
Page 9 of 10

identification of issues, opportunities, and constraints, and final reports and


documentation of the findings. Mr. Friel further answered that Phase 2 will provide
recommendations for the development of specific parcels of property, and Phase 3 will
provide ongoing support for any further follow-up issues.

Mr. Devine questioned if these services will include CAD and GIS services, and Mr.
Friel answered yes. Mr. Devine requested that the scope of services be adjusted to
include the CAD and GIS services in Phase 1, and that an information item be brought
back to Construction Committee once modified, and Mr. Friel confirmed this request.

Upon motion of Mr. Devine, second by Mr. Patterson, vote carried to recommend to the
Aviation Authority Board approval of an Addendum to the General Consulting Services
Agreement with BRPH Architects Engineers, Inc. for the initial phase of the Strategic
Commercial Land Development Program for Airport Property, for a total amount of
$400,136.00, which includes a not-to-exceed fee amount of $399,136.00 and a not-to-
exceed reimbursable expenses amount of $1,000.00, with funding from Discretionary
Funds.
GREATER ORLANDO AVIATION AUTHORITY
________________________________________________________________
Orlando International Airport
One Jeff Fuqua Boulevard
Orlando, Florida 32227-4399

MEMORANDUM

TO: Members of the Aviation Authority

FROM: Stanley J. Thornton, Chair, Professional Services Committee

DATE: October 15, 2014

ITEM DESCRIPTION

Recommendation of the Professional Services Committee to Approve an Addendum to the


Information Technology Consulting Services Agreement with AECOM Technical Services,
Inc. for Design, Development, Implementation, and Support for Phase 1 of Project W323,
Integrated Project Information Web-Based Application (iPro) at the Orlando
International Airport

BACKGROUND

On March 20, 2013, the Aviation Authority Board approved the award of an Information
Technology (IT) Consulting Services Agreement to AECOM Technical Services, Inc. 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 Authority’s
Capital Improvement Plan (CIP), Information Technology 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.

ISSUES

The Planning, Engineering, and Construction Departments utilize a database, which is


currently housed in a Microsoft Access Database, for the management and administration
of construction-related projects. This database has been in use for the past 15-20
years and is approaching capacity limitations given the volume of project activity
being scheduled over the next five years. The need has been identified to migrate
this database into a more robust platform, to expand the new application’s
functionality to include management dashboards, new graphical user interfaces, a
geospatial user interface, and integration with external systems such as Primavera
scheduling data and the Aviation Authority’s Enterprise Content Management (ECM)
system.

The development of an Integrated Project Information Web-Based Application (iPro)


application will be accomplished in two phases. Phase 1 will deliver the development
of the database structure and migration of the current database and functionality,
plus improved application navigation and consolidation of data entry and update
activities through the new application. Phase 2 will provide for: executive,
managerial/administrative, and user dashboards; an adhoc query manager for data
analysis and reporting; dashboard reports; alerts and notifications; workflow within
the iPro application; integration with Primavera, ECM, and Geographical Information
Systems (GIS); mobile data access; mobile data collection; and technical support.
CONSENT AGENDA ITEM – V -
A fee has been negotiated with AECOM Technical Services, Inc. for a not-to-exceed
amount of $550,364 for the design, development, implementation, and support for Phase
1 of Project W323, Integrated Project Information Web-Based Application (iPro) at the
Orlando International Airport.

The Director of Small Business Development has reviewed the proposal and determined
that AECOM Technical Services, Inc. proposes to achieve 90.8% MWBE/LDB participation
on these services.

On October 7, 2014, the Professional Services Committee recommended approval of an


Addendum to the Information Technology Consulting Services Agreement with AECOM
Technical Services, Inc. for the design, development, implementation, and support for
Phase 1 of Project W323, Integrated Project Information Web-Based Application (iPro)
at the Orlando International Airport.

ALTERNATIVES

There are no reasonable alternatives under consideration.

FISCAL IMPACT

The fiscal impact is $550,364. Funding is from the Aviation Authority’s Line of
Credit to be reimbursed by Revenue Bonds and Aviation Authority Funds.

RECOMMENDED ACTION

It is respectfully requested that the Aviation Authority Board resolve to accept the
recommendation of the Professional Services Committee and (1) approve an Addendum to
the Information Technology Consulting Services Agreement with AECOM Technical
Services, Inc. for the design, development, implementation, and support for Phase 1 of
Project W323, Integrated Project Information Web-Based Application (iPro), for a total
not-to-exceed amount of $550,364, with funding from the Aviation Authority’s Line of
Credit to be reimbursed by Revenue Bonds and Aviation Authority Funds; and (2)
authorize an Aviation Authority Officer or the Executive Director to execute the
necessary documents following satisfactory review by legal counsel.
DRAFT
Minutes of the Professional Services Committee
October 7, 2014
Page 3 of 5

CONTRACT HOLDER – PLANNING & ENGINEERING

REQUEST FOR RECOMMENDATION TO THE AVIATION AUTHORITY BOARD APPROVAL OF AN ADDENDUM


TO THE INFORMATION TECHNOLOGY CONSULTING SERVICES AGREEMENT WITH AECOM TECHNICAL
SERVICES, INC. FOR THE DESIGN, DEVELOPMENT, IMPLEMENTATION, AND SUPPORT FOR PHASE
1 OF W323, INTEGRATED PROJECT INFORMATION WEB-BASED APPLICATION (IPRO).
2. Mr. Furnari presented the memorandum, dated October 1, 2014, along with the
proposal from AECOM Technical Services, Inc., dated September 26, 2014, for the
Design, Development, Implementation, and Support for Phase 1 of W323, Integrated
Project Information Web-Based Application (iPro), at the Orlando International
Airport. The scope of services provides for the design, development,
implementation, and support of an Integrated Project Information Web-based
application (iPro) for use by Planning/Engineering/Construction in the management
of the Aviation Authority construction programs and services. Project No. W323,
iPro will replace the current Microsoft Access Engineering and Construction (E&C)
database utilized for project information and contract management which is
approaching capacity limitations given the volume of project activity being
scheduled over the next five years. The scope of services addresses the
development of the iPro application in two phases. This addendum requests
approval for Phase 1. Deliverables for Phase 1 will include the development of
the database structure and migration of the E&C database and functionality, plus
improved application navigation and consolidation of data entry and update
activities.

The Director of Small Business Development has reviewed the subject contract’s
proposed MWBE/LDB specifications and determined that AECOM Technical Services,
Inc. proposes to achieve 90.8% MWBE/LDB participation on this Addendum.

Chair Thornton stated that these services will benefit the Aviation Authority,
especially with the airport capital program which requires a good amount of
administration work and it is in need of a more robust platform to capture and
document project information. Chair Thornton further stated that these services
will be based on the current E&C database; however, will be modified for specific
projects at the airport. Mr. Furnari noted that because these services will be
based on the current E&C database, the Aviation Authority staff will be very
involved throughout the process.

Ms. Churchill questioned if it is anticipated to have additional phases after the


completion of these two phases, and Mr. Ruohomaki answered yes. Ms. Churchill
further asked about the scope of work for Phase 1, and Mr. Furnari answered that
Phase 1 is targeted for implementation within the planned iPro application to
provide all of the existing capabilities within the current E&C database
application, plus the improvements from streamlined business processes, improved
navigation and consolidated of data activities.

Mr. Patterson asked if the system will be fully functional at the end of Phase 1,
and Mr. Furnari answered yes, that the system will be fully usable and modernized.

Ms. Churchill expressed concern that because this is a new project, it can
possibly create unforeseen conditions along the way which could result in expanded
services and require additional funding. Mr. Chittaluru noted that there has been
close coordination between AECOM Technical Services, Inc. and Aviation Authority
staff with information technology and database expertise in the development of the
scope of services for Phase 1, to ensure the completion of Phase 1 within the
established budget.
DRAFT
Minutes of the Professional Services Committee
October 7, 2014
Page 4 of 5

Legal Counsel inquired about AECOM Technical Services, Inc.’s role in these
services, and Mr. Ruohomaki answered that AECOM Technical Services, Inc. will
provide technical oversight and project management support.

Mr. Lewis asked about the time frame for Phase 1, and Mr. Chittaluru answered that
it is anticipated that Phase 1 should be completed in 6 months.

Chair Thornton asked if these services will require migration of financial


information from Oracle, and Mr. Furnari answered yes, that these services will
require some migration which will be done in-house.

Upon motion of Ms. Churchill, second by Mr. Ruohomaki, vote carried to recommend
to the Aviation Authority Board Approval of an Addendum to the Information
Technology Consulting Services Agreement with AECOM Technical Services, Inc. for
Design, Development, Implementation, and Support for Phase 1 of W323, for a not-
to-exceed amount of $550,364.00, with funding from the Aviation Authority’s Line
of Credit to be reimbursed by Revenue Bonds and Aviation Authority Funds.
GREATER ORLANDO AVIATION AUTHORITY
________________________________________________________________
Orlando International Airport
One Jeff Fuqua Boulevard
Orlando, Florida 32827-4399

MEMORANDUM

TO: Members of the Aviation Authority

FROM: Dolly Daniell, Senior Director of Administration and Technology

DATE: October 15, 2014

ITEM DESCRIPTION

Recommendation to Approve Revisions to Policy 130.03, Construction Management Entity


Contracts

BACKGROUND

The objective of this policy is to establish guidelines, policies and procedures for
the procurement and administration of Construction Management Entity (CME) Contracts.

