GREATER ORLANDO AVIATION AUTHORITY REVISED AGENDA

DATE: DECEMBER 9, 2020 DAY: WEDNESDAY TIME: 2:00 P.M.

PLACE: CARL T. LANGFORD BOARD ROOM, ORLANDO INTERNATIONAL AIRPORT, ONE JEFF FUQUA BOULEVARD

Due to the COVID-19 pandemic, the Centers for Disease (CDC) guidelines, and the Greater Orlando Aviation Authority’s ongoing focus on safety regarding events and meetings, seating inside the Board Room will be limited to 12 and lobby seating will be limited to 10 seats. Attendance is on a first-come, first-served basis. No standing in the lobby will be permitted. Face coverings are required. Temperature checks will be conducted before entering the GOAA Offices.

Individuals who wish to speak at the Board meeting on an item being considered on the agenda will be asked to fill out a speaker request card. Speakers that do not have inside seating will be asked to wait outside the GOAA offices until their name is called. Once done with their comments, they must promptly leave the Board Room.

GOAA live streams the meeting over Orange TV and its own You Tube channel (OrlandoAirports) so that the public can monitor the proceedings. The meeting can also be streamed through the GOAA website, www.OrlandoAirports.net.

I. CALL TO ORDER

II. PLEDGE OF ALLEGIANCE

III. ROLL CALL

IV. CONSIDERATION OF AVIATION AUTHORITY MINUTES FOR NOVEMBER 11, 2020

V. RECOGNIZING YEARS OF SERVICE

VI. CONSENT AGENDA (These items are considered routine and will be acted upon by the Aviation Authority in one motion. If discussion is requested on an item, it will be considered separately. Items under this section are less than $1 million dollars) A. Recommendation to Accept Committee Minutes B. Recommendation to Dispose of Surplus Property C. Recommendation of the Construction Committee to Approve Amendment No. 4 to Addendum No. 15 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner- Kiewit Joint Venture, for Project Bid Package (BP) No. S00170, South Terminal C, Phase 1, Underground Electrical Distribution (Guaranteed Maximum Price (GMP) No. 5-S.6) at the Orlando International Airport D. Recommendation of the Construction Committee to Approve Amendment No. 4 to Addendum No. 21 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner- Kiewit Joint Venture, for Project Bid Package (BP) No. S00176, South Terminal C, Phase 1, Site Logistics Relocation (Guaranteed Maximum Price (GMP) No. 18-S) at the Orlando International Airport E. Recommendation of the Construction Committee to Approve Amendment No. 2 to Addendum No. 28 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner- Kiewit Joint Venture, for Project Bid Package (BP) No. S00181, South Terminal C, Phase 1, Ground Transportation Facility (GTF) (Guaranteed Maximum Price (GMP) No. 8-S.1) at the Orlando International Airport F. Recommendation of the Construction Committee to Approve No-Cost Addenda to the Continuing Program and Project Management Services (Owner’s Authorized Representative (OAR) Prime Entity) Agreements to Exercise the Second and Final One-Year Renewal Option G. Recommendation of the Professional Services Committee to Rank Firms Shortlisted for Specialty Automated (APM) and Passenger Rail Systems Consulting Services (W420) at the Orlando International Airport H. Recommendation of the Professional Services Committee to Rank Firms Shortlisted for Land Development, Land Planning, and Land Management Consulting Services (W422) at the Orlando International Airport, the Orlando Executive Airport and other facilities operated by the Aviation Authority

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 DECEMBER 9, 2020, MEETING PAGE 2

VI. CONSENT AGENDA (con’t)

I. Recommendation to Approve a Pilot “Pop-Up Retail” Opportunity for This Socks! at Orlando International Airport and Authority to Engage in other Temporary Short-Term Agreements J. Recommendation to Revise Property Management Policy, Greater Orlando Aviation Authority Bylaws, Section 130.07, Administration K. Recommendation of the Concessions/Procurement Committee to Rank Firms for Request for Proposals 06-21, Security Area Monitor (SAM) Services L. Recommendation to Approve the Third Amendment to the Temporary Construction License Agreement by and between the Aviation Authority and Brightline Trains Florida LLC, joined by the City of Orlando (the “Third Amendment”) M. Recommendation to Accept a Public Transportation Grant Agreement (PTGA) for Orlando International Airport from the Florida Department of Transportation (FDOT) N. Recommendation of Appointments to the Aviation Noise Abatement Committee (ANAC) O. Recommendation to Approve an Amendment to the Air Service Incentive Program (ASIP)

VII. PROCUREMENTS A. Notification for Request for Qualifications for W-00424, Continuing Environmental Consulting Services

VIII. CHIEF EXECUTIVE OFFICER’S REPORT

IX. NEW BUSINESS A. Recommendation of the Construction Committee to Approve Amendment No. 4 to Addendum No. 13 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner- Kiewit Joint Venture, for Project Bid Package (BP) No. S00139, South Terminal C, Phase 1, Landside Site Utilities and Balance of Site Work (Guaranteed Maximum Price (GMP) No. 5-S.2) at the Orlando International Airport B. Recommendation of the Professional Services Committee to Rank Firms Shortlisted for General Consulting Services (W419) at the Orlando International Airport and the Orlando Executive Airport C. Recommendation to Approve Final Negotiated Contract with Heffley & Associates for Professional Services PS- 643, State Governmental Relations Consulting Services for Orlando International and Orlando Executive Airports D. Recommendation to Approve Pilot COVID-19 Testing Opportunity to Adventist Health System/Sunbelt, Inc. dba AdventHealth Centra Care and Orlando Health at Orlando International Airport (Airport) E. Recommendation to Approve Revisions to Organizational Policies 180.01, Lobbying Activities, and 180.03, Selection Period Communication (referred to jointly as “Lobbying Policies”)

X. 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 Committee Recommendations to the Chief Executive Officer for Approval for December 9, 2020, Aviation Authority Board Meeting B. Notification of the Professional Services Committee’s Approval of the Lists of Pre-Qualified Subcontractors/Suppliers for Major Trade Packages for the South Terminal C, Phase 1, Program, at the Orlando International Airport C. Construction Progress Report

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. 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. 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. 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 on the Aviation Authority’s offices web site. Please contact the Chief Administrative Officer with questions at (407) 825-7105.

NEXT SCHEDULED BOARD MEETING IS ON WEDNESDAY, JANUARY 20, 2020 DRAFT

On WEDNESDAY, NOVEMBER 11, 2020, 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 Good called the meeting to order at 2:00 p.m. The meeting was posted in accordance with Florida Statutes and a quorum was present. [Live Streaming from Orlando, FL]

Authority members present, M. Carson Good, Chairman Ralph Martinez, Vice Chairman Mayor Jerry Demings, Treasurer Mayor Buddy Dyer

Also present, Phillip N. Brown, Chief Executive Officer and Secretary Kathleen Sharman, Chief Financial Officer Carolyn Fennell, Senior Director of Public Affairs Larissa Bou, Manager of Board Services and Assistant Secretary Dan Gerber, Interim 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. 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. 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. 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 Chief Administrative Officer with questions at (407) 825-7105.

CHAIRMAN’S OPENING REMARKS Chairman Good indicated that this is the first in-person meeting in eight months, due to the COVID-19 pandemic. He also acknowledged that today is Veterans Day and asked Mayor Demings to lead the Board in the Pledge of Allegiance.

Chairman Good stated that due to the COVID-19 pandemic, and our ongoing focus on safety, the Greater Orlando Aviation Authority (Aviation Authority) will be following the Centers for Disease Control (CDC) guidelines regarding events and gatherings. Seating will be limited to the seats available, and attendance is on a first-come, first-served basis. Face coverings are required and temperature checks will be conducted before entering the Aviation Authority Offices.

PAGE 6612 DRAFT MINUTES OF THE NOVEMBER 11, 2020, MEETING OF THE GREATER ORLANDO AVIATION AUTHORITY

Individuals who wish to speak at the Board meeting on an item being considered on the agenda will be asked to fill out a speaker request card. Speakers that do not have inside seating will be asked to wait outside the Aviation Authority offices until their name is called. Once done with their comments, they must promptly leave the Board Room.

Before proceeding with business, Mr. Gerber asked the Board to report any conflicts of interest or violations of the Aviation Authority’s Code of Ethics and Business Conduct; lobbying activities policy; or the Florida Sunshine Law with regard to any agenda item. None were expressed by any Board member.

APPROVAL OF MINUTES 1. Upon motion by Mayor Dyer, second by Mayor Demings, vote carried to accept the October 21, 2020, minutes as written.

TWENTY-YEAR SERVICE AWARD TO QUINTAIN OLDEN 2. Mr. Draper, along with Mr. Brown and the Board, recognized Mr. Olden for his 20 years of service to the Aviation Authority.

RECOGNIZING YEARS OF SERVICE 3. Mr. Brown recognized Mr. James Conrad, Maintenance, Gate and Fence Technician, and Mr. Abderrahim “Abdu” El Baroudi, Operations, for 20 years of service. Additionally, he recognized Mr. William Vargas, Orlando Executive Airport Maintenance, Ground Maintenance Lead, for 25 years of service. He thanked them for their hard work and dedication to the Aviation Authority.

Mr. Brown also recognized Ms. Denise Schneider, Assistant Director of Purchasing and Material Control, for receiving the 2020 Anne Deatherage Meritorious Service Award from the National Institute of Governmental Purchasing (NIGP) – The Institute for Public Procurement, which is an association of over 16,000 professionals. NIGP representatives described Ms. Schneider as “a fixer who is always willing to step up”.

Before proceeding with the meeting, Mr. Brown stated that, because today we celebrate Veterans Day, he would like to recognize veterans who work in the Aviation Authority. Using visual aids (copy on file) he presented various employee pictures and names to honor and thank all who served.

LOBBYING POLICY DISCUSSION 4. Mr. Gerber indicated that at the last Board meeting, Mayor Demings suggested for the Board to have a workshop or meeting to further discuss the Aviation Authority’s current Lobbying Policy. The Aviation Authority has two policies, Organizational Policy Section 180.01, Lobbying Activities, and Organizational Policy Section 180.03, Selection Period Communication.

Mr. Gerber began by providing the definition of “Lobbying” as defined in Organizational Policy Section 180.01, which was last revised about 8 years ago. Under

PAGE 6613 DRAFT MINUTES OF THE NOVEMBER 11, 2020, MEETING OF THE GREATER ORLANDO AVIATION AUTHORITY this policy, an attorney representing any client in connection with an existing contract with the Aviation Authority or in connection with the negotiation of any contract with the Aviation Authority, shall not be deemed lobbying. He also provided the definition of “Lobbyist” per the same policy. He indicated that the policy requires lobbyists to register, re-register, and de-register, as appropriate. Lobbying expenditure reports must be filed in a timely basis. Moreover, the policy requires lobbyists to record lobbying contacts with staff and Board members. Board members who are elected officials, the Mayor of the City of Orlando and the Mayor of Orange County, have their own lobbying regulation efforts and sign-in procedures at their offices. For non-elected officials, we urge that any lobbying occurs within the Aviation Authority’s offices. This is because, in the reception area, there are lobbying sign-in forms, which must be filled out before meeting with any Board or staff member. There are other forms of contacts that occur, in those instances, we require lobbyists to obtain the “Notice of Lobbying” form on-line and submit it within seven calendar days of having lobbying contact, as defined by the policy.

Continuing with the discussion, Mr. Gerber stated that the current policy has a no- lobbying period, which means that there shall be no lobbying from the time a procurement is advertised until final decision is made by the Aviation Authority Board on that procurement. Lobbying any Aviation Authority staff that is part of the selection Committees or Board during the no-lobbying period is a violation of the policy. Violation of the no-lobbying period may result in warning, reprimand, suspension or prohibition following a due process procedure. Prohibition of lobbying during the no-lobbying period is communicated to bidders, proposers, etc., through the procurement packages, which additionally state that violation of this policy could result in disqualification at many levels of the procurement procedure.

Former Board members and former staff cannot lobby the Aviation Authority’s current Board or staff members for six (6) months after departure. As a consequence for this violation, the Aviation Authority Board may warn, reprimand or censure the violator or may suspend or prohibit the violator from lobbying the Aviation Authority Board or any advisory body of the Aviation Authority for up to two years after a due process procedure. For lobbyists who are not former Board or staff members, the policy states that the General Counsel or the Chief Executive Officer shall be notified of any lobbyist who has failed to comply with registration and/or expenditure reporting requirements. In such instance, the General Counsel or the Chief Executive Officer may request further information and may conduct such investigation. The results of each investigation shall be reported to the Board; however, over the past eight (8) years that this policy has been in place, there has not been a consequence prescribed for such violations.

Mr. Gerber moved on to describe the external accountability for this policy. The policy is on-line on the Aviation Authority website. Additionally, at every Sunshine committee meeting and/or procurement meeting, at which a decision will be made, the lobbyist policy is announced along with a reminder about the no-lobbying period. The no-lobbying period has been in effect longer than the actual lobbying policy.

PAGE 6614 DRAFT MINUTES OF THE NOVEMBER 11, 2020, MEETING OF THE GREATER ORLANDO AVIATION AUTHORITY

There is also internal accountability. At the beginning of any public meeting at which a procurement may occur or decisions may be made, the public body is asked to confirm that no lobbying in prohibition of the policy has occurred.

As part of Mayor Demings’ and the Board’s request, Mr. Gerber benchmarked other lobbying policies against the Aviation Authority’s policy. Mr. Gerber stated that he looked at over 60 different policies in the state of Florida. He indicated that there are some notable similarities, such as registration and expense reporting requirements. Many of the policies have a similar no-lobbying period for procurements. Likewise, there were some notable dissimilarities such as an absence of sanctions for consequences for lack of compliance, and for many agencies, there were no consequences for lobbying during the no-lobbying period.

Mr. Gerber provided a few examples of other lobbying policies, starting with Orange County’s policy. He indicated that they have similar registration and no-lobbying period language. Mr. Gerber stated that the Aviation Authority’s lobbying policy, which has been in effect for eight (8) years, largely mirrors Orange County’s policy. If there is a failure to comply with the registration and expenditure reporting requirements in Orange County, there are specific consequences that may result in a warning, reprimand, censure and suspension following due process proceedings. Orange County’s policy also provides for the possibility of voiding a contract award if lobbying occurred during the no-lobbying period. However, there is another provision that states that commission action is not voided necessarily by a violation.

Continuing, Mr. Gerber indicated that the City of Orlando has a similar policy regarding registration requirements. Its policy states that registration occurs no later than one business day after lobbying. Violations, specifically under the city code, do not invalidate city action. However, the city also has a provision that states how violations may be enforced under city code Section 1.08. After analyzing Section 1.08 the most likely outcome, following other procedures, would be a fine of up to $500.

Moving on, Mr. Gerber discussed some important details about Osceola County’s lobbying policy. The policy also has a no-lobbying period, which states that violation to the policy may result in disqualification of the competitor. Likewise, Central Florida Expressway Authority’s (CFX), has a no-lobbying period, but there are no specific sanctions identified for violations. However, there could be a disqualification in procurement procedures.

Looking at different airports, Mr. Gerber indicated that Jacksonville International Airport lobbying policy, which follows the city of Jacksonville’s lobbying code, states that a knowing and willful failure or refusal to follow the city lobbying code may result in a fine or other punishment. Tampa International Airport’s governing board has no lobbying policy in effect. Palm Beach International Airport’s (PBI) governing board is an extension of the county government. In contrast to the Greater Orlando Aviation Authority, PBI has an ethics commission. First violation by a lobbyist results in a report to the ethics commission and a possible nominal fine

PAGE 6615 DRAFT MINUTES OF THE NOVEMBER 11, 2020, MEETING OF THE GREATER ORLANDO AVIATION AUTHORITY following due process procedures. The second and third violations may result in lobbyist prohibition.

Continuing with the discussion, Mr. Gerber stated that the Ft. Lauderdale International Airport has violation consequences similar to ours, which may result in a warning, reprimand, suspension or prohibition. No sanction may occur until notice is issued and opportunity is given to the lobbyist to be heard.

The State of Florida has its own lobbying rules. There are registration and reporting procedures similar to ours. Within the state statutes there is a one-time waiver for late reporting and there may be additional waivers applied to excuse a reporting violation. If there are repeat violations and sanctions pending, the lobbyist has an opportunity to have a hearing before the Florida Commission on Ethics. If it continues to be elevated, the Cabinet may reprimand, censure, or prohibit the lobbyist following due process procedures.

Before ending his presentation, Mr. Gerber indicated that, at the moment, the Aviation Authority does not have consequences in place for lobbyist who are not former employees or former Board members. He thanked the Aviation Authority Board for their time and asked if there were any questions.