ISSUES

The title of the policy is being changed to Construction Management Entity Contracts.

Definitions have been revised for clarification and consistency with other policies,
added for clarification, deleted due to being obsolete, or for consistency with other
policies.

On page 7, the section under CME’s Competitive Procurement of Subcontractors has been
revised for ease of reading and clarification. The Authority approves award of
subcontractors, but the CME prepares bid solicitations and makes selections. The
requirement that the bid documents disclose the precise basis of award has been
deleted.

Reference regarding express approval for exceeding limits on self-performed work has
been made in the Self Performance section.

On page 9, under CME’s Contingency, clarification has been made regarding required
Construction Committee approval prior to incurring costs to be paid from the CME
Contingency.

The Reconciliation of GMP section has been changed to Reduction of Contingency and
changes have been made to clarify the process.

Sections have been deleted [Changes within the GMP and CM Field Change Orders (FCO)],
added (Limits of Approvals and Execution), and revised (Increases to Cost and/or Time
to the GMP) for clarification and to better reflect current practices.
CONSENT AGENDA ITEM – W -
ALTERNATIVES

The Aviation Authority Board could decide not to adopt all or part of these revisions.

FISCAL IMPACT

There is no fiscal impact for adoption of the proposed policy changes.

RECOMMENDED ACTION

It is respectfully requested that the Aviation Authority Board resolve to approve


revisions to Policy 130.03, Construction Management Entity Contracts.
Operational Procedure: Section 130.03
Construction Management Entity Contracts Engineering and Construction

OBJECTIVE To establish guidelines, policies and procedures for the


procurement and administration of Construction Management
Entity Contracts.

DEFINITIONS Addenda/Addendum. A written modification that adds a specific


project or a specific scope of work and payment terms to a CME
Contract that becomes effective upon approval and execution by
the Aviation Authority.

Amendment. A written modification to the terms of a previously


approved and executed Addendum, such as increasing or
decreasing the GMP or contract time, which becomes effective
upon approval and execution by the Authority.

Authority. Greater Orlando Aviation Authority.

Authority Board. The Board of Directors of the Greater Orlando


Aviation Authority.

CCNA. The Consultants’ Competitive Negotiation Act under


Section 287.055 of the Florida Statutes.

CM Change Order. A written modification within a GMP that


provides for additions or deletions in the plans, specifications, or
scope of work or otherwise alters the terms of a GMP without
affecting the previously approved and executed GMP price or
contract time. All increases and decreases to the previously
approved and executed GMP price or contract time shall occur in
an Amendment.
Construction Change Directive (CCD). A written order by the
Aviation Authority directing a change in the work or the CME
Contract when no agreement has been reached on a proposed CM
Change Order.

Construction Management Entity (CME). A Construction


Contractor that is responsible for scheduling and coordination of a
construction project or grouping of construction projects, including
preconstruction and construction services, and who may be
required by its CME Contract to offer a contract price that consists
of a fixed lump sum, a cost plus fee price (based upon the actual
cost of construction, plus an agreed-upon fee or rate of profit), or
one or more Gguaranteed Mmaximum Pprices and guaranteed
completion date(s).

CM Change Order. A written modification that alters the terms

GREATER ORLANDO AVIATION AUTHORITY August 15, 2012


POLICY AND PROCEDURE MANUAL Page 1 of 11
Operational Procedure: Section 130.03
Construction Management Entity Contracts Engineering and Construction

within a GMP Addenda, without affecting the previously approved


and executed GMP price or contract time, such as authorizations to
use the contingencies (as defined in the CME Contract).

CME Contract. A written agreement between a CME and the


Aviation Authority for preconstruction and construction services
that requires the CME to hold subcontracts.

CM Field Change Order (FCO). A written order issued by the


Director of Construction, Senior Director of Planning,
Engineering, and Construction, Construction Committee
Chairperson (or designees of any of them) authorizing a change in
the work that does not have any cost impact and does not affect the
substantial completion date(s) established in GMP.

GMP Amendment. A written modification to previously approved


and executed GMP, changing the GMP price or contract time that
requires Aviation Authority Board approval and becomes effective
upon execution by the Aviation Authority.

Guaranteed Maximum Price (GMP): An Addendum to the


CME Contract that is used to deliver a stated scope of work by a
CME for a stated price that may include costs for preconstruction
services, project-specific general conditions, subcontracted work to
be performed by others, self-performed work, allowances,
contingencies, overhead and profit. The resulting aggregated sum
is the total guaranteed maximum price for which the CME will
deliver the project-specific work within the project-specific
schedule. Progressive GMPs may be used where a series of GMPs
are developed as the design progresses and all GMPs are
consolidated into a total GMP at 100% design.

Determination of The Capital Management Committee, Executive Director or


Project Delivery designee, in accordance with Policy 120.13, Capital Management
Method Committee, will determine when it is in the best interest of the
Aviation Authority to utilize a Construction Management project
delivery method.

Public The Aviation Authority will publicly announce each CME


Advertisement Contract when the construction costs are estimated to exceed
$300,000, on the Aviation Authority’s website and at least once in
a newspaper of general circulation where the project is located at
least 21 days prior to the established submission deadline and at
least 5 days prior to any scheduled pre-submittal conference. If the
construction project of a CME contract is projected to cost more

GREATER ORLANDO AVIATION AUTHORITY August 15, 2012


POLICY AND PROCEDURE MANUAL Page 2 of 11
Operational Procedure: Section 130.03
Construction Management Entity Contracts Engineering and Construction

than $500,000, the advertisement shall be publicly advertised on


the Aviation Authority’s website and at least once in a newspaper
of general circulation where the project is located at least 30 days
prior to the established submission deadline and at least 5 days
prior to any scheduled pre-submittal conference. Other methods of
publication are strongly encouraged.

Procurement CME Contracts may be procured by:


Method
● Following the CCNA’s qualifications-based selection
method set forth below,

● Following the Competitive Proposal method set below, or

● Following any other method not prohibited by law, as long


as the selection process is set forth in the public
announcement and procurement documents.

CCNA For each proposed CME Contract, the Professional Services


Qualifications- Committee (“PSC”) shall evaluate current statements of
Based Selection qualifications and performance data on file with the Aviation
Method Authority, together with those that may be submitted by other
CMEs regarding the proposed pProject, and shall conduct
discussions with, and may require public presentations by, no
fewer than three CMEs (where reasonably possible) regarding their
qualifications, approach to the pProject, and ability to furnish the
required services.

The PSC shall prepare a recommended ranking, in order of


preference, of no fewer than three CMEs (where reasonably
possible) deemed to be the most highly qualified to perform the
required services. In determining whether a CME is qualified, the
PSC shall consider such factors as:

1) the experience of the CME and its professional personnel;

2) the CME’s project approach;

3) whether a CME is a certified minority business


enterprise(and/or the proposed level of certified minority
and/or small business enterprise participation);

4) past performance;

5) experience;

GREATER ORLANDO AVIATION AUTHORITY August 15, 2012


POLICY AND PROCEDURE MANUAL Page 3 of 11
Operational Procedure: Section 130.03
Construction Management Entity Contracts Engineering and Construction

6) willingness to meet time and budget requirements;

7) location;

8) recent, current, and projected workloads; and

9) the volume of work previously awarded to each CME by


the Aviation Authority, with the object of effecting an
equitable distribution of contracts among qualified CMEs,
provided such distribution does not violate the principle of
selection of the most highly qualified CMEs.

The evaluation of past performance may include such factors as:

1) whether the past projects were completed on time, within


budget, and without an unreasonable number or amount of
claims,

2) whether the CME timely paid its subcontractors,


subconsultants and suppliers,

3) whether the CME has breached any contract with the


Aviation Authority or any other public agency,

4) whether the CME properly participated in any required


mediation or dispute review board procedure, and

5) the Aviation Authority’s overall satisfaction with the


CME’s past and current compliance with the contract
requirements.

The recommended ranking must be approved by the Aviation


Authority Board.

In the event that the Aviation Authority does not receive


statements from at least three qualified CMEs for the pProject, the
Aviation Authority may re-advertise the project; or, if after
deliberation, the Aviation Authority determines that re-advertising
will not generate further interest, the Aviation Authority may
proceed with the competitive selection of those CMEs that
provided statements of qualifications.

Competitive If the Aviation Authority elects to procure a CME using a


Proposal competitive proposal procedure, the following two-step process

GREATER ORLANDO AVIATION AUTHORITY August 15, 2012


POLICY AND PROCEDURE MANUAL Page 4 of 11
Operational Procedure: Section 130.03
Construction Management Entity Contracts Engineering and Construction

Method shall be used:

A. The PSC shall shortlist no fewer than three of the most-


qualified CMEs, if reasonably possible, based on the
qualifications, availability, and past work of the CME,
including the partners or members thereof. The PSC may
specifically consider the CME’s past performance on
Aviation Authority projects, including whether the past
projects resulted in any litigation, whether the past projects
were completed on time, within budget, and without an
unreasonable number or amount of claims and whether the
CME timely paid its subcontractors and suppliers. The
Aviation Authority may also consider whether:

1) the CME breached any contract with the Aviation


Authority or any other public agency,

2) whether liquidated damages have ever been


assessed against the CME,

3) whether the CME properly participated in any


required mediation or dispute review board
procedures,

4) the overall satisfaction with the CME’s


compliance with the contract requirements, and

5) whether the CME has failed to reach a GMP for


specified work within the prescribed time limits.

B. Only those shortlisted CMEs shall be provided a


Request for Proposals for the pProject.

C. Before soliciting Proposals, the Aviation Authority will


establish the criteria and procedures by which all
Proposals will be evaluated. These criteria may include,
but are not limited to, price components (such as
preconstruction services fees, general conditions fees,
and profit), schedule, technical design aspects, a
preconstruction services plan, project approach, and
small business and minority business participation goals.
The basis of award shall be set forth in the Request for
Proposals. Aviation Authority Board approval of the
award is required.

GREATER ORLANDO AVIATION AUTHORITY August 15, 2012


POLICY AND PROCEDURE MANUAL Page 5 of 11
Operational Procedure: Section 130.03
Construction Management Entity Contracts Engineering and Construction

Negotiation of After the Aviation Authority Board approves the final ranking
CME Contract resulting from either the CCNA Qualifications-Based Selection
Method or the selection resulting from the Competitive Proposal
Method, the Aviation Authority will commence negotiations with
the selected or highest-ranked CME. The negotiations may include
the specific scope of work for preconstruction services, the
program schedule, the contract terms and as many price
components as are reasonable under the circumstances, such as the
fees for preconstruction services, the construction phase fee,
including program-wide general conditions costs, mobilization,
overhead and profit, which may be expressed as a percentage of
construction costs. Project-specific general conditions costs may be
determined separately for each GMP.

Negotiation of the CME Contract shall may also include the


amount of the CME’s contingency stated as a range or a maximum
percentage of the cost of the work and shall may state whether
(and, if so, when) the CME’s contingency will be further reduced
to reflect the reduced risk as certain project milestones or other
stages of completion of the work are met.

Should the Aviation Authority be unable to negotiate an agreement


with the highest-ranked CME, the negotiations will be formally
terminated in writing. Negotiations with the next ranked CME will
then be undertaken, in order of ranking, until an acceptable
agreement is reached.

Aviation Authority Board approval of the CME Contract is


required before a Notice to Proceed can be issued for the
preconstruction services.

Negotiation of When the Director of Construction or dDesignee determines that


the GMP(s) the design has progressed to a point that it is in the best interest of
the Aviation Authority to proceed with the work or any portion
thereof, the CME shall prepare a proposed GMP in accordance
with the CME Contract. At a minimum, each proposed GMP shall
include a project schedule, including substantial completion dates
and a detailed explanation of the subcontract packages, including
the scope of services and cost estimates for each, and an
identification of what scopesubcontracts, if any, would be
appropriate for the CME to submit a bid to self-perform and what
subcontracts, if any, would be appropriate for a direct, negotiated
contract with between the CME and a certified small business firm.

The proposed GMP shall be presented to the Construction

GREATER ORLANDO AVIATION AUTHORITY August 15, 2012


POLICY AND PROCEDURE MANUAL Page 6 of 11
Operational Procedure: Section 130.03
Construction Management Entity Contracts Engineering and Construction

Committee for recommendation to the Aviation Authority Board


for approval. Once approved by the Board, the Executive Director
or dDesignee may execute the GMP and a Notice to Proceed shall
be issued before commencement of the work.

Payment and performance bonds are required for each GMP. For
GMPs exceeding $250 million, the Aviation Authority may set the
amount of the bonds in accordance with Florida Statutes § 255.05.

CME’s CMEs shall competitively solicit all subcontracts estimated to


Competitive exceed $300,000 by publicly advertising the prequalification
Procurement of criteria for each anticipated subcontract. Prior to any
Subcontractors advertisement, the Director of Construction or dDesignee shall
approve the prequalification criteria to be used for each
subcontract. CMEs shall receive and evaluate all qualifications and
prepare a proposedrecommended list of prequalified
subcontractors. The CME’s proposed list of prequalified
subcontractors for each major trade package must be approved by
the PSC.

Only the prequalified subcontractors may submit bids or proposals


for the work. The Invitation for Bids or Request for Proposals shall
specify the basis for award, such as whether the award will be
made to the lowest responsive bidder or the best value proposal.
CMEs shall publicly open and evaluate the bids and proposals in
accordance the Aviation Authority’s policies and procedures,
including the Authority’s MWBE, LDB, and DBE Policies (1200
Series).

All proposed subcontracts and self-performed trade packages, and


the recommendation of award shall be presented, along with a
corresponding reconciliation of the CME contingency, to the
Construction Committee for approval. Aviation Authority Board
approval of each subcontract and self-performed trade package is
not required.

Self- CMEs may self-perform certain construction services if the


Performance cumulative percentage of the total self-performed work under the
CME Contract does not exceed the limit set forth in the CME
Contract, if any, and either (1) the work is proposed as self-
performed work in the GMP and the CME has submitted to the
Aviation Authority, at least forty-either hours prior to the public
bid opening date and time, the lowest responsive bid for the work,
or (2) the Construction Committee has approved the CME’s
proposal to self-perform the work. Any work performed by an

GREATER ORLANDO AVIATION AUTHORITY August 15, 2012


POLICY AND PROCEDURE MANUAL Page 7 of 11
Operational Procedure: Section 130.03
Construction Management Entity Contracts Engineering and Construction

affiliate or subsidiary of the CME shall be deemed self-


performance by the CME. The limit on self-performed work that is
specified in the CME Contract, if any, shall not be exceeded,
unless expressly set forth in an approved GMP Addendum, GMP
Amendment, CM Change Order, or CCD.

The Aviation Authority may pre-approve self-performance by the


CME for:

1. Work for which sufficient scope does not exist to attract


trade contractor interest,

2. Work for which the schedule spans a sporadic and broken


time period over the duration of the project, which
reduces trade contractor interest,

3. Work which must be performed to eliminate safety


violations or to remedy emergency conditions,

4. Unforeseen work for which the timing has a significant


and negative impact on the schedule of the pProject,

5. Work for which an accelerated schedule is required to


complete component parts of the pProject, or

6. Portions of the Work that are identified in the GMP for


which the CME has a proven track record of performing
and for which the participation of the CME would be
advantageous to the Aviation Authority.

Self-performed work will be paid in accordance with the CME’s


submitted bid, if two other competitive bids have been received. If
not, self-performed work will be paid as follows:

● If the CME’s lump sum bid is within 10% of the Aviation


Authority’s independent cost estimate for the work, the
self-performed work will be paid in accordance with the
CME’s lump sum bid.

● If the CME’s lump sum bid exceeds 10% of the Aviation


Authority’s independent cost estimate for the work, the
self-performed work will be paid on a reimbursable basis
in accordance with the Aviation Authority’s Force
Account procedures that are set forth in the CME
Contract.

GREATER ORLANDO AVIATION AUTHORITY August 15, 2012


POLICY AND PROCEDURE MANUAL Page 8 of 11
Operational Procedure: Section 130.03
Construction Management Entity Contracts Engineering and Construction

All CME proposals to self-perform work must be submitted to the


Construction Committee for approval.

CME’s The CME’s cContingency is controlled by the CME to the extent


Contingency set forth in the CME Contract. The CME shall submit a monthly
reconciliation of the CME’s Contingency to the Authority for
review. Construction Committee approval is required prior to
incurring any cost to be paid from the CME contingency.

Owner’s The Owner’s Contingency is not under CME’s control and can
Contingency only be used when authorized by the Authority. A CM Change
Order, approved by the Construction Committee, is required prior
to incurring any cost to be paid fromfor any use of the Owner’s
cContingency.

Reconciliation of After all major trade packages have been approved by the
GMPReduction Construction Committee for award, the CME shall prepare a
of Contingency proposed CM Change Order for approval by the Construction
Committee that reconciles the GMP estimates for the cost of work
with the actual subcontract values. The credit balance resulting
from actual subcontract values that are lower than the GMP
estimate shall be returned to the CME’s Contingency. The debit
balance resulting from actual subcontract values that are higher
than the GMP estimate shall be reconciled by a corresponding
reduction of the CME’s Contingency

If, after all subcontracts and self-performed scopes of work in a


GMP have been awarded, the balance of the CME’s cContingency
is greater than the percentage originally set forth in the GMP, the
CME’s Ccontingency shall be reduced to the percentage originally
set forth in the GMP. If, after all subcontracts and self-performed
scopes of work in a GMP have been awarded, the balance of the
CME’s Ccontingency is less than the percentage originally set
forth in the GMP, no further adjustment to CME’s Ccontingency
will be required as a result of the bidding process. Additional
reductions of the CME’s Ccontingency may be required in
accordance with the terms of the GMP CME Contract to reflect a
reduction in risk as the work progresses. If the CME Ccontingency
reaches zero, any cost overruns or charges that could have been
covered by the CME’s Ccontingency shall be the responsibility of
the CME.