Mayor Demings suggested that, where our policy is deficient, we should add some type of sanction. For example, referring to the current lobbying policy, there are no sanctions in place for violating the no-lobbying period. There needs to be a provision that states that a violation could result in, for example, the voiding of a contract. Additionally, Mayor Demings stated that there should also be a provision indicating that failure to comply with registration or expenditure reporting requirements could result in a warning, reprimand, censure, or another type of sanction. Mayor Demings also made a point to mention that there are sanctions in place for former Board and staff members that violate the six month prohibition time after their departure; therefore, we should be consistent with other violations of the policy. Lastly, Mayor Demings indicated that Orange County and the City of Orlando’s policies define what a warning, reprimand, censure and other sanctions mean. He suggested we do the same when revising the policy.

Vice Chair Martinez asked for confirmation of the two airports that have sanctions in their policies. Mr. Gerber reiterated that both Ft. Lauderdale International Airport and Palm Beach International Airport have sanctions in place. Vice Chair Martinez concurred with Mayor Demings comments and suggestion regarding adding sanctions to violations of the policy; however, he expressed his concerns regarding punishing the client for the actions of the lobbyist. The idea of voiding a contract, in his opinion, would be punitive to the client as a result of the lobbyist’s actions. He communicated that he is open to further discuss this matter.

In response to Vice Chair Martinez’s comments and concerns, Mayor Demings stated that Mr. Gerber presented some comparatives that included said sanction. Discussion ensued

PAGE 6616 DRAFT MINUTES OF THE NOVEMBER 11, 2020, MEETING OF THE GREATER ORLANDO AVIATION AUTHORITY regarding the infrequency in which these type of violations occur and how the severity of the lobbyist actions can call for more stern sanctions.

Mayor Dyer concurred with Mayor Demings’ call for consistency in regards to sanctions, with addition of having the option of not awarding a contract if there is a severe lobbying violation. Mayor Dyer asked about the process for when there is a complaint against a lobbyist. Mr. Gerber explained that the current policy states that the General Counsel or Chief Executive Officer would investigate the matter, prepare a report and communicate the findings to the Aviation Authority Board. The Aviation Authority Board then would make a decision on how to move forward. Mr. Gerber highlighted that the problem we are facing at the moment is that, after the report, there is no notice given as to what are the possible sanctions. He continued by stating that once the report is provided to the Aviation Authority Board, General Counsel and the Chief Executive Officer may provide their recommendations based on the findings and communications that occurred during the investigation process. Again, the decision is ultimately taken by the Aviation Authority Board as the leadership of the organization.

With regard to the issue of voiding a contract, Mr. Gerber stated that the language on the regulations he previously presented use the word “may”, and it is his understanding that by using this term, Orange County and the City of Orlando have been able to address that issue.

Continuing, Mr. Gerber indicated that, in regards to procurement processes, the Aviation Authority has Committees that hold public procurement meetings, in which there are full discussions among Committee members regarding the procurement; competitors have the right to speak at the meetings; competitors have the right to appeal any decision made by the Committees to the Chief Executive Officer; and competitors can also appeal to the Aviation Authority Board. If a competitor felt that there was impermissible lobbying which influenced the decision of the Committee, they have the right to appeal. Additionally, our policy, as well as others around the state, allow the Aviation Authority to go to court to seek an injunction against a lobbyist who continues to violate the policy. Additionally, Mr. Gerber detailed how the appeal hearings with the Chief Executive Officer ensue.

Mayor Dyer reiterated that sanctions must be consistent across the board.

Chairman Good agreed with fellow Board members and added that he would like our policy to mirror the City of Orlando’s and Orange County’s policies as much as possible, as it appears that they have stronger consequences.

Vice Chair Martinez commented that when someone applies to be a lobbyist, they should be provided the policy and sign a proof of receipt to ensure that, if they commit any violations, we have in file that they were provided the information. Mr. Gerber affirmed that this policy is on the website together with the lobbyist registration and recording requirements.

PAGE 6617 DRAFT MINUTES OF THE NOVEMBER 11, 2020, MEETING OF THE GREATER ORLANDO AVIATION AUTHORITY

Mayor Demings made reference to the previous discussion regarding sanctions applying to the lobbyists and not to the Board members, and indicated that as a general rule, before he meets with anyone in his office, he wants to know the purpose of the meeting, in order to avoid any appearance of impropriety. Also, as a general rule, he does not meet with any lobbyist who is actively doing business for the airport. He indicated that he prefers that they meet with staff, again, to avoid any appearance of impropriety. In addition, there are so many contracts in the airport, that makes it very difficult for Board members to know who the lobbyists are (because they can change). Therefore, it should be the lobbyist responsibility to make the Board members aware that they are lobbyist and who they represent. He further stated that because of his and Mayor Dyer’s public capacities, they are constantly in the community and events where people approach them to talk, and they may not even be aware of who they are speaking to at that moment. Mayor Demings explained that he is bringing this up because, in the media, someone questioned why these type of sanctions are applied to the Board members, when these type of activities occur. Mayor Dyer added that, as Mayors, they serve on various Boards and there are hundreds of procurements at any given time and, unless it is a major procurement, they may not be aware of the details of each procurement. Chairman Good concurred with Mayor Demings’ and Mayor Dyer’s statements.

Chairman Good thanked Mr. Gerber and Mr. Brown for the information provided and indicated that he looks forward to the next meeting where they will bring revisions to the policy for the Board’s consideration.

CHIEF EXECUTIVE OFFICER’S REPORT 5. Moving on, Mr. Brown stated that Mayor Dyer suggested to have a monthly report from the Chief Executive Officer presented to the Board. Mr. Brown indicated that the Marketing department creates a report that details the latest information regarding air service. Additionally, Mr. Draper and the Operations team provide a daily report that details passenger traffic activity, parking activity, and flight activity. Mr. Brown stated that, moving forward, he will gather all that information and provide Board members an informational package prior each meeting, with hard copies provided at the dais.

Mr. Brown informed the Board that, based on TSA reports, in October the Orlando International Aiport was the 6th busiest airport in the country and for the week ending in November 8, 2020, we were the 2nd busiest airport in the country. Even though we are operating at an average of 40% of departing passenger traffic compared to last year, it is a good indicator of increased activity. We are doing as well as we can and hoping to keep attracting traffic to our airport.

Mr. Brown announced that Tampa International Airport was scheduled to close at 3:00 p.m. today, due to the storm that is approaching. The Orlando International Airport will continue operations and will continue to monitor the weather.

Chairman Good stated that this is a great and encouraging report and thanked Mr. Brown for the update.

PAGE 6618 DRAFT MINUTES OF THE NOVEMBER 11, 2020, MEETING OF THE GREATER ORLANDO AVIATION AUTHORITY

Before moving on to the Consent Agenda, Chairman Good asked if there were speakers for any of the Consent Agenda items. Mr. Gerber responded in the affirmative and informed the Board that there were 7 speakers on Consent Agenda Item M.

CONSENT AGENDA 6. Item M was considered separately. Upon motion by Vice Chair Martinez, second by Mayor Dyer, vote carried to adopt a resolution as follows: It is hereby resolved by the Greater Orlando Aviation Authority Board that the following Consent Agenda items are approved, accepted, and adopted and execution of all necessary documents is authorized by the Aviation Authority's Officers or Chief Executive Officer: A. accept for filing the following minutes: September 21, 2020, Concessions/Procurement Committee; September 8, 2020, Construction Finance Oversight Committee; June 30, 2020, Construction Committee; B. accept the recommendation 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; C. accept the recommendation of the Construction Committee to: (1) approve Amendment No. 4 to Addendum No. 10 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Hensel Phelps Construction for BP No. S00154, South Terminal C, Phase 1, Fueling System (GMP No. 11- S) at the Orlando International Airport, for a total negotiated deductive GMP Amendment amount of ($1,483,861), which includes a deductive amount of ($274,042) for CM@R Contingency, a deductive amount of ($1,116,186) for Owner Contingency, a deductive amount of ($9,789) for Performance and Payment Bonds, and a deductive amount of ($83,844) for the CM@R’s Fee (6.031%), resulting in a revised GMP amount of $32,394,501, with funding credited to General Airport Revenue Bonds (Fuel) and (2) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel [FILED DOCUMENTARY NO. 100929]; D. accept the recommendation of the Construction Committee to: (1) approve an Addendum to the Continuing Environmental Engineering Consulting Services Agreement with Terracon Consultants, Inc. for Abatement and Air Monitoring Services at the APM Station outside of the West Security Checkpoint at the Orlando International Airport, for the total amount of $324,687, which includes the not-to-exceed fee amount of $90,987 and the not-to-exceed reimbursable expense amount of $233,700, with funding from previously-approved Capital Expenditure Funds and (2) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel [FILED DOCUMENTARY NO. 100930]; E. accept the recommendation of the Construction Committee to: (1) approve Change Order No. BP-00483-03 in the amount of $0, a 175 calendar day time extension to Substantial Completion, and a 63 calendar day time extension to Final Completion, with funding as outlined in Attachment A (copy on file); (2) approve Change Order No. BP- 00486-08 in the deductive amount of ($1,260,177.69) and a 96 calendar day time PAGE 6619 DRAFT MINUTES OF THE NOVEMBER 11, 2020, MEETING OF THE GREATER ORLANDO AVIATION AUTHORITY extension to Substantial Completion, and request Orlando City Council and Federal Aviation Administration (FAA) concurrence (as required because of FAA funding), with funding as outlined in Attachment A; (3) approve Change Order No. BP-S00132-09 in the amount of $2,783,933 and a 365 calendar day time extension to Substantial Completion, with funding as outlined in Attachment A; (4) approve Change Order No. BP-S00132-10 in the amount of $1,000,000 and no time extension, with funding as outlined in Attachment A; (5) approve Change Order No. V-00943-05 in the amount of $908.93 and a 15 calendar day time extension to Substantial Completion, with funding as outlined in Attachment A; and, (6) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the change order(s) following satisfactory review by legal counsel; F. accept the recommendation of the Construction Committee to: (1) approve a No-Cost Addendum to the Continuing Horizontal Construction Services Agreement with Carr & Collier, Inc. to exercise the first one-year renewal option and extend the Agreement to March 13, 2022; (2) approve a No-Cost Addendum to the Continuing Horizontal Construction Services Agreement with Cathcart Construction Company – Florida, LLC to exercise the first one-year renewal option and extend the Agreement to March 13, 2022; (3) approve a No-Cost Addendum to the Continuing Horizontal Construction Services Agreement with Gibbs & Register, Inc. to exercise the first one- year renewal option and extend the Agreement to March 13, 2022; (4) approve a No-Cost Addendum to the Continuing Horizontal Construction Services Agreement with Prime Construction Group, Inc. to exercise the first one-year renewal option and extend the Agreement to March 19, 2022; (5) approve a No-Cost Addendum to the Continuing Horizontal Construction Services Agreement with The Middlesex Corporation to exercise the first one-year renewal option and extend the Agreement to March 13, 2022; (6) approve a No-Cost Addendum to the Continuing Horizontal Construction Services Agreement with Valencia Construction Group, Inc. to exercise the first one-year renewal option and extend the Agreement to March 20, 2022; and, (7) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel [FILED DOCUMENTARY NO. 100931-100936]; G. accept the recommendation of the Construction Finance Oversight Committee to (1) authorize funding transfer for Project G-00035 in the amount of $50,215, with funding as outlined in Attachment A (copy on file) and (2) request Orlando City Council concurrence for this non-budgeted expenditure. H. accept the recommendation of the Professional Services Committee to: (1) approve an Addendum to the IT Consulting Services Agreement with Faith Group Consulting, LLC for C-Cure 9000 Version 2.8 Software Upgrade at the Orlando International Airport, for a total lump sum fee amount of $499,916.60, with funding from previously-approved Capital Expenditure Funds and (2)authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel [FILED DOCUMENTARY NO. 100937]; I. accept the recommendation of the Professional Services Committee to: (1) approve the ranking of the firms for PS-647, Advertising Production Services at the Orlando International Airport and Orlando Executive Airport, as follows: First – Six Degrees Marketing Insights and Creative LLC dba SIX The Agency; Second – Fry Hammond Barr, Inc. dba &Barr; Third – Starmark International; and, Fourth – Evok Advertising and Design, Inc.; (2) authorize negotiations with the first-ranked firm in accordance

PAGE 6620 DRAFT MINUTES OF THE NOVEMBER 11, 2020, MEETING OF THE GREATER ORLANDO AVIATION AUTHORITY with the Aviation Authority’s policy, and if those negotiations are unsuccessful, negotiate with the other firms in their ranked order; and (3) upon reaching agreement with the successful proposer, present the final agreement terms to the Aviation Authority Board for consideration for PS-647, Advertising Production Services, at the Orlando International Airport and Orlando Executive Airport; J. accept the recommendation of the Concessions/Procurement Committee to: (1) approve Amendment No. 3, Second Renewal Option for Purchasing Contract 13-17 Predictive Maintenance and Vibration Analysis Services at Orlando International Airport with Corelusa Plant Services, Inc., beginning June 1, 2021 and ending May 31, 2022; (2) authorize funding from the Operations and Maintenance Fund in the not-to- exceed amount of $112,900; and (3) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel [FILED DOCUMENTARY NO. 100938]; K. accept the recommendation to: (1) approve a Fire Training Services Contract with Florida State College at Jacksonville for live fire training for the Aviation Authority’s ARFF personnel; (2) authorize funding from the Operations and Maintenance Fund in the not-to-exceed amount of $38,130; and (3) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents, following satisfactory review by legal counsel [FILED DOCUMENTARY NO. 100939]; and L. accept the recommendation of the Ad Hoc Committee (PS-643) to: (1) approve the Committee’s selection of Heffley and Associates for State Governmental Relation Consultants; (2) authorize negotiations with Heffley and Associates; and (3) upon reaching an agreement with the successful proposer, present the final agreement terms to the Aviation Authority Board for consideration for PS-643, State Governmental Relation Services.

Chairman Good asked Mr. Gerber to review the framework for public comments. Mr. Gerber explained that there were 7 speaker requests for Consent Agenda Item M. Mr. Brown will present the item. After his presentation and before Board consideration, Mr. Gerber will identify each pre-registered speaker. Each speaker will be given 2 minutes to provide their comments. Mr. Gerber reminded those speaking today to avoid repetition and to please consolidate any similar points of view.

RECOMMENDATION OF THE CHIEF EXECUTIVE OFFICER TO ESTABLISH THE POSITION OF CHIEF ADMINISTRATIVE OFFICER 6. Mr. Brown stated that there has been departures of several key personnel in Concessions, Commercial Properties and Administration; therefore, it is imperative to combine the oversight of a number of functions in order to insure effective operations at the Aviation Authority.

The objective is to oversee the overall activities of Concessions, Small Business Development, Public Records, and Title VI functions of the Aviation Authority, as well as development and implementation of goals for assigned areas that result in the efficient and effective accomplishment of strategic and tactical objectives. In addition, part of the objective is to provide oversight of our safety program for the

PAGE 6621 DRAFT MINUTES OF THE NOVEMBER 11, 2020, MEETING OF THE GREATER ORLANDO AVIATION AUTHORITY

Automated People Movers and legal advice and analysis to the assigned departments, under the supervision of General Counsel.

Mr. Brown recommended the establishment of the position of Chief Administrative Officer (CAO) and nominated Ms. Yovannie Rodriguez, Esquire. Ms. Rodriguez served as the former Deputy General Counsel for the Aviation Authority. She left the firm Marchena and Graham last October and established her own firm. Since August of this year, she serves as the current Interim Senior Director of Concessions and Commercial Properties and has been instrumental to assist with various administrative, permitting, and concessions matters. She has been a member of the Florida Bar since 1999. She has in-depth experience with the Aviation Authority’s diversity programs, infrastructure development, contract documents, risk management, and insurance and bonding plans, as well as in other areas.

Her annual salary would be $225,014.40. Funding is available through previously- approved Operations and Maintenance Fund.

Mr. Brown respectfully requested that the Aviation Authority Board resolve to: (1) establish the position of Chief Administrative Officer under Organizational Policy, Section 110.05 in salary grade Level 3 (E3) and (2) accept the Chief Executive Officer’s recommendation to nominate and appoint Ms. Yovannie Rodriguez as Chief Administrative Officer.

Chairman Good asked Mr. Gerber to present the speakers. He called Ms. Emily Geary, followed by Ms. Kourtney Monroe who spoke in opposition of the recommended action. He then called Mr. Delaun Stokes who also spoke in opposition of the recommended action, and accused Mr. Gerber of lying at a previous meeting. Chairman Good interjected and stated that, even though he appreciates the speakers’ comments, he will not allow anyone to call our General Counsel a liar. This is out of order and it is not proper. Chairman Good continued by stating that Mr. Gerber is a well-respected and acclaimed attorney.

Moving on, Mr. Gerber called Mr. Cody Hughes, Ms. Carmen Arroyo, and Ms. Hilda Renteria Hernandez, all who spoke in opposition of the recommended action.

Mr. Gerber raised a point of order in regards to parliamentary procedures. He communicated that there is a time for public comments on specific items coming before the Aviation Authority Board. Public personal attacks on someone like Ms. Rodriguez, are not in keeping with the measures of decorum that the Aviation Authority has during these type of meetings. Ms. Rodriguez is an outstanding candidate for this position. She has demonstrated professionalism, experience, ethics, and compassion. As a reminder for all future speakers, public decorum will be appropriately given at these meetings.