After the work has been completed, a final CM Change Order that
reconciles the current approved GMP with the final verified actual

GREATER ORLANDO AVIATION AUTHORITY August 15, 2012


POLICY AND PROCEDURE MANUAL Page 9 of 11
Operational Procedure: Section 130.03
Construction Management Entity Contracts Engineering and Construction

costs, including reducing anythe remaining CME’s cContingency


greater than zero to zero, shall be submitted to the Construction
Committee for approval.

Changes Within A proposed CM Change Order for any proposed change to any
the GMP element of the GMP, including proposed subcontract change order,
shall be presented to the Construction Committee for approval. CM
Change Orders cannot increase the total price or contract time of
the GMP.

Allowances Before commencing work on an allowance line item, a proposed


CM Change Order that reconciles the allowance with the estimated
costs shall be presented to the Construction Committee for
approval.As part of the review of each GMP, the Construction
Committee will determine what additional authorization from the
Aviation Authority is required (if any) for the CME to proceed
with each allowance work or cost item, depending upon the level
of funding eligibility review that has been performed and other
criteria.

CM Field If an emergency or other urgent situation arises during the


Change Orders performance of a Construction Contract, the Executive Director, a
(FCO) Deputy Executive Director, the Construction Committee Chair, or
Director of Construction shall have authority to approve a CM
Field Change Order that modifies the terms of the GMP, as long as
it does not increase the total GMP price or contract time. Upon
approval of a CM Field Change Order and following reconciliation
of final verified actual costs, a proposed CM Change Order shall
be presented to the Construction Committee for approval. The
CME’s Application for Payment may include requests for payment
in accordance with a properly authorized CM Field Change Order
that has not yet been included in a CM Change Order.

Increases to Increases to the GMP should be rare and are limited by the terms
Cost and/or of the CME Ccontract. When an increase to the cost and/or time
Time to the GMP ofto the GMP is clearly justified, a proposed GMP Amendment to
the GMP shall be presented to the Construction Committee for
recommendation to the Aviation Authority Board for approval.

Limits of For limits of approvals, see Policies 101.01, Aviation Authority


Approvals Bylaws; 110.01, Executive Director; 120.02, Construction
Committee; 120.10 Professional Services Committee; and 120.13,
Capital Management Committee.

Execution CME Contracts, Addenda, GMP Amendments, and CM Change

GREATER ORLANDO AVIATION AUTHORITY August 15, 2012


POLICY AND PROCEDURE MANUAL Page 10 of 11
Operational Procedure: Section 130.03
Construction Management Entity Contracts Engineering and Construction

Orders issued in accordance with this Policy shall be executed by


the Chair of the Aviation Authority Board, the Executive Director,
or their designee.

APPEALS Actions taken by the Professional Services Committee or the


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

APPROVAL AND
UPDATE HISTORY

Last Approval Executive Director: August 9, 2012


Aviation Authority Board: August 15, 2012

Supersedes

GREATER ORLANDO AVIATION AUTHORITY August 15, 2012


POLICY AND PROCEDURE MANUAL Page 11 of 11
GREATER ORLANDO AVIATION AUTHORITY
________________________________________________________________
Orlando International Airport
One Jeff Fuqua Boulevard
Orlando, Florida 32827-4399

MEMORANDUM

TO: Members of the Aviation Authority

FROM: Phillip N. Brown, Executive Director

DATE: October 15, 2014

ITEM DESCRIPTION

Notification of Executive Director Approvals for October Board Meeting

BACKGROUND

(1) The attached list represents contracts executed by the Executive Director
requiring notification to the Board.

In addition, the below was also executed:

• Professional services with BRPH Architects for strategic commercial land


development program at a cost of $47,449.50

• Professional services award to Norman Edwards for assistance in the


Aviation Authority’s Safety Program at a cost of $33 per hour

• Professional services with CBIZ Benefits and Insurance Services of Ohio


for actuarial valuation of the Aviation Authority’s Other Post Employment
Benefits (OPEB) Plan to address financial statement disclosure
requirements in accordance with Statement 45 of GASB 45 at a cost of
$10,000.

• Sole sourse procurement with Entrust, Inc. for the Aviation Authority’s
security certificates at a cost of $29,959 for a 3 year period

(2) The following list represents contracts recommended by the Professional


Services Committee (PSC) to be executed by the Executive Director requiring
notification to the Aviation Authority Board:

• Addendum No. 9 to the Development of Various OIA/OEA Property Agreement with


Dykes Everett & Company, Inc. for land development and permitting consulting
services for a not-to-exceed fee amount of $180,000, with funding from
Discretionary Funds and Operations and Maintenance Funds. [Reference PSC
meeting September 2, 2014].

• Addendum No. 3 to the Professional Services Agreement for Financial


Consulting Services with Albert E. Sampey, CPA, for consulting services to
the Finance Department from October 1, 2014, through December 31, 2014, for
a not-to-exceed fee amount of $73,333, with funding from Operations and
Maintenance Funds. [Reference PSC meeting September 23, 2014].

• Amendment No. 1 to Addendum No. 1 to the Professional Services Agreement for


Airport Consulting Services with LeighFisher, Inc. for additional Fiscal
Year (FY) 2014 on-call financial planning services to the Finance Department
from July 1, 2014, through September 30, 2014, for a not-to-exceed fee
amount of $39,210, with funding from Operations and Maintenance Funds.
[Reference PSC meeting September 23, 2014].

INFORMATION ITEM – A -
• Addendum No. 2 to the Professional Services Agreement for Airport Consulting
Services with LeighFisher, Inc. for Fiscal Year (FY) 2015 on-call financial
planning services for to the Finance Department for a not-to-exceed fee
amount of $50,000, with funding from Operations and Maintenance Funds.
[Reference PSC meeting September 23, 2014].

Please let me know if you have any questions concerning the attached.
PURCHASING SUBMITTALS FOR BOARD NOTIFICATION - October 2014
Committee Description of Date
Action Competition Vendor Cost Funding Term
Approval Goods or Service Signed
Purchase of Cisco
Capital infrastructure
RFQ 91932- Prosys Information CPC One Time
Award $62,046.00 Expenditures Equipment for the 9/30/2014
14 Systems 9/22/14 Purchase
Fund expansion of the data
network at OIA.
Purchase of Single
RFQ 91925- CPC 12 Month
Award Dade Paper Company $240,240.00 O & M Fund Ply, Single Roll Bath 9/30/2014
14 9/22/14 Term
Tissue.
Purchase
Replacement Parts for 12 Month
Award Sole Source Wallace International N/A $45,000.00 O & M Fund 9/3/2014
AOA Security Gate E- Term
50.
Upgrade to Software
for Existing Digital
Signage System within
Capital
the Hyatt - to provide One Time
Award Sole Source Morrow Technologies N/A $14,200.00 Expenditures 9/24/2014
new features, new Purchase
Fund
logos and color
schemes & easier
content management.
2 - Service
Service Rapiscan Systems Agreements for 12 Month
Sole Source 6/9/2014 $57,173.80 O & M Fund 9/24/2014
Agreement Inc. Rapiscan (X-Ray) Term
Equipment.
DeRango, Best & Appraisal Report of 3 One Time
Award Single Source N/A $4,050.00 O & M Fund 9/5/2014
Associates Parcel's of Land. Purchase
Recruiting Firm - to
Provide qualified
candidates for the One Time
Award Single Source Robert Half N/A $15,700.00 O & M Fund 9/3/2014
position of Purchase
Construction Finance
Manager.

1
PURCHASING SUBMITTALS FOR BOARD NOTIFICATION - October 2014
Committee Description of Date
Action Competition Vendor Cost Funding Term
Approval Goods or Service Signed
Capital
D & K Design dba Purchase of Four (4) One Time
Award Single Source N/A $75,000.00 Expenditures 9/3/2014
Danken 24ft Holiday Trees. Purchase
Fund
Delivery of a 1000
gallon LP Tank with
required Valves for One Time
Award Single Source AmeriGas Propane N/A $17,808.24 O & M Fund 9/3/2014
four (4) days for Purchase
mandated FAA Live
Fire Training.
Flood Cleanup,
Landside A, Level 2,
Emergency Polygon US One Time
Award N/A $12,771.00 O & M Fund West End Carousel #5 9/26/2014
Purchase Corporation Purchase
and Offices Area's on
Level 1.
Repairs to the
Emergency AERO BridgeWorks Passenger Loading One Time
Award N/A $99,952.00 O & M Fund 9/4/2014
Purchase Inc. Bridge located at Gate Purchase
73 at OIA
Amendment Wood Furniture
GOAA - Bid New Image CPC
No. 1 - Option $62,582.17 O & M Fund Refurbishment and 12 Months 8/26/2014
18-11 Upholstery Inc. 5/27/14
Renewal Repairs
Amendment
GOAA - Bid CPC Solicitation Support
No. 14 - Option Onvia, Inc. $0.00 N/A 12 Months 9/25/2014
99-40 9/28/14 Services
Renewal
Amendment
Capital
No. 2 - GOAA - Bid Rosenbauer Airport Rescue and One Time
N/A $11,123.00 Expenditures 9/25/2014
Contract 08-14 Minnesota LLC Fire Fighting Vehicle Purchase
Fund
Adjustment
Amendment
Capital
No. 2 - GOAA - Bid Rosenbauer Airport Rescue and One Time
N/A $8,914.00 Expenditures 9/25/2014
Contract 21-13 Minnesota LLC Fire Fighting Vehicle Purchase
Fund
Adjustment

2
GREATER ORLANDO AVIATION AUTHORITY
________________________________________________________________
Orlando International Airport
One Jeff Fuqua Boulevard
Orlando, Florida 32827-4399

MEMORANDUM

TO: Members of the Aviation Authority

FROM: Stanley J. Thornton, Chair, Professional Services Committee

DATE: October 15, 2014

ITEM DESCRIPTION

Notification of the Professional Services Committee’s Approval of Hensel Phelps


Construction Co.’s List of Pre-Qualified Subcontractors/Suppliers for Major Trade
Packages for the South Airport Automated People Mover (APM) Complex Program at the
Orlando International Airport

BACKGROUND

In accordance with the Construction Manager at Risk (CM@R) Agreement with Hensel
Phelps Construction Co. for the South Airport Automated People Mover (APM) Complex
Program and the Aviation Authority’s Policies and Procedures 120.10 (Professional
Services Committee) and 130.03 (Construction Management Contracts), the CM@R’s
proposed list of prequalified subcontractors/suppliers for each major trade package
must be approved by the Professional Services Committee (PSC).

Hensel Phelps Construction Co. advertised the Request for Qualifications (RFQ) for
Statement of Qualifications (SOQ) No. 3 on July 27, 2014, and solicited qualifications
from interested subcontractors/suppliers for work associated with Guaranteed Maximum
Price (GMP) No. 1B (Site Work and Utilities), GMP No. 4 (Roads and Bridges), GMP No. 5
(Parking Garage), and GMP No. 11 (North Terminal Station) as follows:

• Site Work and Utilities: This package will include clearing, grading, and
earthwork for approximately 600 acres of mostly undeveloped, medium-densely wooded
land. Underground utilities such as water, sanitary, electric and are also
included.

• Roads and Bridges: This package will include the construction of a roadway system
providing highway access to the APM Station and Parking Garage. This system will
also include three precast bridges for future roadway crossings, at-grade roadway
embankment, and high-fill embankment at the bridge crossings.

• Parking Garage: This package will include a six-level, cast-in-place concrete


parking garage with approximately 2,400 spaces for privately-owned vehicles and
future rental car operations. The Exit Plaza will include a 1,000 square foot
office space, with restrooms and a breakroom. Toll plazas at the garage entrance
and exit, with technology provisions similar to those at the existing North
Terminal Complex will be included.

• North Terminal Station: This package will include the demolition of temporary
partitions currently enclosing the APM guideway within the APM station, located at
the existing North Terminal Complex (NTC) Landside Terminal Level 3. Temporary
partitions will be replaced by a glass and stainless steel system with automatic
doors, similar to those existing in the Airside 2 and 4 APM stations. Interior
signage for the NTC APM Station, along with modifications and enhancements to
existing signage within the NTC Landside Terminal will also be included.

INFORMATION ITEM – B -
One-hundred-forty-eight (148) SOQs were received for SOQ No. 3 by September 5, 2014.

On September 23, 2014, the PSC approved Hensel Phelps Construction Co.’s proposed list
of the 148 prequalified subcontractors/suppliers. Attached is a cumulative report of
all of Hensel Phelps Construction Co.’s pre-qualified subcontractors/suppliers to
date.
HP (WS102) PRE‐QUALIFICATION OF SUBCONTRACTORS (thru PSC)
Below Pre‐
MWBE/
GMP No. Description BP‐No. $500K? Category Firm Name PSC Date Qualified?
LDB
(Y/N) (Y/N)
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Asphalt Pavement Conti Enterprises, Inc. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Asphalt Pavement Eden Site Development MWBE 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Asphalt Pavement Johnson‐Laux Construction MWBE 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Asphalt Pavement Phillips & Jordan, Inc. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Asphalt Pavement SEMA Construction, Inc. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Asphalt Pavement Southland Construction, Inc. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Asphalt Pavement The Middlesex Corporation N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Building Specialties Johnson‐Laux Construction MWBE 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No CIP Concrete Conti Enterprises, Inc. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No CIP Concrete D&A Construction Group, Inc. Both (pending) 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No CIP Concrete Johnson‐Laux Construction MWBE 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No CIP Concrete Kiewit Infrastructures South Co. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No CIP Concrete SEMA Construction, Inc. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No CIP Concrete Southland Construction, Inc. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No CIP Concrete The Middlesex Corporation N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Clearing, Grading and Earthwork Conti Enterprises, Inc. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Clearing, Grading and Earthwork Eden Site Development MWBE 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Clearing, Grading and Earthwork Johnson‐Laux Construction MWBE 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Clearing, Grading and Earthwork Phillips & Jordan, Inc. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Clearing, Grading and Earthwork SEMA Construction, Inc. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Clearing, Grading and Earthwork Southland Construction, Inc. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Clearing, Grading and Earthwork The Middlesex Corporation N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Clearing, Grading and Earthwork The Redland Company, Inc. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Concrete Pavement Conti Enterprises, Inc. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Concrete Pavement D&A Construction Group, Inc. Both (pending) 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Concrete Pavement Johnson‐Laux Construction MWBE 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Concrete Pavement Kiewit Infrastructures South Co. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Concrete Pavement SEMA Construction, Inc. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Concrete Pavement Southland Construction, Inc. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Construction Logistics Conti Enterprises, Inc. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Construction Logistics D&A Construction Group, Inc. Both (pending) 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Construction Logistics Eden Site Development MWBE 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Construction Logistics Gomez Construction Company MWBE 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Construction Logistics Johnson‐Laux Construction MWBE 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Construction Logistics Kiewit Infrastructures South Co. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Construction Logistics McGrath Rent Corp. dba Mobile Modular N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Construction Logistics Modspace N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Construction Logistics Modular Building Systems International, LLC Both 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Construction Logistics Southland Construction, Inc. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Dewatering Conti Enterprises, Inc. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Dewatering Eden Site Development MWBE 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Dewatering Johnson‐Laux Construction MWBE 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Dewatering Kiewit Infrastructures South Co. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Dewatering Phillips & Jordan, Inc. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Dewatering SEMA Construction, Inc. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Dewatering Southland Construction, Inc. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Dewatering The Middlesex Corporation N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Duct Bank A&A Electrical MWBE 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Duct Bank Conti Enterprises, Inc. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Duct Bank Electric Services, Inc. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Duct Bank Kiewit Infrastructures South Co. N/A 7/22/2014 Yes

Page 1 of 10 10/7/2014
HP (WS102) PRE‐QUALIFICATION OF SUBCONTRACTORS (thru PSC)
Below Pre‐
MWBE/
GMP No. Description BP‐No. $500K? Category Firm Name PSC Date Qualified?
LDB
(Y/N) (Y/N)
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Duct Bank MC Dean N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Duct Bank The Middlesex Corporation N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Electrical and Special Systems A&A Electrical MWBE 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Electrical and Special Systems Electric Services, Inc. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Electrical and Special Systems Johnson‐Laux Construction MWBE 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Electrical and Special Systems MC Dean N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Electrical and Special Systems Morton Electric, Inc. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Electrical and Special Systems The New Florida Industrial Electric, Inc. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Erosion Control/SWPPP Conti Enterprises, Inc. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Erosion Control/SWPPP Eden Site Development MWBE 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Erosion Control/SWPPP Johnson‐Laux Construction MWBE 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Erosion Control/SWPPP Kiewit Infrastructures South Co. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Erosion Control/SWPPP Phillips & Jordan, Inc. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Erosion Control/SWPPP SEMA Construction, Inc. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Erosion Control/SWPPP Southland Construction, Inc. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Erosion Control/SWPPP The Middlesex Corporation N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Guard Rails and Barriers Johnson‐Laux Construction MWBE 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Guard Rails and Barriers Kiewit Infrastructures South Co. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Guard Rails and Barriers SEMA Construction, Inc. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Landscaping Gomez Construction Company MWBE 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Landscaping Johnson‐Laux Construction MWBE 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Landscaping Southland Construction, Inc. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Misc. Metals D&A Construction Group, Inc. Both (pending) 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Misc. Metals Johnson‐Laux Construction MWBE 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Pile Foundations Conti Enterprises, Inc. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Pile Foundations Kiewit Infrastructures South Co. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Pile Foundations Moretrench Environmental Services N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Pile Foundations SEMA Construction, Inc. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Pile Foundations Southland Construction, Inc. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Pile Foundations The Middlesex Corporation N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Plumbing Johnson‐Laux Construction MWBE 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Pond Liners Kiewit Infrastructures South Co. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Pond Liners Phillips & Jordan, Inc. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Precast Erection Conti Enterprises, Inc. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Precast Erection Johnson‐Laux Construction MWBE 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Precast Erection Kiewit Infrastructures South Co. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Precast Erection SEMA Construction, Inc. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Precast Erection The Middlesex Corporation N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Rough Carpentry D&A Construction Group, Inc. Both (pending) 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Rough Carpentry Johnson‐Laux Construction MWBE 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Site Lighting A&A Electrical MWBE 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Site Lighting Electric Services, Inc. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Site Lighting Johnson‐Laux Construction MWBE 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Site Lighting MC Dean N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Site Lighting Morton Electric, Inc. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Site Lighting Southland Construction, Inc. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Site Specialities Conti Enterprises, Inc. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Site Specialities Johnson‐Laux Construction MWBE 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Site Specialities Moretrench Environmental Services N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Striping Eden Site Development MWBE 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Striping Johnson‐Laux Construction MWBE 7/22/2014 Yes