Upon motion by Mayor Dyer, second by Vice Chair Martinez, vote carried to approve the recommendation of the Chief Executive Officer, as presented.

PAGE 6622 DRAFT MINUTES OF THE NOVEMBER 11, 2020, MEETING OF THE GREATER ORLANDO AVIATION AUTHORITY

Mayor Demings asked Mr. Brown for an update regarding HMS Host advertising for vacant positions and if furloughed/terminated employees are able to re-apply for work. Mr. Brown indicated that Mr. Gerber received communication from HMS Host’s general counsel and, as of last Friday, there have been five (5) furloughed/terminated employees that have been re-hired. Mr. Brown added that there are some requests pending for HMS Host to reopen some of their facilities.

The Chairman called for a recess from 3:07 p.m. – 3:09 p.m.

Mr. Gerber indicated that there was one more speaker left that was not called. He then called Ms. Maria Gonzalez who also spoke against the recommended action.

Chairman Good reiterated that the motion passed.

Mr. Brown indicated that there are three (3) New Business items. The first two items deal with South Terminal C, Phase 1. Because there are no speakers for any of the two items, he requested one motion for both items.

RECOMMENDATION OF THE CONSTRUCTION COMMITTEE TO APPROVE AMENDMENT NO. 9 TO ADDENDUM NO. 13 TO THE CONSTRUCTION MANAGEMENT AT RISK (CM@R) ENTITY SERVICES FOR SOUTH TERMINAL C, PHASE 1, AGREEMENT WITH HENSEL PHELPS CONSTRUCTION, FOR PROJECT BID PACKAGE (BP) NO. S00144, SOUTH TERMINAL C, PHASE 1, AIRSIDE TERMINAL ENCLOSURES AND EXTERIOR FINISHES (GUARANTEED MAXIMUM PRICE (GMP) NO. 6-S.2) AT THE ORLANDO INTERNATIONAL AIRPORT 6. Mr. Brown stated that on March 19, 2017, Hensel Phelps Construction (Hensel Phelps) was awarded the CM@R contract for the South Terminal C, Phase 1 program. On June 20, 2018, the Aviation Authority Board approved Addendum No. 13 to the CM@R for the South Terminal C, Phase 1 Agreement with Hensel Phelps for BP No. S00144, Airside Terminal Enclosures and Exterior Finishes (GMP No. 6-S.2), for a total negotiated GMP amount of $104,107,463. Since 2018, the Aviation Authority Board approved Amendment Nos. 1 through 8, resulting in a revised GMP amount of $121,152,912.

The amendment presented for approval today, increases the Owner Contingency to fund added costs resulting from design bulletins and contingency requests, which are outstanding. There is no impact to the program schedule as work will be completed by February 2022. If this amendment is approved, the revised GMP amount will be $123,821,291.

The proposed GMP amendment to BP No. S00144 does not have any impact on the small business participation.

The fiscal impact is $2,668,379 with funding from General Airport Revenue Bonds and Passenger Facility Charges to the extent eligible.

PAGE 6623 DRAFT MINUTES OF THE NOVEMBER 11, 2020, MEETING OF THE GREATER ORLANDO AVIATION AUTHORITY

It was respectfully requested that the Aviation Authority Board resolve to accept the recommendation of the Construction Committee to: (1) approve Amendment No. 9 to Addendum No. 13 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Hensel Phelps Construction, for BP No. S00144, South Terminal C, Phase 1, Airside Terminal Enclosures and Exterior Finishes (GMP No. 6-S.2) at the Orlando International Airport, for a total negotiated GMP Amendment amount of $2,668,379, which includes $2,500,000 for Owner Contingency, $17,604 for Performance and Payment Bond, and $150,775 for the CM@R Fee (6.031%), resulting in a revised GMP amount of $123,821,291, with funding from Passenger Facility Charges to the extent eligible and General Airport Revenue Bonds and (2) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel [FILED DOCUMENTARY NO. 100940].

Motion taken at the end of Item 7

RECOMMENDATION OF THE CONSTRUCTION COMMITTEE TO APPROVE AMENDMENT NO. 8 TO ADDENDUM NO. 16 TO THE CONSTRUCTION MANAGEMENT AT RISK (CM@R) ENTITY SERVICES FOR SOUTH TERMINAL C, PHASE 1, AGREEMENT WITH HENSEL PHELPS CONSTRUCTION, FOR PROJECT BID PACKAGE (BP) NO. S00168, SOUTH TERMINAL C, PHASE 1, AIRSIDE TERMINAL INTERIORS, FINISHES AND SPECIALTIES (GUARANTEED MAXIMUM PRICE (GMP) NO. 6-S.4) AT THE ORLANDO INTERNATIONAL AIRPORT

7. Moving on, Mr. Brown stated that the background information for Hensel Phelps Construction (Hensel Phelps) is the same as on the previous item. This item addresses BP No. S00168 (GMP No. 6-S.4), Airside Terminal Interiors, Finishes and Specialties, for a total negotiated GMP amount of $59,922,390, which was approved in October 10, 2018. Since, the Aviation Authority Board approved Amendment Nos. 1 through 7, resulting in a revised GMP amount of $57,454,135.

The amendment presented today funds the Baggage Handling System (BHS) canopies and components, which is the scope added to this GMP. There is no impact to the program schedule as work will be completed by February 2022. With the approval of Amendment No. 8, the revised GMP amount will be $60,219,924.

Using visual aids (copy on file), Mr. Brown presented an aerial view of the locations of the canopies.

For this amendment, Hensel Phelps proposes 58% MWBE and 16% LDB/VBE participation on BP No. S00168 for Construction Services. Hensel Phelps is committed to the established small business goals of 20% MWBE and 4% LDB participation for Construction Services. Currently, Hensel Phelps’s estimated cumulative achievement for the overall program is 26% MWBE and 7% LDB/VBE participation for Construction Services.

The fiscal impact is $2,765,789 with funding from Passenger Facility Charges to the extent eligible and General Airport Revenue Bonds.

PAGE 6624 DRAFT MINUTES OF THE NOVEMBER 11, 2020, MEETING OF THE GREATER ORLANDO AVIATION AUTHORITY

It was respectfully requested that the Aviation Authority Board resolve to accept the recommendation of the Construction Committee to: (1) approve Amendment No. 8 to Addendum No. 16 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Hensel Phelps Construction, for BP No. S00168, South Terminal C, Phase 1, Airside Terminal Interiors, Finishes and Specialties (GMP No. 6-S.4) at the Orlando International Airport, for a total negotiated GMP Amendment amount of $2,765,789, which includes $2,045,361 for Direct Cost of Work, $422,508 for Allowances, $98,715 for Owner Contingency, $24,679 for CM@R Contingency, $18,247 for Performance and Payment Bond, and $156,279 for the CM@R Fee (6.031%), resulting in a revised GMP amount of $60,219,924, with funding from Passenger Facility Charges to the extent eligible and General Airport Revenue Bonds and (2) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel.

Upon motion by Mayor Dyer, second by Mayor Demings, vote carried to approve the recommendation of the Construction Committee for Items 6 and 7, as presented [FILED DOCUMENTARY NO. 100941].

RECOMMENDATION OF THE CONCESSIONS/PROCUREMENT COMMITTEE TO APPROVE AMENDMENT NO. 4, CONTRACT ADJUSTMENT TO PURCHASING CONTRACT 01-17, AUTOMATED PEOPLE MOVER OPERATION AND MAINTENANCE, AT ORLANDO INTERNATIONAL AIRPORT WITH CRYSTAL MOVER SERVICES, INC.

8. Proceeding to the next item, Mr. Brown indicated Purchasing Contract 01- 17, Automated People Mover (APM) Operation and Maintenance, with Crystal Mover Services, Inc. (CMSI), requires CMSI to furnish all repair parts, materials, consumables, tools, manuals, training, management, supervision, and skilled labor as necessary for the Operations and Maintenance of the Aviation Authority’s Automated People Mover (APM) system for Airside 1, Airside 3 and the South APM Complex. The Operations and Maintenance services shall be provided on a twenty-four (24) hour per day, seven (7) day per week basis throughout the term of the contract and in accordance with the contract specifications.

The initial term of the contract began on September 26, 2017, and expired on September 25, 2022, with the Aviation Authority having two (2) options to renew the contract for an additional period of five (5) years each.

In September 2013, when the contract was bid, it provided yearly constant unadjusted/non-escalated lump sum fixed pricing for each year of the contract and each year of the renewal options for APM Operations and Maintenance. It was stipulated that the provided pricing would subsequently be escalated per year, per the Operations and Maintenance Specifications (OMS).

Based on OMS 3.22.1 Economic Price Adjustment (EPA), the annual lump sum fixed prices for Labor and Parts and Materials shall be adjusted for inflation at the beginning of each year of the Operations and Maintenance contract. Labor shall be adjusted to the latest published Employment Cost Index (NAICS). Parts and Materials shall be adjusted

PAGE 6625 DRAFT MINUTES OF THE NOVEMBER 11, 2020, MEETING OF THE GREATER ORLANDO AVIATION AUTHORITY according to the ratio of the latest Machinery and Equipment Index, and Metal Products Index. Both indexes are adjusted as published by the U.S Bureau of Labor Statistics. Based on this information, Amendment No. 4 reflects an Employment Cost Index factor of 1.1481, and a Machinery and Equipment and Metal Products Producer Price Index factor of 1.0271. These index factors adjust the contract base bid to current year values resulting in a contract adjustment of $628,435.

On July 15, 2020, the Aviation Authority approved a price adjustment to Purchasing Contract No. 01-17, APM Operation and Maintenance with CMSI, in a not-to-exceed amount of $561,293 for contract Year 3. There was a scrivener’s error on the recommended action, which stated that the price adjustment was through September 26, 2021. The recommendation should have read September 25, 2020.

On October 19, 2020, the Concessions/Procurement Committee approved staff’s recommendation to approve Amendment No. 4 for a contract adjustment in the not-to- exceed amount of $628,435, through September 25, 2021.

The contractor has performed satisfactorily.

At the time of award a 1.75% MWBE and 4.6% LDB/VBE participation was established. The Small Business Development Department certifies that the vendor is in good standing as it relates to small business participation. The same small business participation requirement will apply to this amendment.

The fiscal impact is in the not-to-exceed amount of $628,435, through September 25, 2021. Funding required in the current and subsequent fiscal year will be allocated from the Operations and Maintenance Fund as approved through the budget process and when funds become available.

It was respectfully requested that the Aviation Authority Board resolve to accept the Concessions/Procurement Committee’s recommendation to (1) approve Amendment No. 4, Contract Adjustment to Purchasing Contract 01-17, Automated People Mover Operation and Maintenance, at Orlando International Airport with Crystal Mover Services, Inc. through September 25, 2021; (2) authorize funding in the not-to-exceed amount of $628,435 from the Operations and Maintenance Fund; and (3) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents, following satisfactory review by legal counsel.

Chairman Good asked if the Board had any questions or comments regarding this item. There was no response to his inquiry.

Upon motion by Vice Chair Martinez, second by Mayor Dyer, vote carried to approve the recommendation, as presented. [FILED DOCUMENTARY NO. 100942].

Before closing the meeting, Mr. Brown introduced and congratulated Ms. Yovannie Rodriguez, newly appointed Chief Administrative Officer, who thanked the Board members and Mr. Brown for the confidence and opportunity vested on her. PAGE 6626 DRAFT MINUTES OF THE NOVEMBER 11, 2020, MEETING OF THE GREATER ORLANDO AVIATION AUTHORITY

Moving on, Mr. Brown stated that September 20, 1982 was an important day in the history of Aviation Authority. It was the day a young Administrative Aid, named Dayci Santiago, better known now as Dayci Burnette-Snyder, first set foot in the Aviation Authority. She has become an institutional icon in this airport. Today marks her last Board meeting, as she is retiring after 38 years of service. Ms. Burnette-Snyder thanked Mr. Brown for his kind words and expressed her gratitude for all the opportunities earned at the Aviation Authority. She wished the best to the organization.

Vice Chair Martinez thanked Ms. Burnette-Snyder on behalf of the Board for all her help with Board matters, hard work, and dedication to the airport.

In addition, Mr. Brown introduced Ms. Larissa Bou, Manager of Board Services and Ms. Anna Farmer, Executive Assistant to the Chief Executive Officer.

ADJOURNMENT 9. There being no further business to be considered, Chairman Good adjourned the meeting at 3:25 p.m. (Digitally signed on, 2020)

______Larissa Bou Phillip N. Brown Manager of Board Services Chief Executive Officer

PAGE 6627

GREATER ORLANDO AVIATION AUTHORITY ______Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

MEMORANDUM

TO: Members of the Aviation Authority

FROM: Larissa Bou, Manager of Board Services

DATE: December 9, 2020

ITEM DESCRIPTION

Recommendation to Accept Aviation Authority Committee Minutes

BACKGROUND

The following Aviation Authority Committee meeting minutes are provided in conjunction with the agenda package for the board meeting:

1. October 13, 2020, Construction Finance Oversight Committee 2. July 28, 2020, Design Review Committee 3. August 25, September 1, Septmeber 22, and September 29, 2020, Professional Services Committee

The minute’s package is provided under separate cover on the website at: www.orlandoairports.net

RECOMMENDED ACTION

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

CONSENT AGENDA ITEM - A -

GREATER ORLANDO AVIATION AUTHORITY

Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4392

MEMORANDUM

TO: Members of the Aviation Authority

FROM: Denise K. Schneider, Assistant Director of Purchasing & Material Control

DATE: December 9, 2020

ITEM DESCRIPTION

Recommendation to Dispose of Surplus Property

BACKGROUND

The Greater Orlando Aviation Authority is permitted to dispose of property that is no longer necessary, useful or profitable.

ISSUES

The Airport Facilities Bond Resolution and Aviation Authority Policies and Procedures Section 450.05, Disposal of Surplus Property, Scrap and Trash, and Section 450.11, Property Control, permit the Aviation Authority to dispose, for fair and reasonable value at any time, any property constituting part of the Airport System which the Aviation Authority and City of Orlando determine, by Resolution, not necessary, useful or profitable.

The Aviation Authority Staff recommends disposal of property items as summarized below, in accordance with Aviation Authority policies.

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

ALTERNATIVES

The Aviation Authority could hold the property for future disposal.

FISCAL IMPACT

None.

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 – B – ASSETS NEEDING BOARD APPROVAL FOR DECEMBER 2020 MEETING

ASSET # TAG # GOAA GENERAL 118778 50996 COMPUTER, NOKIA IP530, W/4 ETHERNET PORTS 118153 50999 UPS, APC MODEL #2200RMXLNET PO: 80488 55039 Device, Line Interface, PVN for VoIP, 48 Port, Phybridge, Inc. Model #LB-UA2348 PO: 76977 53806 Supplier Item:#OS6850-P24 Chassis OS6600 w/DES,3DES, RC2, RC4 and PoE, 24 Port, 10/100, Alcatel #OS6600-P24 117630 51295 UPS, SMART, APC, MODEL SU1400RMXLNET PO:1003610 55387 Switch, 2520 Connected Grid, Cisco #CGS-2520-24TC PO: 81001 52275 UPS, APC "Smart-UPS XL", 2200VA, Tower/Rack Convertible Network Package for Wiring Closets, Model SUA2200XL-NETPKG 123116 54597 Switch, 8 10/100, Cisco w/ 2-trncvr, & 1-exp mod, & 1-rack mt kit (DMS 5) PO: 80488 55034 Device, Line Interface, PVN for VoIP, 48 Port, Phybridge, Inc. Model #LB-UA2348 PO: 80488 55025 Device, Line Interface, PVN for VoIP, 48 Port, Phybridge, Inc. Model #LB-UA2348 PO: 80488 55035 Device, Line Interface, PVN for VoIP, 48 Port, Phybridge, Inc. Model #LB-UA2348 PO: 80488 55001 Device, Line Interface, PVN for VoIP, 24 Port, Phybridge, Inc. Model #LB-UA2324 PO: 1003610 55388 Switch, 2520 Connected Grid, Cisco #CGS-2520-24TC PO: 1003610 55384 Switch, 2520 Connected Grid, Cisco #CGS-2520-24TC PO: 1003610 55389 Switch, 2520 Connected Grid, Cisco #CGS-2520-24TC PO: 1001797 50834 Chassis, OS6850, 48 Port, 10/100/1000 BaseT/BaseX PO: 80488 55003 Device, Line Interface, PVN for VoIP, 24 Port, Phybridge, Inc. Model #LB-UA2324 PO: 80488 55031 Device, Line Interface, PVN for VoIP, 48 Port, Phybridge, Inc. Model #LB-UA2348 PO: 1003905 55739 Junos Pulse Gateway 6611, Juniper #MAG6611 122168 52140 UPS, APC "SMART-UPS" RACK MOUNT, MODEL # SURTD5000RMXLT3U 111451 51677 OSCILLOSCOPE, TEKTRONIX, TDS-220, 100MHZ, DIGITAL REAL TIME

ASSET # TAG # MOTOR POOL 122821 71849 Vehicle, bus, 26ft, small cutaway low floor, Arboc, Spirit of Mobility 122823 71852 Vehicle, bus, 26ft, small cutaway low floor, Arboc, Spirit of Mobility 122956 71872 Vehicle, bus, 26ft, small cutaway low floor, Arboc, Spirit of Mobility 122958 71874 Vehicle, bus, 23ft, small cutaway low floor, Arboc, Spirit of Mobility 120867 71756 FORK LIFT STACKER, ELECTRIC PRESTO LIFT, W/BATTERY & CHARGER 110571 71120 TRUCK, FORD F150 PICKUP 118150 71445 TRAILER, ALLMAND ECLIPSE ARROW BOARD 121412 71775 MOWER, JOHN DEERE, MODEL CX-15 BATWING DECK 121413 71779 MOWER, JOHN DEERE, MODEL CX-15 BATWING DECK 123243 71907 Vehicle, 2012 pickup, Ford, F-150 131523 72007 Vehicle, Toyota Prius 2015, white w/Seat Trim 110438 70838 TRUCK, FORD F250, 1FTHF25HXPNB10644 110436 70834 TRUCK, PIERCE 1500, FIRE, PUMPER (** ENGINE 88 **)

GREATER ORLANDO AVIATION AUTHORITY ______Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

MEMORANDUM

TO: Members of the Aviation Authority

FROM: David M. Patterson, Chairman, Construction Committee

DATE: December 9, 2020

ITEM DESCRIPTION

Recommendation of the Construction Committee to Approve Amendment No. 4 to Addendum No. 15 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner-Kiewit Joint Venture, for Project Bid Package (BP) No. S00170, South Terminal C, Phase 1, Underground Electrical Distribution (Guaranteed Maximum Price (GMP) No. 5-S.6) at the Orlando International Airport

BACKGROUND

The South Terminal C, Phase 1, Program provides for a world-class domestic and international airport terminal building, consisting of a new airside terminal with up to 24 airline gates and a landside terminal with both secure and non-secure areas, and may include, but is not limited to, all associated improvements and infrastructure required or related thereto, such as site work, roadways, aprons, runways, taxiways, other airfield work, utilities, landscaping, lighting, walkways, pedestrian bridges, expansion of the parking garage, a new and/or expanded chiller plant, aircraft loading bridges, and all interior design, such as concessions planning, ticketing, and security improvements, and baggage handling systems.