Page 2 of 10 10/7/2014
HP (WS102) PRE‐QUALIFICATION OF SUBCONTRACTORS (thru PSC)
Below Pre‐
MWBE/
GMP No. Description BP‐No. $500K? Category Firm Name PSC Date Qualified?
LDB
(Y/N) (Y/N)
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Striping Phillips & Jordan, Inc. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Survey Johnson‐Laux Construction MWBE 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Survey Phillips & Jordan, Inc. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Survey SEMA Construction, Inc. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Survey Southland Construction, Inc. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Traffic Topping Sealer Johnson‐Laux Construction MWBE 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Utilities Conti Enterprises, Inc. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Utilities Eden Site Development MWBE 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Utilities Johnson‐Laux Construction MWBE 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Utilities Kiewit Infrastructures South Co. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Utilities MC Dean N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Utilities Phillips & Jordan, Inc. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Utilities Southland Construction, Inc. N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Utilities The Middlesex Corporation N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 Yes Building Specialties Alliance Design & Construction, Inc. LDB 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 Yes CIP Concrete Alliance Design & Construction, Inc. LDB 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 Yes Clearing, Grading and Earthwork Alliance Design & Construction, Inc. LDB 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 Yes Clearing, Grading and Earthwork Mettron Contracting, Inc. MWBE 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 Yes Concrete Pavement Alliance Design & Construction, Inc. LDB 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 Yes Construction Logistics Alliance Design & Construction, Inc. LDB 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 Yes Construction Logistics Nadic Engineering Services, Inc. Both 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 Yes Erosion Control/SWPPP Alliance Design & Construction, Inc. LDB 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 Yes Guard Rails and Barriers Alliance Design & Construction, Inc. LDB 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 Yes Landscaping Alliance Design & Construction, Inc. LDB 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 Yes Misc. Metals Alliance Design & Construction, Inc. LDB 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 Yes Pile Foundations HJ Foundation Company N/A 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 Yes Plumbing Mettron Contracting, Inc. MWBE 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 Yes Precast Erection Alliance Design & Construction, Inc. LDB 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 Yes Rough Carpentry Alliance Design & Construction, Inc. LDB 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 Yes Site Specialities Alliance Design & Construction, Inc. LDB 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 Yes Utilities Mettron Contracting, Inc. MWBE 7/22/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Asphalt Pavement Tucker Paving, Inc. N/A 7/29/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Asphalt Pavement United Grading and Excavating N/A 7/29/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Building Specialties Maverick Constructors, LLC MBE 7/29/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No CIP Concrete United Infrastructure Group, Inc. N/A 7/29/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Clearing, Grading and Earthwork JCB Construction, Inc. MWBE 7/29/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Clearing, Grading and Earthwork Tucker Paving, Inc. N/A 7/29/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Clearing, Grading and Earthwork United Grading and Excavating N/A 7/29/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Clearing, Grading and Earthwork United Infrastructure Group, Inc. N/A 7/29/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Concrete Pavement Tucker Paving, Inc. N/A 7/29/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Concrete Pavement United Infrastructure Group, Inc. N/A 7/29/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Construction Logistics Nortex Modular Leasing and Construction Co. N/A 7/29/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Construction Logistics Satellite Shelters, Inc. N/A 7/29/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Construction Logistics Williams Scotsman, Inc. N/A 7/29/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Dewatering JCB Construction, Inc. MWBE 7/29/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Dewatering United Grading and Excavating N/A 7/29/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Duct Bank United Grading and Excavating N/A 7/29/2014 No
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Erosion Control/SWPPP JCB Construction, Inc. MWBE 7/29/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Erosion Control/SWPPP Tucker Paving, Inc. N/A 7/29/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Erosion Control/SWPPP United Grading and Excavating N/A 7/29/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Guard Rails and Barriers United Grading and Excavating N/A 7/29/2014 Yes

Page 3 of 10 10/7/2014
HP (WS102) PRE‐QUALIFICATION OF SUBCONTRACTORS (thru PSC)
Below Pre‐
MWBE/
GMP No. Description BP‐No. $500K? Category Firm Name PSC Date Qualified?
LDB
(Y/N) (Y/N)
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Guard Rails and Barriers United Infrastructure Group, Inc. N/A 7/29/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Misc. Metals Maverick Constructors, LLC MBE 7/29/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Pile Foundations United Infrastructure Group, Inc. N/A 7/29/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Pond Liners JCB Construction, Inc. MWBE 7/29/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Pond Liners United Grading and Excavating N/A 7/29/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Precast Erection United Infrastructure Group, Inc. N/A 7/29/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Site Specialities JCB Construction, Inc. MWBE 7/29/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Striping Tucker Paving, Inc. N/A 7/29/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Striping United Grading and Excavating N/A 7/29/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Survey United Grading and Excavating N/A 7/29/2014 No
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Traffic Topping Sealer United Grading and Excavating N/A 7/29/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Utilities JCB Construction, Inc. MWBE 7/29/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Utilities Tucker Paving, Inc. N/A 7/29/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Utilities United Grading and Excavating N/A 7/29/2014 No
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 No Utilities United Infrastructure Group, Inc. N/A 7/29/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 Yes Building Specialties Leo's Construction Services MWBE (pending) 7/29/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 Yes Construction Logistics ACY Constructors, LLC Both 7/29/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 Yes Electrical and Special Systems Heron Electric, Inc. MBE/LDB 7/29/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 Yes Misc. Metals JWP Iron and Fence, LLC MWBE 7/29/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 Yes Rough Carpentry ACY Constructors, LLC Both 7/29/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 Yes Rough Carpentry Leo's Construction Services MWBE (pending) 7/29/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 Yes Site Lighting Heron Electric, Inc. MBE/LDB 7/29/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 Yes Site Specialities JWP Iron and Fence, LLC MWBE 7/29/2014 Yes
1A/10 Initial Site Package/Site Logistics BP‐S101/BP‐S102 Yes Survey Ambient Technologies, Inc. MWBE 7/29/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Acoustical Ceilings Acousti Engineering Co. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Acoustical Ceilings Environmental Interiors, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Acoustical Ceilings Johnson‐Laux Construction N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Acoustical Ceilings Kenpat Central Florida, LLC N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Acoustical Ceilings Lotspeich Company, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Acoustical Ceilings Mader Southeast N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Asphalt Pavement Jr. Davis Construction Company, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Asphalt Pavement Ranger Construction Industries, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Asphalt Pavement The Lane Construction Group N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Building Specialties MC2, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Building Specialties N‐RG Cladding, LLC N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Building Specialties The Wilsten Group N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Carpet Acousti Engineering Co. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Carpet Johnson‐Laux Construction N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Carpet The Wilsten Group N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No CIP Concrete Johnson Bros. Corporation, a Southland Company N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No CIP Concrete The Lane Construction Group N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Clearing, Grading and Earthwork GLF Construction Corporation N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Clearing, Grading and Earthwork Johnson Bros. Corporation, a Southland Company N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Clearing, Grading and Earthwork Jr. Davis Construction Company, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Clearing, Grading and Earthwork Prime Construction Group, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Clearing, Grading and Earthwork Ranger Construction Industries, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Clearing, Grading and Earthwork The Lane Construction Group N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Concrete Pavement Castle Constructors Company N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Concrete Pavement Cornerstone Construction Services, Inc. MWBE 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Concrete Pavement GLF Construction Corporation N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Concrete Pavement OLP Construction, Inc. N/A 9/23/2014 Yes