On May 18, 2016, the Aviation Authority Board approved the award of a Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner-Kiewit Joint Venture for the South Terminal C, Phase 1, Program at the Orlando International Airport.

Under the CM@R Agreement, the CM@R is entitled to reimbursement and compensation for the following, upon acceptable performance:

• Direct cost of the work is the actual cost for the subcontractor costs, direct labor, materials, and equipment required to construct the work,

• Allowances are estimated dollar amounts that are separately identified in a GMP for the purpose of encumbering funds to cover certain costs that are not completely defined when the GMP is approved, but may be necessary to complete the Project. An allowance means that the scope is not fully known or additional review is needed to determine whether the item is reimbursable,

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

• CM@R Contingency is the negotiated amount or percentage of the Cost of the Work to be utilized for over-budget buyout of the work and for increases in the cost due to unforeseen circumstances relating to construction of the project, except when deemed the responsibility of the Owner in accordance with the Agreement,

CONSENT AGENDA ITEM – C – • Owner Contingency is an amount or percentage of the Cost of the Work to be utilized by the Owner for items deemed the responsibility of the Owner in accordance with the Agreement,

• Performance and Payment rate set forth in the CM@R Contract is 0.664%, and

• The CM@R Fee covers the CM@R’s overhead, profit and all other costs not reimbursable under the CM@R Contract. For Turner-Kiewit Joint Venture, the CM@R Fee is 4.211%.

Cost of allowances, contingencies and insurance will not be incurred until approved by the Aviation Authority.

On June 20, 2018, the Aviation Authority Board approved Addendum No. 15 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner-Kiewit Joint Venture for BP No. S00170, South Terminal C, Phase 1, Underground Electrical Distribution (GMP No. 5-S.6) at the Orlando International Airport, for a total negotiated GMP amount of $40,534,012.

On September 18, 2019, the Aviation Authority Board approved Amendment No. 1 to Addendum No. 15 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner-Kiewit Joint Venture for BP No. S00170, South Terminal C, Phase 1, Underground Electrical Distribution (GMP No. 5-S.6) at the Orlando International Airport, for a total negotiated GMP Amendment amount of $2,025,918, resulting in a revised GMP amount of $42,559,930.

On October 16, 2019, the Aviation Authority Board approved Amendment No. 2 to Addendum No. 15 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner-Kiewit Joint Venture for BP No. S00170, South Terminal C, Phase 1, Underground Electrical Distribution (GMP No. 5-S.6) at the Orlando International Airport, for a total negotiated GMP Amendment amount of $3,538,793, resulting in a revised GMP amount of $46,098,723.

On January 15, 2020, the Aviation Authority Board approved Amendment No. 3 to Addendum No. 15 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner-Kiewit Joint Venture for BP No. S00170, South Terminal C, Phase 1, Underground Electrical Distribution (GMP No. 5-S.6) at the Orlando International Airport, for a total negotiated GMP Amendment amount of $4,682,793, resulting in a revised GMP amount of $50,781,516.

The scope of BP No. S00170 includes primary power and emergency power distribution ductbanks and associated manholes for four main ductbanks, consisting of the Orlando Utilities Commission (OUC) ductbank, emergency generators A and B, and communications control. The south portion of the OUC power, including the OUC primary switchyard pad and OUC access roads, was bid as an alternate and was previously incorporated into this GMP.

ISSUES

This amendment decreases the contingencies that are no longer needed in this GMP so that the funds can be returned to the Program contingency.

The Owner’s Authorized Representative (i.e., Geotech Consultants International, Inc. dba GCI, Inc.) and Turner-Kiewit Joint Venture have reviewed the current financial status and progress of the work in BP No. S00170, and have determined that, in accordance with the contract documents, it is appropriate at this time to decrease the CM@R Contingency, Owner Contingency, and Performance and Payment Bonds, including the associated CM@R fee amount, as shown below.

Original Current GMP Proposed GMP Proposed GMP GMP Budget Budget* Amendment Revised GMP (A) (B) (C) (D) = (B) + (C) Direct Cost of Work $34,239,548 $46,513,533 $ 0 $46,513,533 Allowances $ 1,692,500 $ 40,000 $ 0 $ 40,000 CM@R Contingency $ 1,796,602 $ 1,216,925 ($ 463,172) $ 753,753 Owner Contingency $ 898,301 $ 621,868 ($ 559,682) $ 62,186 SUBTOTAL: $38,626,951 $48,392,326 ($1,022,854) $47,369,472 Perf. & Payment Bonds $ 269,146 $ 337,190 ($ 7,896) $ 329,294 Fee (4.211%) $ 1,637,915 $ 2,052,000 ($ 43,405) $ 2,008,595 Total GMP Addendum Cost: $40,534,012 $50,781,516 ($1,074,155) $49,707,361

*The Current GMP Balance amount shown in the above table represents the current budget resulting from authorized GMP subcontract awards and other budget reallocations as a result of the GMP buyout process and the awards of CM@R’s contracts and/or purchase orders through the Budget, Buyout and Contingency Management (BBC) requests approved by the Construction Committee through November 3, 2020. The GMP buyout process results in internal cost transfers between the different GMP elements within the GMP without changing the overall GMP amount previously-approved by the Aviation Authority Board.

The proposed deductive GMP Amendment No. 4 does not have any impact on small business participation. With this GMP Amendment No. 4, Turner-Kiewit Joint Venture’s cumulative participation for BP No. S00170 is 26% MWBE and 5% LDB/VBE. Turner-Kiewit Joint Venture is committed to the established small business goals of 20% MWBE and 4% LDB participation for Construction Services. Currently, Turner-Kiewit Joint Venture’s cumulatively awarded participation for the overall program for Construction Services is 19% MWBE and 4% LDB/VBE.

On December 1, 2020, the Construction Committee recommended approval of Amendment No. 4 to Addendum No. 15 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner-Kiewit Joint Venture, for BP No. S00170, South Terminal C, Phase 1, Underground Electrical Distribution (GMP No. 5- S.6), at the Orlando International Airport, as outlined in the memorandum.

ALTERNATIVES

None.

FISCAL IMPACT

The fiscal impact is ($1,074,155). Funding is credited to General Airport Revenue Bonds.

RECOMMENDED ACTION

It is respectfully requested that the Aviation Authority Board resolve to accept the recommendation of the Construction Committee and approve Amendment No. 4 to Addendum No. 15 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner-Kiewit Joint Venture for BP No. S00170, South Terminal C, Phase 1, Underground Electrical Distribution (GMP No. 5-S.6) at the Orlando International Airport, for a total negotiated deductive GMP Amendment amount of ($1,074,155), which includes a deductive amount of ($463,172) for CM@R Contingency, a deductive amount of ($559,682) for Owner Contingency, a deductive amount of ($7,896) for Performance and Payment Bonds, and a deductive amount of ($43,405) for the CM@R’s Fee (4.211%), resulting in a revised GMP amount of $49,707,361, with funding credited to General Airport Revenue Bonds; and authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel.

GREATER ORLANDO AVIATION AUTHORITY ______Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

MEMORANDUM

TO: Members of the Aviation Authority

FROM: David M. Patterson, Chairman, Construction Committee

DATE: December 9, 2020

ITEM DESCRIPTION

Recommendation of the Construction Committee to Approve Amendment No. 4 to Addendum No. 21 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner-Kiewit Joint Venture, for Project Bid Package (BP) No. S00176, South Terminal C, Phase 1, Site Logistics Relocation (Guaranteed Maximum Price (GMP) No. 18-S) at the Orlando International Airport

BACKGROUND

The South Terminal C, Phase 1, Program provides for a world-class domestic and international airport terminal building, consisting of a new airside terminal with up to 24 airline gates and a landside terminal with both secure and non-secure areas, and may include, but is not limited to, all associated improvements and infrastructure required or related thereto, such as site work, roadways, aprons, runways, taxiways, other airfield work, utilities, landscaping, lighting, walkways, pedestrian bridges, expansion of the parking garage, a new and/or expanded chiller plant, aircraft loading bridges, and all interior design, such as concessions planning, ticketing, and security improvements, and baggage handling systems.

On May 18, 2016, the Aviation Authority Board approved the award of a Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement to Turner-Kiewit Joint Venture.

Under the CM@R Agreement, the CM@R is entitled to reimbursement and compensation for the following, upon acceptable performance:

• Direct cost of the work is the actual cost for the subcontractor costs, direct labor, materials, and equipment required to construct the work,

• Allowances are estimated dollar amounts that are separately identified in a GMP for the purpose of encumbering funds to cover certain costs that are not completely defined when the GMP is approved, but may be necessary to complete the Project. An allowance means that the scope is not fully known or additional review is needed to determine whether the item is reimbursable,

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

• CM@R Contingency is the negotiated amount or percentage of the Cost of the Work to be utilized for over-budget buyout of the work and for increases in the cost due to unforeseen circumstances relating to construction of the project, except when deemed the responsibility of the Owner in accordance with the Agreement,

• Owner Contingency is an amount or percentage of the Cost of the Work to be utilized by the Owner for items deemed the responsibility of the Owner in accordance with the Agreement,

CONSENT AGENDA ITEM – D – • Performance and Payment Bond rate set forth in the CM@R Contract is 0.664%, and

• The CM@R Fee covers the CM@R’s overhead, profit and all other costs not reimbursable under the CM@R Contract. For Turner-Kiewit Joint Venture, the CM@R Fee is 4.211%.

Cost of allowances, contingencies and insurance will not be incurred until approved by the Aviation Authority.

On January 16, 2019, the Aviation Authority Board approved Addendum No. 21 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner-Kiewit Joint Venture for BP No. S00176, South Terminal C, Phase 1, Site Logistics Relocation (GMP No. 18-S), at the Orlando International Airport, for a total negotiated GMP amount of $24,989,457.

On April 17, 2019, the Aviation Authority Board approved Amendment No. 1 to Addendum No. 21 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner-Kiewit Joint Venture for BP No. S00176, South Terminal C, Phase 1, Site Logistics Relocation (GMP No. 18-S) at the Orlando International Airport, for a total negotiated GMP Amendment amount of $18,255,224, resulting in a revised GMP amount of $43,244,681.

On August 28, 2019, the Aviation Authority Board approved Amendment No. 2 to Addendum No. 21 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner-Kiewit Joint Venture for BP No. S00176, South Terminal C, Phase 1, Site Logistics Relocation (GMP No. 18-S) at the Orlando International Airport, for a total negotiated GMP Amendment amount of $1,965,228, resulting in a revised GMP amount of $45,209,909.

On February 19, 2020, the Aviation Authority Board approved Amendment No. 3 to Addendum No. 21 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner-Kiewit Joint Venture for BP No. S00176, South Terminal C, Phase 1, Site Logistics Relocation (GMP No. 18-S) at the Orlando International Airport, for a total negotiated GMP Amendment amount of $2,315,450, resulting in a revised GMP amount of $47,525,359.

The scope of BP No. S00176 provides the site work and utilities for the new jobsite office complex, including the installation of ten new modular buildings, and relocation and installation of fourteen existing modular buildings.

ISSUES

This amendment decreases the direct cost of work and contingencies that are no longer needed in this GMP so that the funds can be returned to the Program contingency.

The Owner’s Authorized Representative (i.e., Geotech Consultants International, Inc. dba GCI, Inc.) and Turner-Kiewit Joint Venture have reviewed the current financial status and progress of the work in BP No. S00176, and have determined that, in accordance with the contract documents, it is appropriate at this time to decrease the Direct Cost of Work, CM@R Contingency, Owner Contingency, and Performance and Payment Bonds, including the associated CM@R fee amount, as shown below.

Original GMP Current GMP Proposed GMP Proposed GMP Budget Budget* Amendment Revised GMP (A) (B) (C) (D) = (B) + (C) Direct Cost of Work $22,231,359 $43,572,325 ($ 982,373) $42,589,952 Allowances $ 220,000 $ 0 $ 0 $ 0 CM@R Contingency $ 688,843 $ 186,840 ($ 47,198) $ 139,642 Owner Contingency $ 673,541 $ 1,530,202 ($1,052,869) $ 477,333 SUBTOTAL: $23,813,743 $45,289,367 ($2,082,440) $43,206,927 Perf. & Payment Bonds $ 165,930 $ 315,569 ($ 16,077) $ 299,492 Fee (4.211%) $ 1,009,784 $ 1,920,423 ($ 88,369) $ 1,832,054 Total GMP Addendum Cost: $24,989,457 $47,525,359 ($2,186,886) $45,338,473

*The Current GMP Balance amount shown in the above table represents the current budget as a result of authorized GMP subcontract awards and other budget reallocations as a result of the GMP buyout process and the awards of CM@R’s contracts and/or purchase orders through the Budget, Buyout and Contingency Management (BBC) requests approved by the Construction Committee through November 3, 2020. The GMP buyout process results in internal cost transfers between the different GMP elements within the GMP without changing the overall GMP amount previously-approved by the Aviation Authority Board.

The proposed deductive GMP Amendment No. 4 does not have any impact on small business participation. With this GMP Amendment No. 4, Turner-Kiewit Joint Venture’s cumulative participation for BP No. S00176 is 3% MWBE and 0.3% LDB/VBE. Turner-Kiewit Joint Venture is committed to the established small business goals of 20% MWBE and 4% LDB participation for Construction Services. Currently, Turner-Kiewit Joint Venture’s cumulatively awarded participation for the overall program for Construction Services is 19% MWBE and 4% LDB/VBE.

On December 1, 2020, the Construction Committee recommended approval of Amendment No. 4 to Addendum No. 21 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner-Kiewit Joint Venture for BP No. S00176, South Terminal C, Phase 1, Site Logistics Relocation (GMP No. 18-S) at the Orlando International Airport, as outlined in the memorandum.

ALTERNATIVES

None.

FISCAL IMPACT

The fiscal impact is ($2,186,886). Funding is credited to Customer Facility Charges to the extent eligible, General Airport Revenue Bonds and Aviation Authority Funds.

RECOMMENDED ACTION

It is respectfully requested that the Aviation Authority Board resolve to accept the recommendation of the Construction Committee and approve Amendment No. 4 to Addendum No. 21 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner-Kiewit Joint Venture for BP No. S00176, South Terminal C, Phase 1, Site Logistics Relocation (GMP No. 18-S) at the Orlando International Airport, for a total negotiated deductive GMP Amendment amount of ($2,186,886), which includes a deductive amount of ($982,373) for Direct Cost of Work, a deductive amount of ($47,198) for CM@R Contingency, a deductive amount of ($1,052,869) for Owner Contingency, a deductive amount of ($16,077) for Performance and Payment Bonds, and a deductive amount of ($88,369) for the CM@R’s Fee (4.211%), resulting in a revised GMP amount of $45,338,473, with funding credited to Customer Facility Charges to the extent eligible, General Airport Revenue Bonds and Aviation Authority Funds; and authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel.

GREATER ORLANDO AVIATION AUTHORITY ______Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

MEMORANDUM

TO: Members of the Aviation Authority

FROM: David M. Patterson, Chairman, Construction Committee

DATE: December 9, 2020

ITEM DESCRIPTION

Recommendation of the Construction Committee to Approve Amendment No. 2 to Addendum No. 28 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner-Kiewit Joint Venture, for Project Bid Package (BP) No. S00181, South Terminal C, Phase 1, Ground Transportation Facility (GTF) (Guaranteed Maximum Price (GMP) No. 8-S.1) at the Orlando International Airport

BACKGROUND

The South Terminal C, Phase 1, Program provides for a world-class domestic and international airport terminal building, consisting of a new airside terminal with up to 24 airline gates and a landside terminal with both secure and non-secure areas, and may include, but is not limited to all associated improvements and infrastructure required or related thereto, such as site work, roadways, aprons, runways, taxiways, other airfield work, utilities, landscaping, lighting, walkways, pedestrian bridges, expansion of the parking garage, a new and/or expanded chiller plant, aircraft loading bridges, and all interior design, such as concessions planning, ticketing, and security improvements, and baggage handling systems.

On May 18, 2016, the Aviation Authority Board approved the award of a Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement to Turner-Kiewit Joint Venture.

Under the CM@R Agreement, the CM@R is entitled to reimbursement and compensation for the following, upon acceptable performance:

• Direct cost of the work is the actual cost for the subcontractor costs, direct labor, materials, and equipment required to construct the work,

• Allowances are estimated dollar amounts that are separately identified in a GMP for the purpose of encumbering funds to cover certain costs that are not completely defined when the GMP is approved, but may be necessary to complete the Project. An allowance means that the scope is not fully known or additional review is needed to determine whether the item is reimbursable,

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

• CM@R Contingency is the negotiated amount or percentage of the Cost of the Work to be utilized for over-budget buyout of the work and for increases in the cost due to unforeseen circumstances relating to construction of the project, except when deemed the responsibility of the Owner in accordance with the Agreement,

• Owner Contingency is an amount or percentage of the Cost of the Work to be utilized by the Owner for items deemed the responsibility of the Owner in accordance with the Agreement,

CONSENT AGENDA ITEM – E –

• Performance and Payment Bond rate set forth in the CM@R Contract is 0.664%, and

• The CM@R Fee covers the CM@R’s overhead, profit and all other costs not reimbursable under the CM@R Contract. For Turner-Kiewit Joint Venture, the CM@R Fee is 4.211%.

Cost of allowances, contingencies and insurance will not be incurred until approved by the Aviation Authority.

On January 15, 2020, the Aviation Authority Board approved Addendum No. 28 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner-Kiewit Joint Venture, for BP No. S00181, South Terminal C, Phase 1, Ground Transportation Facility (GTF) (GMP No. 8-S.1), for a total negotiated GMP amount of $49,843,311.

On July 15, 2020, the Aviation Authority Board approved Amendment No. 1 to Addendum No. 28 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner-Kiewit Joint Venture, for BP No. S00181, South Terminal C, Phase 1, Ground Transportation Facility (GTF) (GMP No. 8-S.1), for a total negotiated deductive GMP amount of ($11,378,353), resulting in a revised GMP amount of $38,464,958.

The scope of BP No. S00181 provides for all scopes of work for the Ground Transportation Facility excluding concrete, electrical, low voltage work (awarded as part of GMP No. 8-S), and piles (awarded as GMP No. 5-S.1), for the South Terminal C, Phase 1.

ISSUES

This amendment decreases the allowance for repair and restoration of an existing demising wall at the Ground Transportation Facility.

The Owner’s Authorized Representative (i.e., Geotech Consultants International, Inc. dba GCI, Inc.) and Turner-Kiewit Joint Venture have reviewed the current financial status and progress of the work in BP No. S00181, and have determined that, in accordance with the contract documents, it is appropriate at this time to decrease the Allowances and Performance and Payment Bond, including the associated CM@R fee amount, as shown below.

Original Current GMP Proposed GMP Proposed GMP GMP Budget Balance* Amendment Revised GMP (A) (B) (C) (D) = (B) + (C) Direct Cost of Work $27,699,329 $30,956,557 $ 0 $30,956,557 Unbought Scope $17,453,179 $ 2,932,955 $ 0 $ 2,932,955 Allowances $ 300,375 $ 174,375 ($50,000) $ 124,375 CM@R Contingency $ 1,363,586 $ 2,123,166 $ 0 $ 2,123,166 Owner Contingency $ 681,793 $ 468,189 $ 0 $ 468,189 SUBTOTAL: $47,498,262 $36,655,242 ($50,000) $36,605,242 Perf. & Payment Bonds $ 330,960 $ 255,408 ($ 386) $ 255,022 Fee (4.211%) $ 2,014,089 $ 1,554,308 ($ 2,122) $ 1,552,186 Total GMP Addendum Cost: $49,843,311 $38,464,958 ($52,508) $38,412,450

*The Current GMP Balance amount shown in the above table represents the current budget as a result of authorized GMP subcontract awards and other budget reallocations as a result of the GMP buyout process and the awards of CM@R’s contracts and/or purchase orders through the Budget, Buyout and Contingency Management (BBC) requests approved by the Construction Committee through November 3, 2020. The GMP buyout process results in internal cost transfers between the different GMP elements within the GMP without changing the overall GMP amount previously-approved by the Aviation Authority Board.

The proposed deductive GMP Amendment No. 2 does not have any impact on small business participation. With this GMP Amendment No. 2, Turner-Kiewit Joint Venture’s cumulative participation for BP No. S00181 is 24% MWBE and 4% LDB/VBE. Turner-Kiewit Joint Venture is committed to the established small business goals of 20% MWBE and 4% LDB participation for Construction Services. Currently, Turner-Kiewit Joint Venture’s cumulatively awarded participation for the overall program for Construction Services is 19% MWBE and 4% LDB/VBE.

On December 1, 2020, the Construction Committee recommended approval of Amendment No. 2 to Addendum No. 28 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner-Kiewit Joint Venture, for BP No. S00181, South Terminal C, Phase 1, Ground Transportation Facility (GTF) (GMP No. 8- S.1) at the Orlando International Airport, as outlined in the memorandum.

ALTERNATIVES

None.

FISCAL IMPACT

The fiscal impact is ($52,508). Funding is credited to Customer Facility Charges to the extent eligible and General Airport Revenue Bonds.

RECOMMENDED ACTION

It is respectfully requested that the Aviation Authority Board resolve to accept the recommendation of the Construction Committee and approve Amendment No. 2 to Addendum No. 28 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner-Kiewit Joint Venture, for BP No. S00181, South Terminal C, Phase 1, Ground Transportation Facility (GTF) (GMP No. 8-S.1), for a total negotiated deductive GMP amount of ($52,508), which includes a deductive amount of ($50,000) for Allowances, a deductive amount of ($386) for Performance and Payment Bonds, and a deductive amount of ($2,122) for CM@R’s Fee (4.211%), resulting in a revised GMP amount of $38,412,450, with funding credited to Customer Facility Charges to the extent eligible and General Airport Revenue Bonds; and authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel.

GREATER ORLANDO AVIATION AUTHORITY ______Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

MEMORANDUM

TO: Members of the Aviation Authority

FROM: David M. Patterson, Chairman, Construction Committee

DATE: December 9, 2020

ITEM DESCRIPTION

Recommendation of the Construction Committee to Approve No-Cost Addenda to the Continuing Program and Project Management Services (Owner’s Authorized Representative (OAR) Prime Entity) Agreements to Exercise the Second and Final One-Year Renewal Option

BACKGROUND

On March 15, 2017, the Aviation Authority Board approved Continuing Program and Project Management Services (OAR Prime Entity) Agreements with the following five firms:

• A2 Group, Inc. • AECOM Technical Services, Inc. • Geotech Consultants International, Inc. dba GCI, Inc. • PSA Management, Inc. (fka PSA Constructors, Inc.) • WSP USA, Inc. (fka Parsons Brinckerhoff, Inc.)

These agreements provide for services that may include, but are not limited to, all services necessary for the management of the design and construction of both individual projects and programs consisting of two or more individual projects, including the management of design from planning and conceptual design phase through detailed design, bidding and award of construction contracts; development of design criteria documents, and management of design/build contracts and/or Construction Management at Risk Contracts; management of the construction and commissioning of projects including performing as the OAR; provide material testing, quantity surveying, construction inspection, construction safety compliance inspection, and other services required to verify compliance of construction with contract documents; providing cost estimating, cost control, scheduling, progress reporting, and planning services to support both design and construction activities; and, negotiating contracts for program and project related professional and construction services required from the Aviation Authority’s other consultants and contractors, and all other related services including coordination with the Aviation Authority, its Consultants, the City of Orlando and all agencies having jurisdiction over the Airport. The Services may also include studies and preparation of reports involving scope definition and validation of projects, evaluation and documentation of existing conditions; design, bid/procurement and award, design/build, permitting, construction administration, Master Document support, technical support and review of documents prepared by others, design management support on various Aviation Authority projects and all other related professional services. The services may be required on projects such as new and/or the extension, widening and upgrading of existing runways, taxiways, aprons and other airfield infrastructure; new and/or the extension, widening and upgrading of existing roadways and other transportation infrastructure; new airport facilities and/or the expansion and upgrading of existing airport facilities and related infrastructure; automated people movers (APMs) and intermodal systems and facilities; security; parking revenue control; and, information technology.

The provisions of these continuing program and project management services (OAR prime entity) agreements include a three-year service agreement with optional renewal CONSENT AGENDA ITEM – F – periods of two additional one-year terms upon mutual agreement of the Aviation Authority and the construction firm. The current agreements will expire as follows:

Firm Expiration Date A2 Group, Inc. April 28, 2021 AECOM Technical Services, Inc. June 2, 2021 Geotech Consultants International, Inc. dba GCI, Inc. April 25, 2021 PSA Management, Inc. (fka PSA Constructors, Inc.) April 25, 2021 WSP USA, Inc. (fka Parsons Brinckerhoff, Inc.) May 11, 2021

All five firms have been responsive to the Aviation Authority's needs.

ISSUES

To maintain the continuing program and project management services (OAR prime entity) on an as-needed basis, the second and final one-year renewal option is required for each of the five agreements. In response to the Aviation Authority's notification, each of the construction firms has provided a letter of concurrence of the second and final one-year renewal option of its original agreement.

On November 17, 2020, the Construction Committee recommended approval of a No-Cost Addendum to each of the Continuing Program and Project Management Services (OAR Prime Entity) Agreements to Exercise the Second and Final One-Year Renewal Option, as outlined in the memorandum.

ALTERNATIVES

The Aviation Authority Board could request Staff to advertise for new continuing program and project management (OAR Prime Entity) services.

FISCAL IMPACT

There is no fiscal impact for these addenda. Future addenda will be based on specific tasks of work as assigned with approved funding source.

RECOMMENDED ACTION

It is respectfully requested that the Aviation Authority Board resolve to accept the recommendation of the Construction Committee and (1) approve a No-Cost Addendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with A2 Group, Inc. to exercise the second and final one-year renewal option and extend the Agreement to April 28, 2022; (2) approve a No-Cost Addendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with AECOM Technical Services, Inc. to exercise the second and final one-year renewal option and extend the Agreement to June 2, 2022; (3) approve a No-Cost Addendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International, Inc. dba GCI, Inc. to exercise the second and final one-year renewal option and extend the Agreement to April 25, 2022; (4) approve a No-Cost Addendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with PSA Management, Inc. to exercise the second and final one-year renewal option and extend the Agreement to April 25, 2022; (5) approve a No-Cost Addendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with WSP USA Inc. to exercise the second and final one-year renewal option and extend the Agreement to May 11, 2022; and, (6) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel.

GREATER ORLANDO AVIATION AUTHORITY ______Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

MEMORANDUM

TO: Members of the Aviation Authority

FROM: Davin D. Ruohomaki, Chairman, Professional Services Committee

DATE: December 9, 2020

ITEM DESCRIPTION

Recommendation of the Professional Services Committee to Rank Firms Shortlisted for Specialty Automated People Mover (APM) and Passenger Rail Systems Consulting Services (W420) at the Orlando International Airport

BACKGROUND

On August 23 and 26, 2020, a notice was publicly advertised requesting Letters of Interest (LOIs) for Specialty Automated People Mover (APM) and Passenger Rail Systems Consulting Services (W420) at the Orlando International Airport.

The Proposer must have specific expertise and experience with both APM and passenger rail (i.e., , commuter rail and intercity rail systems) systems and associated infrastructure, including guideway and rail systems, stations, signal, command and control systems, utility systems, maintenance facilities and other infrastructure requirements. The Services will include, but are not limited to, planning, concept development and feasibility studies for new or modernization/ expansion of existing systems; assessment of differing/alternative technologies; cost estimating; preparation of preliminary and final design documents; development of project schedules and budgets; computer modeling and simulation of systems and stations, including platform flows and passenger demand; development of interface criteria and coordination for related facilities; preparation of performance specifications; preparation and/or review of technical documents including design drawings and documents, software documentation, operating and maintenance manuals and test reports; development of procurement methodologies and contract documents, including soliciting and evaluating systems suppliers’ qualifications, technical and cost proposals, proposals for operations and maintenance; contract negotiation; design oversight and technical review, technical monitoring and test oversight during system construction and implementation; supervision/analysis of system verification and acceptance tests; post- operational assessments of system performance in terms of safety, security, and reliability, maintainability and availability; administration of and compliance with the Florida Department of Transportation (FDOT) System Safety Program Plan (SSPP); assistance with evaluation of operations, maintenance, and life cycle cost issues and development of solutions to resolve these issues; and all other related tasks including the extension or integration of APM and/or passenger rail systems into new and existing facilities and properties, including non-contiguous properties operated by the Aviation Authority, and the coordination of APM and/or passenger rail systems with other modes of ground transportation.

The Services may include, but are not limited to, civil, structural, mechanical and electrical engineering design; utilities and infrastructure design; surveying; geotechnical; evaluation and documentation of existing conditions; verification of as- built conditions including field verification of all existing above and underground utilities; cost estimating and scheduling; technical studies; preliminary and final design; permitting; bidding and award; construction administration and resident engineering; and all other related services including coordination with the Aviation

CONSENT AGENDA ITEM – G –

Authority, its Consultants, the City of Orlando, and all agencies having jurisdiction over the Airport.

The submission requirements stated that it is preferred that proposers and their key personnel have prior experience as the prime consultant on a minimum of two similar projects or consulting agreements within the last five years, each involving systems with a minimum construction value of not less than $15 Million.

The Aviation Authority intends, but is not obligated, to enter into a non-exclusive agreement with a minimum of one selected Proposer to perform the required Services. The terms of the agreement shall be for a period of three years with optional renewal periods of two additional one year terms, to be exercised at the discretion of the Aviation Authority and accepted by both parties.

ISSUES

By September 30, 2020, one firm responded to the above-referenced advertisement as follows:

• Lea+Elliott, Inc.

On October 28, 2020, the Professional Services Committee (PSC) met to consider the one LOI. Based on the LOI, staff’s evaluation, and past performance on Aviation Authority projects, the PSC shortlisted Lea+Elliott, Inc. for further consideration.

On November 18, 2020, the PSC met to further consider the shortlisted firm. Lea+Elliott, Inc. was interviewed and evaluated by the PSC based on the following criteria:

 Comprehensive approach  Qualifications and experience of key personnel  Qualifications and experience of firm  Insurance  Licensure  Financial analysis  Claim Information  Reference responses  DBE/MWBE/LDB commitment

The PSC reviewed the firm’s LOI and considered the interview. At the conclusion of the interview and discussion, the PSC recommended the ranking below. It was the consensus of the PSC that the first-ranked firm was the most highly qualified to perform the required services based on past performance, the ability of the team, its willingness to meet time and budget requirements, and its knowledge of the existing facilities based on its site visits, and other factors allowed by the State CCNA Statutes.

First: Lea+Elliott, Inc. (L+E): L+E provided an excellent LOI, which included a very thorough approach and clear understanding of the required services. L+E’s corporate office is located in Miami, FL, and has a local office in Orlando. L+E has been in business for over 48 years. L+E’s project manager has over 32 years of professional experience. The project team has worked successfully together for many years. L+E is the current specialty APM consultant and has performed well during its tenure. L&E’s project experience includes BP-S00100-MCO, APM Operating System for Airsides 1 and 3, and South Terminal C APM Complex, Orlando; APM and Operations and Maintenance Support at Miami International Airport, FL; SkyConnect APM at Tampa International Airport, FL; Landside Access Modernization Program at Los Angeles International Airport, CA; Airport Transit System Modernization and Expansion at Chicago O’Hare International Airport, IL; Rail Access Programs at Dulles/Fort Worth International Airport, TX; Dulles Metrorail Extension to Dulles Airport and Beyond, Washington, D.C.; and Honolulu Rail Transit, HI. L+E provided the required licenses, insurance, and financial information. References provided were from organizations within the aviation and transportation industries, and demonstrated work experience for the required services. L+E received positive responses from all the references. L+E provided the required written action plan to achieve the

MWBE/LDB/DBE participation goals, and its statement of commitment to the Aviation Authority’s MWBE/LDB/DBE programs.