Page 4 of 10 10/7/2014
HP (WS102) PRE‐QUALIFICATION OF SUBCONTRACTORS (thru PSC)
Below Pre‐
MWBE/
GMP No. Description BP‐No. $500K? Category Firm Name PSC Date Qualified?
LDB
(Y/N) (Y/N)
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Concrete Pavement The Lane Construction Group N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Concrete Pavement UCC Group Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Construction Logistics Fidelity Security Agency, LLC Both 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Conveying Systems Delaware Elevator of Florida, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Conveying Systems KONE, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Conveying Systems Schindler Elevator Corporation N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Demolition Endurance Communications & Electrical, LLC Both 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Demolition Gomez Construction Company N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Demolition Pece of Mind Environmental, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Dewatering Jr. Davis Construction Company, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Dewatering Malcom Drilling Co., Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Doors & Hardware AG Mauro Co. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Doors & Hardware Florida Door Solutions, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Doors & Hardware Johnson‐Laux Construction N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Drywall & Framing Acousti Engineering Co. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Drywall & Framing D&A Construction Group, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Drywall & Framing Gomez Construction Company N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Drywall & Framing Johnson‐Laux Construction N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Drywall & Framing Kenpat Central Florida, LLC N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Drywall & Framing Lotspeich Company, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Drywall & Framing Mader Southeast N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Duct Bank Bergelectric Corp. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Duct Bank Endurance Communications & Electrical, LLC Both 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Duct Bank H.L. Pruitt Corp. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Duct Bank Jr. Davis Construction Company, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Electrical and Special Systems Bergelectric Corp. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Electrical and Special Systems Bright Future Electric, LLC N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Electrical and Special Systems Diebold, Incorporated (Security Systems) N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Electrical and Special Systems Endurance Communications & Electrical, LLC Both 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Electrical and Special Systems H.L. Pruitt Corp. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Electrical and Special Systems Johnson Controls, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Electrical and Special Systems MC2, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Electrical and Special Systems Peachtree Telecommunications International, LLC N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Electrical and Special Systems Terry's Electric, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Electrical and Special Systems Tri‐City Electrical Contractors, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Erosion Control/SWPPP Jr. Davis Construction Company, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Fire Protection Fire & Life Safety America, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Fire Protection Grunau Company, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Fire Protection Johnson‐Laux Construction N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Fire Protection MC2, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Fire Protection MJW Consolidated/MJW Fire Protection/MJW Company N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Fire Protection Southern Fire Protection of Orlando, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Fire Protection VSC Fire & Security, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No General Contracting Brasfield & Gorrie, LLC N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No General Contracting Environmental Interiors, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No General Contracting HW Davis Construction, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No General Contracting Johnson Bros. Corporation, a Southland Company N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No General Contracting Kenpat Central Florida, LLC N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No General Contracting Peachtree Telecommunications International, LLC N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No General Contracting The Middlesex Corporation N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No General Contracting The Wilsten Group N/A 9/23/2014 Yes

Page 5 of 10 10/7/2014
HP (WS102) PRE‐QUALIFICATION OF SUBCONTRACTORS (thru PSC)
Below Pre‐
MWBE/
GMP No. Description BP‐No. $500K? Category Firm Name PSC Date Qualified?
LDB
(Y/N) (Y/N)
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Glass & Glazing A.C.Dellovade, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Glass & Glazing C.T. Windows d.b.a. Architectural Aluminum Techniques, LLC N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Glass & Glazing Environmental Interiors, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Glass & Glazing Johnson‐Laux Construction N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Guard Rails and Barriers Clear Horizon Ventures Company dba Petersen Metals N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Guard Rails and Barriers MJW Consolidated/MJW Fire Protection/MJW Company N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Hoisting B&M Masonry, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Hoisting Baker Concrete N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Hoisting Barton Malow Company N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Hoisting Brasfield & Gorrie, LLC N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Hoisting Castle Constructors Company MWBE 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Hoisting CCK Construction Services, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Hoisting Ceco Concrete Construction, LLC N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Hoisting ConTech Construction, LLC N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Hoisting Cornerstone Construction Services, Inc. MWBE 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Hoisting GLF Construction Corporation N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Hoisting OLP Construction, Inc. MWBE 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Hoisting Seminole Masonry, LLC N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Hoisting Southland Construction, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Hoisting T & T Construction of Central Florida, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Hoisting UCC Group Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Interior / Exterior Signage Johnson‐Laux Construction N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Landscaping Sterling Silver Scape & Sod, Inc. MBE 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Landscaping UCC Group Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Landscaping ValleyCrest Landscape Development, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Masonry B&M Masonry, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Masonry Castle Constructors Company N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Masonry D&A Construction Group, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Masonry Johnson‐Laux Construction N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Masonry Seminole Masonry, LLC N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Mechanical B & I Contractors, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Mechanical Cherokee Enterprises, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Mechanical Coastal Mechanical Services, LLC N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Mechanical Johnson Controls, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Mechanical Johnson‐Laux Construction N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Mechanical Kirlin Florida, LLC N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Mechanical Lake Mechanical Contractors, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Mechanical MC2, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Mechanical MCC Mechanical N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Mechanical Nash, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Mechanical Precision Mechanical, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Mechanical Randall Mechanical, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Mechanical S.I. Goldman Company, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Misc. Metals A.C.Dellovade, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Misc. Metals Banker Steel Company, LLC N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Misc. Metals Birdair, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Misc. Metals Cladding Systems, Inc. MWBE 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Misc. Metals Clear Horizon Ventures Company dba Petersen Metals N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Misc. Metals Florida Structural Steel N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Misc. Metals HMB Steel Corp MWBE 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Misc. Metals Industrial Steel, Inc. N/A 9/23/2014 Yes

Page 6 of 10 10/7/2014
HP (WS102) PRE‐QUALIFICATION OF SUBCONTRACTORS (thru PSC)
Below Pre‐
MWBE/
GMP No. Description BP‐No. $500K? Category Firm Name PSC Date Qualified?
LDB
(Y/N) (Y/N)
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Misc. Metals ISEC, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Misc. Metals Kistler McDougall Corp N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Misc. Metals Midwest Steel, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Misc. Metals P & A Roofing and Sheet Metal, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Misc. Metals Rebah Fabrication MWBE 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Misc. Metals Steel, LLC N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Misc. Metals Stein Steel & Supply Company N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Misc. Metals The Haskell Company Steel Fabrication Division N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Painting Champion Painting Specialty Services Corp. MWBE 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Painting D&A Construction Group, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Painting Dannix Painting, LLC MWBE 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Painting Five Arrows, Inc., dba Service Painting Corp. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Painting J. Mori Painting, Inc. MWBE 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Painting Johnson‐Laux Construction N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Painting Percopo Coatings Company, LLC N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Painting Plummer Painting & Waterproofing N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Painting Southland Construction, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Pile Foundations Berkel & Company Contractors, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Pile Foundations GLF Construction Corporation N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Pile Foundations Malcom Drilling Co., Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Pile Foundations Nicholson Construction Company N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Pile Foundations Precast Piling Technology, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Pile Foundations T & T Construction of Central Florida, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Pile Foundations The Middlesex Corporation N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Plumbing B & I Contractors, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Plumbing Coastal Mechanical Services, LLC N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Plumbing Kirlin Florida, LLC N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Plumbing Lake Mechanical Contractors, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Plumbing Modern Plumbing Industries, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Plumbing Nash, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Plumbing Precision Mechanical, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Plumbing Progressive Plumbing, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Plumbing Randall Mechanical, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Plumbing S.I. Goldman Company, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Plumbing Tharp Plumbing Systems, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Precast Erection Castone Corporation N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Precast Erection Coreslab Structures, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Precast Erection Cornerstone Construction Services, Inc. MWBE 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Precast Erection Johnson Bros. Corporation, a Southland Company N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Precast Erection Metromont Corporation N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Precast Erection Midwest Steel, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Precast Supply Castone Corporation N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Precast Supply Coreslab Structures, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Precast Supply Gate Precast Company N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Precast Supply Metromont Corporation N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Precast Supply STABIL Concrete Products, LLC N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Retaining Walls Cornerstone Construction Services, Inc. MWBE 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Retaining Walls GLF Construction Corporation N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Retaining Walls Johnson Bros. Corporation, a Southland Company N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Retaining Walls T & T Construction of Central Florida, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Retaining Walls The Lane Construction Group N/A 9/23/2014 Yes