ALTERNATIVES

There are no alternatives to be considered.

FISCAL IMPACT

There is no fiscal impact for the base agreement. Future addenda will be based on specific tasks of work as assigned.

RECOMMENDED ACTION

It is respectfully requested that the Aviation Authority Board resolve to accept the recommendation of the Professional Services Committee and (1) approve the ranking of the firm for Specialty Automated People Mover (APM) and Passenger Rail Systems Consulting Services (W420) at the Orlando International Airport, as follows: First – Lea+Elliott, Inc.; (2) authorize hourly rate negotiations with the first-ranked firm in accordance with the Aviation Authority’s policy; and, (3) subject to successful negotiations with the first-ranked firm: (a) approve a no cost Specialty Automated People Mover (APM) and Passenger Rail Systems Consulting Services Agreement with the first-ranked firm for its negotiated hourly rates; and, (b) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary contract documents following satisfactory review by legal counsel.

GREATER ORLANDO AVIATION AUTHORITY ______Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

MEMORANDUM

TO: Members of the Aviation Authority

FROM: Davin D. Ruohomaki, Chairman, Professional Services Committee

DATE: December 9, 2020

ITEM DESCRIPTION

Recommendation of the Professional Services Committee to Rank Firms Shortlisted for Land Development, Land Planning, and Land Management Consulting Services (W422) at the Orlando International Airport, the Orlando Executive Airport and other facilities operated by the Aviation Authority

BACKGROUND

On August 30, and September 2, 2020, a notice was publicly advertised requesting Letters of Interest (LOIs) for Land Development, Land Planning, and Land Management Consulting Services (W422) at the Orlando International Airport, the Orlando Executive Airport and other facilities operated by the Aviation Authority.

The Services include, but are not limited to, consulting on the use and development of strategic resources, including best practices for land planning, development, and management for the Aviation Authority, including, but not limited to, the East Airfield Development Area and Mud Lake Properties; preparation of necessary procurement bid documents to advance land management activities for the East Airfield Development Area and Mud Lake Properties; special projects and miscellaneous economic and land development support services; land management project administration and implementation and related professional services; assistance with land planning, land development, permitting, land surveying and resource evaluation, economic and strategic planning, intergovernmental negotiation coordination, public/private partnerships; and all other related services related to land development, planning, or management including coordination with the Aviation Authority, its consultants, the City of Orlando, water management districts and all agencies having jurisdiction over the Airport. The Services may also include studies and preparation of reports involving scope definition and validation of projects, evaluation and documentation of existing conditions; bid/procurement and award, permitting, project administration, technical support, land planning support on various Aviation Authority projects and all other related professional services which may be required where the Aviation Authority elects not to solicit letters of interest by means of public advertisement.

The submission requirements stated that it is preferred that proposers and their key personnel have prior experience as the prime consultant on a minimum of three similar service contracts within the last five years with a minimum contract value of not less than $250,000.

The Aviation Authority intends, but is not obligated, to enter into a non-exclusive agreement with a minimum of one selected Proposer to perform the required Services. The terms of the agreement 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.

CONSENT AGENDA ITEM – H -

ISSUES

By October 1, 2020, two firms responded to the above-referenced advertisement as follows (in alphabetical order):

• C&S Engineers, Inc. • Dykes Everett & Company, LLC

On October 22, 2020, the Professional Services Committee (PSC) met to consider the two LOIs. Based on the LOIs, staff’s evaluation, and past performance on Aviation Authority projects, the PSC shortlisted both firms for further consideration.

On November 18, 2020, the PSC met to consider the shortlisted firms. Each of the shortlisted firms was interviewed and evaluated by the PSC based on the following criteria:

 Comprehensive approach  Qualifications and experience of key personnel  Qualifications and experience of firm  Insurance  Licensure  Financial information  Claim Information  Reference responses  DBE/MWBE/LDB commitment

The PSC reviewed each firm’s LOI and considered each interview. At the conclusion of the interviews and discussion, the PSC recommended the ranking below. It was the consensus of the PSC that the first-ranked firm was the most highly qualified to perform the required services based on past performance, the ability of the team, its willingness to meet time and budget requirements, and its knowledge of the existing facilities based on its site visits, and other factors allowed by the State CCNA Statutes.

First: Dykes Everett & Company, LLC (DEC): DEC provided an excellent LOI, which included a very thorough approach and clear understanding of the required services. DEC’s office is located in Maitland, FL. DEC has been in business for over 14 years. DEC’s project manager has over 36 years of professional experience. The project team has worked successfully together for many years. DEC is the current land planning, land development and land management consultant for the Aviation Authority and has performed well during its tenure. DEC’s project experience includes Land Development and Permitting Consulting Services at Orlando International Airport; Land Planning and Management, Rural and Family Lands Protection Program, Geneva, FL; Real Estate Management, Turnaround and Development at various locations in the mid-Atlantic and Southeast U.S. region for BB&T Bank headquartered in Birmingham, AL; Land Management, Land Resource and Natural Resource Development for Winecup Gable Ranch, Wells, NV; Land Planning and Conservation at Historic Lake X State Park, Lake Conlin (Osceola County), FL; and, Land Planning and Development at Christmas Creek Ranch, Orange County, FL. DEC provided the required licenses, insurance, and financial information. References provided were from organizations within the land management, land planning, and land development industries, and demonstrated work experience for the required services. DEC received positive responses from all of the references. DEC is the current land development and land management consultant and has performed well during its tenure. DEC provided the required written action plan to achieve the MWBE/LDB/DBE participation goals, and its statement of commitment to the Aviation Authority’s MWBE/LDB/DBE programs.

Second: C&S Engineers, Inc. (C&S): C&S provided a very good LOI, which included a thorough approach and clear understanding of the required services. C&S’ office is located in Orlando, FL. C&S has been in business for over 52 years. C&S’ project manager has over 11 years of professional experience. The project team has worked successfully together for many years. C&S’ project experience includes On-Call Professional and Comprehensive Planning Consulting Services, Philadelphia Northeast Airports, PA; Land Re-Use Strategy Services, and Comprehensive Asset Management Plan (CAMP) Services, Phoenix Sky Harbor International Airport, AZ; Real Estate Assessment and Strategic Advisory Services, Orlando International Airport, FL; Master Plan Update/Commercial Real Estate Development Strategy, Daytona Beach International Airport, FL; Commercial Market Opportunity Assessment and Implementation Support, Southwest Florida International Airport, Fort Myers, FL; and, Airport Master Plan Update, Land Use Analysis, Lehigh Valley International Airport, Allentown, PA. C&S provided the required licenses, insurance, and financial information. References provided were from organizations within the land management, land planning, and land development industries, and demonstrated work experience for the required services. C&S received positive responses from all of the references. C&S provided the required written action plan to achieve the MWBE/LDB/DBE participation goals, and its statement of commitment to the Aviation Authority’s MWBE/LDB/DBE programs.

ALTERNATIVES

The Aviation Authority Board may send the matter back to committee for further consideration or reject all submittals.

FISCAL IMPACT

There is no fiscal impact for the base agreement. Future addenda will be based on specific tasks of work as assigned.

RECOMMENDED ACTION

It is respectfully requested that the Aviation Authority Board resolve to accept the recommendation of the Professional Services Committee and (1) approve the ranking of the firms for Land Development, Land Planning, and Land Management Consulting Services (W422) at the Orlando International Airport, Orlando Executive Airport and other facilities operated by the Aviation Authority, as follows: First – Dykes Everett & Company, LLC; and, Second – C&S Engineers, Inc.; (2) authorize hourly rate negotiations with the first-ranked firm in accordance with the Aviation Authority’s policy; and, (3) subject to successful negotiations with the first-ranked firm: (a) approve a no cost Land Development, Land Planning, and Land Management Consulting Services Agreement with the first-ranked firm for its negotiated hourly rates; and, (b) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary contract documents following satisfactory review by legal counsel.

GREATER ORLANDO AVIATION AUTHORITY

Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4392

REVISED MEMORANDUM

TO: Members of the Aviation Authority

FROM: Yovannie Rodriguez, Esq., Chief Administrative Officer

DATE: December 9, 2020

ITEM DESCRIPTION

Recommendation to Approve a Pilot “Pop-Up Retail” Opportunity for This Socks! at Orlando International Airport and Authority to Engage in other Temporary Short-Term Agreements

BACKGROUND

As a result of the pandemic, a significant change in the Airport and Concessions market is currently underway. A consolidation of available concessionaires is occurring resulting in challenging leasing opportunities. Several of the Aviation Authority’s retail spaces are closed or empty.

This Socks! is a current retail operator and successful small business operating a retail space in the Main Terminal. This Socks! approached staff with an interest in quickly mobilizing for an in-line opportunity, post security, on a short term basis to serve the Airport passengers through the 2020 holiday season.

Further, staff anticipates the possibility of other opportunities and necessary action to ensure customer convenience and a wide range of retail and food and beverage options during the COVID-19 pandemic.

ISSUES

Staff proposes a pilot Pop-Up Retail opportunity, similar to the Retail Merchandising Unit program. The RMU program, also known as the “cart” or “kiosk” program consists of approximately twelve RMUs, which are pre-fabricated, self-contained units of 50 square feet each. These units are located in each of the four post-security airsides. The primary goal of the program is to provide much needed retail opportunities where there is very limited in-line retail space.

The Pop-Up Retail opportunity is ideal for short-term seasonal concepts or businesses that are community based and showcase the Central Florida economy and culture. The Pop-Up Retail opportunity would be housed in a 470 square foot space on Airside 1. The space is “move-in ready” and would require minimal capital for any fixtures and branding. The Pop-Up Retail opportunity will enhance the retail selection for passengers.

The proposed Pop-Up Retail opportunity space on Airside 1 is currently empty and available. The negotiated Term is upon approval of this item through March 31, 2021.

Other immediate opportunities or necessities may present themselves over time. The Aviation Authority Board may vest the Chief Executive Officer with the authority to enter into concession, management, or other short term agreements, between December 9, 2020, and June 30, 2021, subject to later Board approval.

REVISED CONSENT AGENDA ITEM – I –

ALTERNATIVES

The alternative is not to approve the pilot Pop-Up Retail opportunity to This Socks!.

FISCAL IMPACT

The proposed financial impact for This Socks! is $1,500 or 15% of gross receipts per month, whichever is greater.

RECOMMENDED ACTION

It is respectfully requested that the Aviation Authority Board resolve to (1) approve a pilot “Pop-Up Retail” opportunity for This Socks! at Orlando International Airport for $1,500 or 15% of gross receipts per month, whichever is greater ; (2) authorize the Chief Executive Officer to enter into short term (no more than six months) agreements to operate or manage concessions for the benefit of the Aviation Authority’s customers if an opportunity or need arises between December 9, 2020 and June 30,2020 2021, under reasonable terms, subject to the Aviation Authority Board’s approval at the next reasonable opportunity; and (3) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents, following satisfactory review by legal counsel.

GREATER ORLANDO AVIATION AUTHORITY

Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

MEMORANDUM

TO: Members of the Aviation Authority

FROM: Yovannie Rodriguez, Esq., Chief Administrative Officer

DATE: December 9, 2020

ITEM DESCRIPTION

Recommendation to Revise Property Management Policy, Greater Orlando Aviation Authority Bylaws, Section 130.07, Administration

BACKGROUND

The Aviation Authority’s Property Management Policy 130.07 (Property Management Policy) provides for the management of all property comprising Orlando International Airport (OIA) and Orlando Executive Airport (OEA). The current policy requires a fair market rental value amount for any lease for commercial use at OIA or OEA. For purposes of the current policy, the fair market rental value of property leased for commercial use shall equal 10% of the then fair market value of such property for its highest and best use as established by a qualified appraiser.

ISSUES

Staff has determined that as a result of current market conditions and a sincere need and desire to remain competitive for commercial development, it is in the best interest of the Aviation Authority to amend the Property Management Policy to allow a qualified appraiser to determine the fair market rental value of property leased for commercial use for its highest and best use. Staff believes this revision to the Property Management Policy will make the Aviation Authority competitive and encourage more commercial development at OIA and OEA. Staff has confirmed that the proposed policy changes are consistent with the FAA’s Compliance Guidance Letter 2018-3, Appraisal Standards for the Sale and Disposal of Federally Obligated Airport Property.

ALTERNATIVES

No alternatives are being considered.

FISCAL IMPACT

There is no fiscal impact related to the revision of the Property Management Policy. It is anticipated that the proposed revision will encourage future commercial development.

RECOMMENDED ACTION

It is respectfully requested that the Aviation Authority Board resolve to approve the proposed revision as outlined in the memorandum to Property Management Policy, Greater Orlando Aviation Authority Bylaws, Section 130.07, Administration.

CONSENT AGENDA ITEM – J - Organizational Policy: Section 130.07 Property Management Administration

OBJECTIVE The Greater Orlando Aviation Authority hereby adopts the following policy for the management of all property comprising Orlando International Airport ("OIA") and Orlando Executive Airport ("OEA"), in order to codify the Aviation Authority's existing property management practices:

METHOD OF OPERATION 1. The Aviation Authority will not lease property for a commercial use at OIA or OEA, except at its fair market rental value. For purposes of this policy, the fair market rental value of property leased for a commercial use shall be equal 10% of the then fair market value of such property established by a qualified appraiser for its highest and best use and 100% of the then fair market rental value of the improvements located thereon, based on an appraisal of such property (or of comparable property) performed or updated not more than 24 months prior to such use by an appraiser designated an "MAI" appraiser by the American Institute of Real Estate Appraisers or comparably qualified to appraise real estate ("Qualified Appraiser"). All rentals under leases of commercial property shall be increased at least every 5 years based on commercially reasonable terms.

This policy shall not prevent the Aviation Authority from providing lessees of commercial property with reasonable market incentives to promote interest in developing the property (including without limitation, reasonable limitations on increases in the annual rent resulting from reappraisal during a portion of the lease term), but such market incentives shall be identified in writing at the time the Aviation Authority Board is asked to approve the lease.

2. The Aviation Authority will not lease property for aeronautical uses at OIA or OEA, except at a fair and reasonable rental value that will allow the Aviation Authority to maintain a fee and rental structure which will make the airport where the property is located as self-sustaining as possible under all circumstances then existing at such airport. Consistent with this policy, leases of property for aeronautical purposes shall provide for increases in rental at least every five years to insure that the rental remains fair and reasonable. At the time the Aviation Authority is asked to approve a lease for aeronautical purposes, the Aviation Authority Board shall be advised in writing of the justification for the proposed rental, the amount by which such rental differs from the existing fair market rental value of such property for its highest and best use (if this amount has been determined), and of the comparable rent charged by other large commercial airports in Florida for property used for similar aeronautical purposes.

GREATER ORLANDO AVIATION AUTHORITY May 18December 9, 20162020 POLICY AND PROCEDURE MANUAL Page 1 of 3

Section 130.07 Organizational Policy: Administration Property Management 3. The Aviation Authority shall have the right to approve leases that vary from this policy, but the justification for any such variation shall be provided to the Aviation Authority Board in writing at the time approval by the Aviation Authority is requested.

4. This policy shall not apply to leases awarded by the Aviation Authority under its Policy for Awarding Concession and Consumer Service Privileges in the Terminal Complex, as amended, or to property leased on a month to month basis under the Aviation Authority's approved form of Space/Use Permit.

5. This policy does not prohibit the use of airport property at OIA and OEA for community purposes at less than fair market rental value, provided that, in accordance with 5190.6B, such use is limited to property that is not potentially capable of producing substantial income and is not needed for aeronautical use. Community use for the purpose of this policy is use which can demonstrate a benefit to aviation and the Aviation Authority or community goodwill. Permitted community uses of such property are limited to those that are compatible with the safe and efficient operation of the airports and which are for general local use. In addition, the community use shall be consistent with the adopted Airport Layout Plan and shall not preclude reuse of the property for airport purposes, if the Aviation Authority determines that such reuse will provide greater benefits to OIA or OEA than the continued community use.

Property that is capable of generating more than minimal revenue may be rented for community use at below fair market rental value, if the revenue earned from the community use approximates that revenue which could otherwise be generated. Providing such property at no charge shall not be permitted.

The rental rates shall be adjusted based on a review of comparable fair market rental rates no less than every three years.

The Executive DirectorChief Executive Officer shall approve uses of property at less than fair market rental rate.

6. Staff is directed to reduce to writing the procedures it follows to: (a) Negotiate a lease, draft the lease, obtain an original appraisal and subsequent re-appraisals, monitor lease compliance, review tenant submittals (gross receipts reports, financial statements, fuel reports), market developable leaseholds, and terminate leases for default.

(b) Update current leasehold and ALP maps.

May 18, 2016December 9, 2020 GREATER ORLANDO AVIATION AUTHORITY Page 2 of 3 POLICY AND PROCEDURE MANUAL Organizational Policy: Section 130.07 Property Management Administration

(c) Provide up-to-date listing of the tenants with basic lease information like lease term, square footage or acreage, and location.

(d) Provide for systematic appraisal and re-appraisal of property subject to this policy.

(e) Coordinate between the Finance Department and the Properties Department to track rent received, gross receipts reporting, CPA report submittals, and any modifications to the lease.

(f) Require documentation in the lease files to support not charging fair rental value to a tenant.

(g) For community use of airport property, complete Exhibit 130.07.01. Rent shall be collected prior to the event and a certificate of General Liability insurance shall be provided in advance.

7. This policy shall be effective for leases authorized by the Authority Board after December 2, 1992. APPROVAL AND UPDATE HISTORY

Last Review January 1993

Last Approval Authority Board: May 18, 2016December 9, 2020 Executive DirectorChief Executive Officer: September 2002 Supersedes December 2, 1992______

GREATER ORLANDO AVIATION AUTHORITY May 18, 2016December 9, 2020 POLICY AND PROCEDURE MANUAL Page 3 of 3 GREATER ORLANDO AVIATION AUTHORITY MISCELLANEOUS FACILITIES USE AGREEMENT

Orlando International Airport Orlando Executive Airport One Jeff Fuqua Blvd 365 Rickenbacker Dr., Orlando, FL. 32803

SUBMIT REQUEST TO RISK MANAGEMENT FOR REVIEW DATE SUBMITTED ORGANIZATION ADDRESS CONTACT NAME (s) EMAIL CONTACT NUMBER (s) FAX: COMPANY RISK MANAGEMENT CONTACT AVIATION NON-AVIATION CLASSIFICATION NON-PROFIT GOVERNMENT SPACE(S) REQUESTED SERVICES/EQUIPMENT REQUESTED DATE(S) OF USE REQUESTED REQUESTED START / END TIME(S) ESTIMATED NUMBER OF PERSONS (attach extra page if need) DETAILED PURPOSE FOOD SERVICE YES ______NO ______Crowd Control required for this event (inc. comfort stations) YES ______NO ______CLEAN-UP FEE (if applicable) PAYMENT DUE PRIOR TO EVENT FEES PLEASE MAKE PAYMENT PAYABLE TO "GREATER ORLANDO AVIATION AUTHORITY"

By its signature below, the undersigned, on behalf of the above named organization, releases the Greater Orlando Aviation Authority and the City of Orlando, and the members, officers, employees and agents of each, of all liability arising out of the use of the above services/equipment and/or space, and agrees to indemnify each such party against all damages, costs, and expenses (including attorneys' fees) resulting therefrom.

Organization or responsible person entering into this agreement agrees to carry Commercial General Liability, which shall not exclude any activities planned in relation to this agreement, in an amount not less than $1,000,000 each occurrence, which shall name Greater Orlando Aviation Authority and City of Orlando as additional insureds. Organization and responsible person entering into this agreement acknowledges that other Insurance coverages and/or higher limits may be required, depending on the activities planned. Such change in insurance requirement will be provided in writing and considered amendment to this Agreement. A Certificate of Insurance evidencing insurance will be provided prior to the date of use. Cancellation Policy: Dates may be held as a courtesy, based on availability; however events will NOT be confirmed until a Facilities Use Agreement is executed. All signed Agreements must be accompanied with a NON-REFUNDABLE deposit of 25% of the rental fee in order for the space to be considered fully executed. The remaining balance, which includes additional rental equipment is due on the day of the event. If said event is a multiple day activity, balance is due on the first day of the event. Events cancelled within 30 days of the event will result in total forfeiture of the deposit. Events cancelled outside of 30 days of the event will result in a 50% forfeiture of the deposit. Organization will be given the opportunity to reschedule the event within a 6-month period of the original event date, where the remaining 50% of the original deposit may be forwarded as partial deposit on the new date. The additional 50% deposit on the new date must be received with a new Agreement to be considered fully executed. All charges will be subject to 6.5% state sales tax. Tax Exempt organizations will need to present sales tax certificate prior to the event date in order NOT to be charged sales tax. PRINT NAME AUTHORIZED SIGNATURE GOAA RISK MANAGEMENT REVIEW APPROVED DATE Greater Orlando Aviation Authority

GOAA USE ONLY WAIVED FEES APPROVAL Greater Orlando Aviation Authority, Chief Executive Officer DATE

GREATER ORLANDO AVIATION AUTHORITY

Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4392

MEMORANDUM

TO: Members of the Aviation Authority

FROM: Bradley Friel, Chairman, Concessions/Procurement Committee

DATE: December 9, 2020

ITEM DESCRIPTION

Recommendation of the Concessions/Procurement Services Committee to Rank Firms for Request for Proposal 06-21, Security Area Monitor (SAM) Services

BACKGROUND

The term of the Contract will be for twenty-four (24) months with the initial service to commence on or about April 1, 2021, and with the Aviation Authority having three (3) additional option periods of one (1) year each.

This Contract award will be for the Service Provider to provide all labor, supervision, equipment, tools, materials, supplies, uniforms, fuel, vehicles and all other items necessary or proper for, or incidental to, providing security area monitoring including, but not limited to, access control, vehicle search services, and garage patrol services at multiple locations throughout the Orlando International Airport (OIA) in accordance with the contract documents and pursuant to the Aviation Authority’s Standard Operating Procedures (SOPs) and the Code of Federal Regulations (CFR) Title 49 Part 1500 series, as amended.

The Proposer awarded the Contract will be obligated to perform these services twenty-four hours per day, seven days per week, 365 days per year/366 days per leap year (The Aviation Authority reserves the right to increase or decrease coverage at any time during the Contract).

ISSUES

By September 22, 2020, ten firms responded to the Aviation Authority’s advertisement for the above-referenced services as follows, in alphabetical order:

• ACTS Airport Services, Inc. • American Eagle Protective Services Corporation • American Guard Service, Inc. • Global Security Associates, LLC • HSS, Inc. • Inter-Con Security Systems, Inc. • Prosegur Services Group, Inc. • Safeway Services Group • SecurAmerica, LLC • Universal Protection Services d/b/a Allied Universal Security Services

Award, if made, will be to the responsible and responsive Proposer submitting the Proposal which is deemed by the Aviation Authority, in its sole discretion, to be the most advantageous to the Aviation Authority, price and other factors being considered.

On November 12, 2020, the CPC met to evaluate proposals. Each of the Proposers were evaluated based on the following criteria:

CONSENT AGENDA ITEM – K –

1. Proposer's qualifications and experience (including references) in providing security services. This will include consideration of both general security service experience and specific experience of the type required.

2. Proposer's experience and qualifications of Proposer's proposed On-Site Manager

3. Proposer's Transition Plan.

4. Insurance Requirements: provide evidence of the Proposer’s ability to provide the insurance coverage as detailed in the Section 5.7, Insurance Requirements of the General Conditions.

5. Statement: Proposer must state in its Proposal that it is willing to sign the Contract (including the General Conditions and Specification) set forth in the RFP, as amended, within ten (10) days after receipt of the Notice of Intent to Award.

6. Proposer's Price.

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 11% for MWBE and 11% for LDB.

Safeway Services Group proposed to self-perform the LDB goal which is contrary to the Instructions to Proposers, §26.3 which states “All Proposers, including a Proposer which is an LDB, shall comply with the LDB requirements outlined in this section by having LDBs other than the Proposer… As a result, the CPC deemed Safeway Services Group as non- responsive.

The CPC extensively reviewed each firm’s proposal, based on the above-referenced evaluation criteria to include pricing. At its November 12, 2020 meeting, the CPC voted to recommend to the Aviation Authority Board (1) the ranking below for 06-21, Security Area Monitor (SAM) Services; (2) authorizing negotiations with the first-ranked firm in accordance with the Aviation Authority’s policy, and if those negotiations are unsuccessful, negotiate with the other firms in their ranked order; and (3) upon reaching agreement with the successful proposer, presenting the final agreement terms to the Aviation Authority Board for consideration.

First: Universal Protection Services d/b/a Allied Universal Security Services, Inc.

Allied’s response was outstanding, successfully demonstrated the expertise and experience that best met the intent and objective of the RFP. Their experience included providing security services for seven Category X Airports, 49 CFR Part 1542 Regulated Airports. Allied has been in business for over 60 years. The On-Site Manager has over 20 year’s law enforcement experience and is certified as an Airport Certified Employee and Airport Security Coordinator. Allied provided the required transition plan, licensing, and insurance information, took no exceptions, and received positive reference responses. Allied provided an outstanding price in the amount of $14,833,646.62.

Second: Prosegur Services Group, Inc.(PSG)

PSG’s response was very good, successfully demonstrated the expertise and experience that met the intent and objective of the RFP. Their experience included providing security services for Large and Medium Airports. PSG has been in business for over 44 years. The On-Site Manager has over 20 year’s security experience. PSG provided the required transition plan, licensing, and insurance information, took no exceptions, and received positive reference responses. PSG provided a very good price in the amount of $15,140,160.70,

Third: Global Security Associates, LLC (GSA)

GSA’s response was very good, successfully demonstrated the expertise and experience that met the intent and objective of the RFP. Their experience included providing security services for Category X Airports, 49 CFR Part 1542 Regulated Airports. GSA has been in business over 18 years. The On-Site Manager has over 31 years in providing aviation security services and is certified as an Airport Certified Employee and Airport Security Coordinator. GSA provided the required transition plan, licensing, and insurance information, took no exceptions, and received positive reference responses. GSA provided a price in the amount of $16,976,308.26.

Fourth: ACTS Airport Services, Inc. (ACTS)

ACTS’s response successfully demonstrated the expertise and experience that met the intent and objective of the RFP. Their experience included providing security services for Large and Medium Airports. ACTS has been in business over 19 years. The On-Site Manager has over 28 years in providing security services. ACTS provided the required transition plan, licensing, and insurance information, took no exceptions, and received positive reference responses. ACTS provided a price in the amount of $17,663,855.92.

Fifth: American Guard Services, Inc.(AGS)

AGS’s response successfully demonstrated the expertise and experience that met the intent and objective of the RFP. Their experience included providing security services for cruise lines located at Large and Medium Airports. AGS has been in business over 23 years. The On-Site Manager has over 20 years in providing protection and security services. AGS provided the required transition plan, licensing, and insurance information, took no exceptions, and received positive reference responses. AGS provided a price in the amount of $16,769,677.99.

Sixth: Inter-Con Security Services, Inc. (Inter-Con)

Inter-Con’s response successfully demonstrated the expertise and experience that met the intent and objective of the RFP. Their experience included providing security services for Port Authorities. Inter-Con has been in business over 47 years. The On-Site Manager has over 10 years in providing protection and security services. Inter-Con provided the required transition plan, licensing, and insurance information, took no exceptions, and received positive reference responses. Inter-Con provided a price in the amount of $15,064,727.96.

Seventh: SecurAmerica, LLC (SecurAmerica)

SecureAmerica’s response successfully demonstrated the expertise and experience that met the intent and objective of the RFP. Their experience included providing security services for Airlines at Large and Medium Airports. SecurAmerica has been in business over 15 years. The On-Site Manager has over 27 years in providing protection and security services, has over 10 years in Law Enforcement. SecurAmerica provided the required transition plan, insurance information, took no exceptions, and received positive reference responses. SecurAmerica provided a price in the amount of $15,387,768.82.

Eighth: American Eagle Protective Services Corporation (AEPS)

AEPS’s response successfully demonstrated the expertise and experience that met the intent and objective of the RFP. Their experience included providing security services for the Federal Aviation Administration Air Traffic Control Towers. AEPS has been in business over 18 years. The On-Site Manager has over 20 years in providing protection and security services. AEPS provided the required transition plan, insurance information, took no exceptions, and received positive reference responses. AEPS provided a price in the amount of $17,441,079.30.

Ninth: HSS, Inc.(HSS)

HSS’s response successfully demonstrated the expertise and experience that met the intent and objective of the RFP. Their experience included providing security services for Category X Airports, 49 CFR Part 1542 Regulated Airports. HSS has been in business over 32 years. The On-Site Manager has over 15 years in providing protection and security services. HSS provided the required transition plan, licensing, and received positive reference responses. HSS provided a price in the amount of $16,671,977.10.

ALTERNATIVES

The Aviation Authority Board may send the matter back to committee for further consideration or reject all submittals.

FISCAL IMPACT

The fiscal impact for this agreement will be negotiated with the first ranked

Proposer. Upon reaching an agreement, staff will present the final agreement terms to the Aviation Authority Board for consideration.

RECOMMENDED ACTION

It is respectfully requested that the Aviation Authority Board approve the recommendations of the Concessions/Procurement Committee for 06-21, Security Area Monitor (SAM) Services as follows: (1) deem Safeway Services non-responsive; (2) approve the ranking of firms, as follows: First - Allied Universal Security Services; Second - Prosegur Services Group, Inc.; Third - Global Security Associates, Inc.; Fourth - ACTS Airport Services, Inc.; Fifth - American Guard Service, Inc.; Sixth - Inter-Con Security Systems, Inc.; Seventh - SecurAmerica, LLC; Eight - American Eagle Protective Services; and Ninth - HSS, Inc.; (3) authorize negotiations with the first-ranked firm in accordance with the Aviation Authority’s policy, and if those negotiations are unsuccessful, negotiate with the other firms in their ranked order; and (3) upon reaching an agreement with the successful Proposer, present the final agreement terms to the Aviation Authority Board for consideration for 06-21, Security Area Monitor Services, at the Orlando International Airport.

GREATER ORLANDO AVIATION AUTHORITY ______Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

MEMORANDUM

TO: Members of the Aviation Authority

FROM: Davin Ruohomaki, Senior Director of Engineering and Construction

DATE: December 9, 2020

ITEM DESCRIPTION

Recommendation to Approve the Third Amendment to the Temporary Construction License Agreement by and between the Aviation Authority and Brightline Trains Florida LLC, joined by the City of Orlando (the “Third Amendment”)

BACKGROUND

On June 11, 2019, the Aviation Authority entered into the Temporary Construction License Agreement, as amended by that certain First Amendment Temporary Construction License Agreement (the “License Agreement”). The purpose of the License Agreement is to allow Brightline Trains Florida LLC (Brightline) access to and sufficient area to construct its rail project. The rail project is currently under construction throughout the Orlando International Airport (OIA).

ISSUES

As a result of ongoing coordination between Brightline and its contractors, Brightline requested an adjustment to the license area to allow more efficient construction of the rail project. This Second Amendment adds new area, 1.81 acres, to the construction license legal description. The grant of license for use of the .21 acres of land by Granite expires on January 31, 2021, subject only to one (1) extension of ninety (90) days, which may be issued by the Chief Executive Officer of the Aviation Authority.

ALTERNATIVES

There are no alternatives under consideration.

FISCAL IMPACT

None.

RECOMMENDED ACTION

It is respectfully requested that the Aviation Authority Board resolve to:(1) approve the Third Amendment to the Temporary Construction License Agreement by and between the Aviation Authority and Brightline Trains Florida LLC, joined by the City of Orlando; (2) seek City Council approval of the Third Amendment to the Temporary Construction License Agreement; and (3) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents, subject to satisfactory review by legal counsel.

CONSENT AGENDA ITEM – L - EXHIBIT

EXHIBIT

GREATER ORLANDO AVIATION AUTHORITY ______Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4399 MEMORANDUM

TO: Members of the Aviation Authority

FROM: Davin Ruohomaki, Senior Director, Engineering and Construction

DATE: December 9, 2020

ITEM DESCRIPTION

Recommendation to Accept a Public Transportation Grant Agreement (PTGA) for Orlando International Airport from the Florida Department of Transportation (FDOT)

BACKGROUND

Throughout the year, the Florida Department of Transportation (FDOT) provides grants (i.e., PTGAs) to match funds with the Aviation Authority for certain projects in accordance with the Aviation Authority’s Capital Improvement Program (CIP).

ISSUES

The Aviation Authority has received the following PTGA for Orlando International Airport:

• Public Transportation Grant Agreement FM 438486-3-94-01. This PTGA in the amount of $200,620 provides 50% funding for construction phase services for security fencing at the Orlando International Airport (H299).

ALTERNATIVES

None.

FISCAL IMPACT

The fiscal impact is the acceptance of FDOT funding in the amount of $200,620. This is a 50/50 grant with Aviation Authority’s matching funds in the amount of $200,620 will be from General Airport Revenue Bonds.

RECOMMENDED ACTION

It is respectfully requested that the Aviation Authority Board ratify the Resolution accepting PTGA FM 438486-3-94-01, and authorize the Chief Executive Officer and the Assistant Secretary to execute the necessary documents.