Page 7 of 10 10/7/2014
HP (WS102) PRE‐QUALIFICATION OF SUBCONTRACTORS (thru PSC)
Below Pre‐
MWBE/
GMP No. Description BP‐No. $500K? Category Firm Name PSC Date Qualified?
LDB
(Y/N) (Y/N)
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Retaining Walls UCC Group Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Roofing A.C.Dellovade, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Roofing Collis Roofing, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Roofing Hamilton Roofing, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Roofing Johnson‐Laux Construction N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Roofing Mountain Top Enterprises, LLC dba Saratoga Roofing & Construction N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Roofing P & A Roofing and Sheet Metal, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Roofing Sutter Roofing N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Rough Carpentry Hamilton Roofing, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Rough Carpentry Mader Southeast N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Rough Carpentry The Wilsten Group N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Site Lighting Endurance Communications & Electrical, LLC Both 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Site Lighting H.L. Pruitt Corp. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Site Specialities Bergelectric Corp. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Site Specialities GLF Construction Corporation N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Site Specialities T & T Construction of Central Florida, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Skylights Collis Roofing, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Skylights Johnson‐Laux Construction N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Steel A.C.Dellovade, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Steel Banker Steel Company, LLC N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Steel Birdair, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Steel Conti Enterprises, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Steel Florida Structural Steel N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Steel HMB Steel Corp MWBE 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Steel Industrial Steel, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Steel Johnson Bros. Corporation, a Southland Company N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Steel Johnson‐Laux Construction N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Steel Kiewit Infrastructures South Co. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Steel Midwest Steel, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Steel Steel Fabricators, LLC N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Steel Steel, LLC N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Steel Stein Steel & Supply Company N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Steel The Haskell Company Steel Fabrication Division N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Striping Jr. Davis Construction Company, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Tensile Fabric Canopies Birdair, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Tensile Fabric Canopies FabriTec Structures, LLC N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Tensile Fabric Canopies Johnson‐Laux Construction N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Tensile Fabric Canopies Kiewit Infrastructures South Co. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Tile / Terrazzo Acousti Engineering Co. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Tile / Terrazzo Johnson‐Laux Construction N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Tile / Terrazzo Sigma Marble & Granite, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Traffic Topping Sealer Champion Painting Specialty Services Corp. MWBE 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Traffic Topping Sealer Dannix Painting, LLC MWBE 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Traffic Topping Sealer Five Arrows, Inc., dba Service Painting Corp. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Traffic Topping Sealer J. Mori Painting, Inc. MWBE 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Traffic Topping Sealer Percopo Coatings Company, LLC N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Traffic Topping Sealer Plummer Painting & Waterproofing N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Utilities Endurance Communications & Electrical, LLC Both 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Utilities H.L. Pruitt Corp. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Utilities Johnson Bros. Corporation, a Southland Company N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Utilities Jr. Davis Construction Company, Inc. N/A 9/23/2014 Yes

Page 8 of 10 10/7/2014
HP (WS102) PRE‐QUALIFICATION OF SUBCONTRACTORS (thru PSC)
Below Pre‐
MWBE/
GMP No. Description BP‐No. $500K? Category Firm Name PSC Date Qualified?
LDB
(Y/N) (Y/N)
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Utilities Prime Construction Group, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Waterproofing & Caulk D&A Construction Group, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Waterproofing & Caulk Johnson‐Laux Construction N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Waterproofing & Caulk Mountain Top Enterprises, LLC dba Saratoga Roofing & Construction N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Waterproofing & Caulk P & A Roofing and Sheet Metal, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Waterproofing & Caulk Percopo Coatings Company, LLC N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 No Waterproofing & Caulk Southland Construction, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Acoustical Ceilings ACY Constructors, LLC N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Acoustical Ceilings Alliance Design & Construction, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Acoustical Ceilings Leo's Construction Services MWBE (pending) 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Building Specialties S. Saft & Company dba Window Interiors N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Building Specialties Ycommerce N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Carpet Alliance Design & Construction, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Carpet Designers West Interiors, Inc. MWBE 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes CIP Concrete Black and Son Remodeling LLC Both 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Clearing, Grading and Earthwork Hayward Baker, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Concrete Pavement Black and Son Remodeling LLC Both 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Construction Logistics Black and Son Remodeling LLC Both 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Construction Logistics GE Investigations, Inc. dba GE Protection Both 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Construction Logistics Heavenly Hearts Cleaning Services, Inc. MWBE 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Construction Logistics Ycommerce MWBE 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Dewatering Complete Dewatering Pumps & Wellpoints N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Doors & Hardware ACY Constructors, LLC N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Doors & Hardware Alliance Design & Construction, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Doors & Hardware Black and Son Remodeling LLC Both 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Doors & Hardware Gomez Construction Company N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Doors & Hardware Leo's Construction Services MWBE (pending) 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Doors & Hardware Webb Builders Hardware, Inc. dba WBH Industries N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Drywall & Framing ACY Constructors, LLC N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Drywall & Framing Alliance Design & Construction, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Drywall & Framing Black and Son Remodeling LLC Both 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Drywall & Framing Leo's Construction Services MWBE (pending) 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Electrical and Special Systems Ace Applications, LLC Both 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Electrical and Special Systems New Energy Service, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Electrical and Special Systems Orion Management, LLC N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Erosion Control/SWPPP Meryman Environmental, Inc. MBE 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Fire Protection Fire Stop Systems, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Fire Protection Kenpat Fireproofing, LLC N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Fire Protection Mettron Contracting, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Fire Protection Orion Management, LLC N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes General Contracting Designers West Interiors, Inc. MWBE 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Glass & Glazing Alliance Design & Construction, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Glass & Glazing Altamonte Glass & Mirror, Inc. MWBE 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Guard Rails and Barriers Black and Son Remodeling LLC Both 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Interior / Exterior Signage AC Signs LLC N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Interior / Exterior Signage Alliance Design & Construction, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Interior / Exterior Signage Creative Mailbox Designs LLC dba Creative Sign Designs N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Interior / Exterior Signage Eidolon Analytic dba Unisource Graphics & Signs MWBE 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Interior / Exterior Signage Proxy Management Group dba Veatic MBE 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Landscaping Meryman Environmental, Inc. MBE 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Masonry Alliance Design & Construction, Inc. N/A 9/23/2014 Yes

Page 9 of 10 10/7/2014
HP (WS102) PRE‐QUALIFICATION OF SUBCONTRACTORS (thru PSC)
Below Pre‐
MWBE/
GMP No. Description BP‐No. $500K? Category Firm Name PSC Date Qualified?
LDB
(Y/N) (Y/N)
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Misc. Metals G & C Welding Specialist, LLC Both 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Misc. Metals Unlimited Welding, Inc. MWBE 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Painting Alliance Design & Construction, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Painting Leo's Construction Services MWBE (pending) 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Pile Foundations Ed Waters and Sons Contracting Company N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Pile Foundations Hayward Baker, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Roofing Alliance Design & Construction, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Rough Carpentry Black and Son Remodeling LLC Both 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Site Specialities Black and Son Remodeling LLC Both 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Site Specialities Hayward Baker, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Skylights Alliance Design & Construction, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Skylights Altamonte Glass & Mirror, Inc. MWBE 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Steel Unlimited Welding, Inc. MWBE 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Survey E.R. Brownwell & Associates, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Survey John B Webb & Associates, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Tile / Terrazzo Alliance Design & Construction, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Tile / Terrazzo Black and Son Remodeling LLC Both 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Tile / Terrazzo Designers West Interiors, Inc. MWBE 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Tile / Terrazzo Gomez Construction Company N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Waterproofing & Caulk Alliance Design & Construction, Inc. N/A 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Waterproofing & Caulk Black and Son Remodeling LLC Both 9/23/2014 Yes
1B/4/5/11 Site Work & Utils/Rds‐Bridges/Prkg Garage BP‐S104/S105/S106/S119 Yes Waterproofing & Caulk Fire Stop Systems, Inc. N/A 9/23/2014 Yes

Page 10 of 10 10/7/2014
GREATER ORLANDO AVIATION AUTHORITY
________________________________________________________________
Orlando International Airport
One Jeff Fuqua Boulevard
Orlando, Florida 32827-4399

MEMORANDUM

TO: Members of the Aviation Authority

FROM: Phillip N. Brown, Executive Director

DATE: October 15, 2014

ITEM DESCRIPTION

Notification of Release of RFP/RFB/RFQ’S

BACKGROUND

The attached list represents the release of documents for different services at
the Aviation Authority.

Please let me know if you have any questions concerning the attached.

INFORMATION ITEM – B -
NOTIFICATION OF RELEASE OF RFP/IFB/RFQ for October 2014 Board Agenda

TYPE OF SERVICE/TYPE RELEASE AWARD SCOPE/SERVICE VALUE/TERM REASON


RELEASE DATE DATE
IFB High Rise Oct. December High Rise Glass, Wall, Canopy $1,300,000.00 Current Contract
Glass/Wall/Cano 2014 2014 cleaning and pressure washing 3 years with 2 one expiring
py/Pressure at various locations year options
Wash
IFB Customer Oct. December Customer Service Ambassador $3,525,000..00 Current Contract
Service 2014 2014 for Terminal 3 years with two Expiring
Ambassadors one year options
RFP Disclosure Oct. December Counsel Services including Unknown Current Contract
Counsel 2014 2014 MWBE participation 3 years with two Expiring
Services one year options
RFP Bond and Tax Oct. December Bond and Tax Counsel Unknown Current Contract
Counsel 2014 2014 Services 3 years with two Expiring
Services one year options
GREATER ORLANDO AVIATION AUTHORITY
Orlando International Airport
One Jeff Fuqua Boulevard
Orlando, Florida 32827-4399

CONSTRUCTION PROGRESS REPORT

For Board Meeting of October 15, 2014

ORLANDO INTERNATIONAL AND EXECUTIVE AIRPORTS

You might also like