CONSENT AGENDA ITEM – M -

GREATER ORLANDO AVIATION AUTHORITY

Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4392

MEMORANDUM

TO: Members of the Aviation Authority

FROM: Phillip N. Brown, Chief Executive Officer

DATE: December 9, 2020

ITEM DESCRIPTION

Recommendation of Appointments to the Aviation Noise Abatement Committee (ANAC)

BACKGROUND

The Aviation Noise Abatement Committee (ANAC) was established in the 1977 Interlocal Agreement between Orange County and the Aviation Authority. ANAC makes recommendations for establishing noise abatement procedures and monitors the implementation of such procedures. The Committee is composed of ten members, one from each of the following representative categories:

• Citizen/Member, Noise-Impacted Municipal Area • Citizen/Member, Noise-Impacted Unincorporated Area • Representative of the Aviation Industry to be recommended by the current appointed Chairman of Orlando International Airport's Management Council • Current Chairman of the Orlando Executive Airport Advisory Committee • Representative of the Aviation Authority/Chairman • Aviation Authority Executive Director (Chief Executive Officer) or designee • Citizen/Member at Large • Citizen/Member of Orange County East of Goldenrod Road • Representative of Osceola County/Non-Aviation Related to be recommended by the Board of County Commissioners of Osceola County, FL • Citizen/Member of the city of Orlando to be recommended by the Orlando City Council

Six members are nominated by the Board of County Commissioners (BCC) of Orange County and four represent airports and airlines. The Aviation Authority appoints all members to four-year terms. Members shall serve until his or her successor has been duly nominated and appointed and may succeed himself or herself.

ISSUES

Currently, one position is vacant and two positions need to be reappointed.

The category of Representative of the Aviation Industry is vacant following the reassignment of United Airlines Station Manager, Mr. Sean Carnes. Pursuant to the ANAC Bylaws, the current Chairman of the Airport Management Council has recommended that Mr. Steve Tanzella succeed Mr. Carnes in the Representative of Aviation Industry category.

The incumbent’s term has expired in the category of Chairman of the Orlando Executive Airport Advisory Committee. I recommend that Mr. Carson Lee, Chairman of the Orlando Executive Airport Advisory Committee, be reappointed to this position.

CONSENT AGENDA ITEM – N –

The incumbent’s term has also expired in the category of Aviation Authority Executive Director (Chief Executive Officer) or designee. I recommend that Mr. Thomas Draper, Senior Director of Airport Operations, be reappointed to this position.

ALTERNATIVES

The Aviation Authority Board can elect not to approve these appointments.

FISCAL IMPACT

None.

RECOMMENDED ACTION

It is respectfully requested that the Aviation Authority Board resolve to approve: (1) the appointment of Steve Tanzella in the Aviation Industry representative category with a term expiring on December 9, 2024; (2) the reappointment of Thomas Draper in the Aviation Authority Executive Director (Chief Executive Officer) or designee category with a term expiring on December 9, 2024; and (3) the reappointment of Carson Lee as the Chairman of the Orlando Executive Airport Advisory Committee, representing General Aviation with a term expiring on December 9, 2024.

GREATER ORLANDO AVIATION AUTHORITY ______Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

MEMORANDUM

TO: Members of the Aviation Authority

FROM: Phillip N. Brown, Chief Executive Officer

DATE: December 9, 2020

ITEM DESCRIPTION

Recommendation to Approve an Amendment to the Air Service Incentive Program (ASIP)

BACKGROUND

The Orlando International Airport (MCO) has an approved Air Service Incentive Program (ASIP). The program consists of various financial incentives to promote increased frequencies in existing air service or attract new air service to MCO from underserved or unserved destinations. Most large hub airports have such programs.

ASIP Operating Credits and Marketing Support are budgeted amounts used as an incentive to subsidize certain operating costs and reimburse qualifying marketing expenses of airlines serving targeted markets and which execute ASIP agreements. ASIP Operating Credits and Marketing Support are budgeted out of the Aviation Authority’s Discretionary Fund. Pursuant to Federal Aviation Administration (FAA) guidance incentives are for a limited term usually no more than two years.

ISSUES

Currently the program requires a minimum of one flight per week to a targeted international market in order to qualify for incentives. However, for domestic markets the minimum requirement is for five flights per week. Therefore, carriers wishing to serve long-haul domestic markets (more than 2,500 miles) are required to provide a minimum of five flights per week. Those carriers are at an economic disadvantage compared to those wishing to serve long-haul international markets (which only require one flight per week), even though the length of a qualifying domestic flight may be longer than a qualifying international flight. Additionally, the startup of a long-haul domestic route with five flights a week is generally not economically feasible.

To make the program equitable for domestic long-haul service, staff proposes revision to the current approved ASIP to require a minimum of 1 flight per week on routes of more than 2,500 miles, in order to qualify for incentives. Qualifying carriers will receive marketing support for two years and credits for 50% of incentivized operating costs in the second year of operation. This is in line with the incentives available for new long-haul international service, but at the lower incentive amounts which are currently available for new domestic service to targeted markets.

ALTERNATIVES

There are no alternatives under consideration.

CONSENT AGENDA ITEM – O - FISCAL IMPACT

There is no fiscal impact, as the amount of credits and marketing support applied due to this change will not exceed the amounts currently budgeted for the ASIP, because expenditure of those funds has been minimal for the last nine months. The fiscal impact to Aviation Authority cash from credited operating costs is not expected to exceed $375,000 over the next two years.

RECOMMENDED ACTION

It is respectfully requested that the Aviation Authority Board resolve to approve the recommendation to amend the Air Service Incentive Program with regard to long-haul domestic air service.

GREATER ORLANDO AVIATION AUTHORITY ______Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

MEMORANDUM

TO: Members of the Aviation Authority

FROM: Bradley Friel, Director of Planning

DATE: December 9, 2020

TITLE OF SOLICITATION

Notification for Request for Qualifications for W-00424, Continuing Environmental Consulting Services

SCOPE OF SERVICE

W-00424, Continuing Environmental Consulting Services, will consist of evaluation and assessment of wildlife issues, uplands and wetlands evaluation, habitat analysis, threatened and endangered species issues, jurisdictional wetland determinations, water quality analysis land management, and monitoring of wetlands mitigation on facilities operated or purchased by the Aviation Authority.

TERM OF CONTRACT

Base Agreement is no cost; cost will be determined by task as needed. Term will be for a period of three years with optional renewal periods of two additional one-year terms, to be elected at the discretion of the Aviation Authority.

VALUE OF CONTRACTS

$750,000 - $1.5 million (per year)

COMMITTEE PROCESS

Professional Services Committee

PROPOSED DATE OF RELEASE

December 2020

PROPOSED DATE OF AWARD

March 2021

INCUMBENTS

DRMP, Inc.; MSE Group, LLC; and, Vanasse Hangen Brustlin, Inc.

PROCUREMENTS – A –

GREATER ORLANDO AVIATION AUTHORITY ______Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

MEMORANDUM

TO: Members of the Aviation Authority

FROM: David M. Patterson, Chairman, Construction Committee

DATE: December 9, 2020

ITEM DESCRIPTION

Recommendation of the Construction Committee to Approve Amendment No. 4 to Addendum No. 13 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner-Kiewit Joint Venture, for Project Bid Package (BP) No. S00139, South Terminal C, Phase 1, Landside Site Utilities and Balance of Site Work (Guaranteed Maximum Price (GMP) No. 5-S.2) at the Orlando International Airport

BACKGROUND

The South Terminal C, Phase 1, Program provides for a world-class domestic and international airport terminal building, consisting of a new airside terminal with up to 24 airline gates and a landside terminal with both secure and non-secure areas, and may include, but is not limited to, all associated improvements and infrastructure required or related thereto, such as site work, roadways, aprons, runways, taxiways, other airfield work, utilities, landscaping, lighting, walkways, pedestrian bridges, expansion of the parking garage, a new and/or expanded chiller plant, aircraft loading bridges, and all interior design, such as concessions planning, ticketing, and security improvements, and baggage handling systems.

On May 18, 2016, the Aviation Authority Board approved the award of a Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement to Turner-Kiewit Joint Venture.

Under the CM@R Agreement, the CM@R is entitled to reimbursement and compensation for the following, upon acceptable performance:

• Direct cost of the work is the actual cost for the subcontractor costs, direct labor, materials, and equipment required to construct the work,

• Allowances are estimated dollar amounts that are separately identified in a GMP for the purpose of encumbering funds to cover certain costs that are not completely defined when the GMP is approved, but may be necessary to complete the Project. An allowance means that the scope is not fully known or additional review is needed to determine whether the item is reimbursable,

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

• CM@R Contingency is the negotiated amount or percentage of the Cost of the Work to be utilized for over-budget buyout of the work and for increases in the cost due to unforeseen circumstances relating to construction of the project, except when deemed the responsibility of the Owner in accordance with the Agreement,

NEW BUSINESS AGENDA ITEM – A – • Owner Contingency is an amount or percentage of the Cost of the Work to be utilized by the Owner for items deemed the responsibility of the Owner in accordance with the Agreement,

• Performance and Payment Bond rate set forth in the CM@R Contract is 0.664%, and

• The CM@R Fee covers the CM@R’s overhead, profit and all other costs not reimbursable under the CM@R Contract. For Turner-Kiewit Joint Venture, the CM@R Fee is 4.211%.

Cost of allowances, contingencies and insurance will not be incurred until approved by the Aviation Authority.

On May 16, 2018, the Aviation Authority Board approved Addendum No. 13 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner-Kiewit Joint Venture for Project BP No. S00139, South Terminal C, Phase 1, Landside Site Utilities and Balance of Site Work (GMP No. 5-S.2), at the Orlando International Airport, for a total negotiated GMP amount of $37,185,724.

On May 15, 2019, the Aviation Authority Board approved Amendment No. 1 to Addendum No. 13 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner-Kiewit Joint Venture for BP No. S00139, South Terminal C, Phase 1, Landside Site Utilities and Balance of Site Work (GMP No. 5-S.2), at the Orlando International Airport, for a total negotiated GMP Amendment amount of $9,038,017, resulting in a revised GMP amount of $46,223,741.

On September 18, 2019, the Aviation Authority Board approved Amendment No. 2 to Addendum No. 13 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner-Kiewit Joint Venture for BP No. S00139, South Terminal C, Phase 1, Landside Site Utilities and Balance of Site Work (GMP No. 5-S.2), at the Orlando International Airport, for a total negotiated GMP Amendment amount of $18,037,180, resulting in a revised GMP amount of $64,260,921.

On February 19, 2020, the Aviation Authority Board approved Amendment No. 3 to Addendum No. 13 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner-Kiewit Joint Venture for BP No. S00139, South Terminal C, Phase 1, Landside Site Utilities and Balance of Site Work (GMP No. 5-S.2), at the Orlando International Airport, for a total negotiated GMP Amendment amount of $2,755,459, resulting in a revised GMP amount of $67,016,380.

The scope of BP No. S00139 includes the Landside site utilities for storm, water, sanitary and communications systems for South Terminal C, Phase 1. The site work scope provides necessary site improvements, construction logistics support, roadways and flatwork.

ISSUES

This amendment will increase the Owner Contingency to fund added costs resulting from design bulletins and contingency requests.

The Owner’s Authorized Representative (i.e., Geotech Consultants International, Inc. dba GCI, Inc.) and Turner-Kiewit Joint Venture have reviewed the current financial status and progress of the work in BP No. S00139, and have determined that, in accordance with the contract documents, it is appropriate at this time to decrease the Unbought Scope and Allowances, and increase the Owner Contingency and Performance and Payment Bonds, including the associated CM@R fee amount, as shown below.

Original Current GMP Proposed GMP Proposed GMP GMP Budget Budget* Amendment Revised GMP (A) (B) (C) (D) = (B) + (C) Direct Cost of Work $28,018,588 $58,787,623 $ 0 $58,787,623 General Requirements $ 0 $ 264,437 $ 0 $ 264,437 Unbought Scope $ 1,545,314 $ 120,052 ($ 120,052) $ 0 Allowances $ 3,400,000 $ 2,582,709 ($ 300,000) $ 2,282,709 CM@R Contingency $ 1,648,195 $ 1,004,257 $ 0 $ 1,004,257 Owner Contingency $ 824,098 $ 1,104,288 $3,175,541 $ 4,279,829 SUBTOTAL: $35,436,195 $63,863,366 $2,755,489 $66,618,855 Perf. & Payment Bonds $ 246,913 $ 444,988 $ 21,271 $ 466,259 Fee (4.211%) $ 1,502,616 $ 2,708,026 $ 116,930 $ 2,824,956 Total GMP Addendum Cost: $37,185,724 $67,016,380 $2,893,690 $69,910,070

*The Current GMP Balance amount shown in the above table represents the current budget as a result of authorized GMP subcontract awards and other budget reallocations as a result of the GMP buyout process and the awards of CM@R’s contracts and/or purchase orders through the Budget, Buyout and Contingency Management (BBC) requests approved by the Construction Committee through November 3, 2020. The GMP buyout process results in internal cost transfers between the different GMP elements within the GMP without changing the overall GMP amount previously-approved by the Aviation Authority Board.

The proposed GMP Amendment No. 4 does not have any impact on small business participation. With this GMP Amendment No. 4, Turner-Kiewit Joint Venture’s cumulative participation for BP No. S00139 is 19% MWBE and 8% LDB/VBE. Turner-Kiewit Joint Venture is committed to the established small business goals of 20% MWBE and 4% LDB participation for Construction Services. Currently, Turner-Kiewit Joint Venture’s cumulatively awarded participation for the overall program for Construction Services is 19% MWBE and 4% LDB/VBE.

On December 1, 2020, the Construction Committee recommended approval of Amendment No. 4 to Addendum No. 13 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner-Kiewit Joint Venture for BP No. S00139, South Terminal C, Phase 1, Landside Site Utilities and Balance of Site Work (GMP No. 5-S.2) at the Orlando International Airport, as outlined in the memorandum.

ALTERNATIVES

None.

FISCAL IMPACT

The fiscal impact is $2,893,690. Funding is from Customer Facility Charges to the extent eligible and General Airport Revenue Bonds.

RECOMMENDED ACTION

It is respectfully requested that the Aviation Authority Board resolve to accept the recommendation of the Construction Committee and approve Amendment No. 4 to Addendum No. 13 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner-Kiewit Joint Venture for BP No. S00139, South Terminal C, Phase 1, Landside Site Utilities and Balance of Site Work (GMP No. 5-S.2), at the Orlando International Airport, for a total negotiated GMP Amendment amount of $2,893,690, which includes a deductive amount of ($120,052) for Unbought Scope, a deductive amount of ($300,000) for Allowances, $3,175,541 for Owner Contingency, $21,271 for Performance and Payment Bonds, and $116,930 for the CM@R Fee (4.211%), resulting in a revised GMP amount of $69,910,070, with funding from Customer Facility Charges and General Airport Revenue Bonds; and authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel.

GREATER ORLANDO AVIATION AUTHORITY ______Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

MEMORANDUM

TO: Members of the Aviation Authority

FROM: Davin D. Ruohomaki, Chairman, Professional Services Committee

DATE: December 9, 2020

ITEM DESCRIPTION

Recommendation of the Professional Services Committee to Rank Firms Shortlisted for General Consulting Services (W419) at the Orlando International Airport and the Orlando Executive Airport

BACKGROUND

The general consultant may provide general consulting services on a continuous basis to the extent such services are non-federally funded. However, the procurement of the general consulting services funded under the Federal Aviation Administration’s (FAA) Airport Improvement Program (AIP) is limited to those general consulting services that are expected to be initiated within five years of the date of execution of an agreement with the general consultant. Based upon the current general consultant agreement, the five-year time frame for federally funded general consulting services expired in January 2019.

On June 28 and July 1, 2020, a notice was publicly advertised requesting Letters of Interest (LOIs) for general consulting services at the Orlando International Airport and Orlando Executive Airport. By July 28, 2020, two firms responded to the above- referenced advertisement as follows (in alphabetical order):

• Bermello Ajamil & Partners, Inc. • Schenkel & Shultz, Inc.

On August 20, 2020, the Professional Services Committee (PSC) of the Aviation Authority met to consider the responses. To encourage greater participation, the PSC voted to re-advertise the Notice of General Consulting Services (W419) at the Orlando International and Orlando Executive Airports.

On September 6 and 9, 2020, a second notice was publicly advertised requesting LOIs for the subject services at the Orlando International Airport and Orlando Executive Airport.

The services may include 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 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. The selected general consultant will be prohibited from providing preparation of construction documents, and Owner’s Authorized Representative (OAR) Services for the Aviation Authority, and shall be precluded from submitting bids or proposals for any such services to the Aviation Authority. NEW BUSINESS AGENDA ITEM – B -

ISSUES

By October 7, 2020, six firms responded to the above-referenced advertisement as follows (in alphabetical order):

• Bermello Ajamil & Partners, Inc. • EXP U.S. Service, Inc. • Hellmuth, Obata & Kasselbaum, Inc. • Mead & Hunt, Inc. • Ricondo & Associates, Inc. • Schenkel & Shultz, Inc.

On October 26, 2020, the Professional Services Committee (PSC) met to consider the six LOIs. Based on the LOIs, staff’s evaluation, and past performance on Aviation Authority projects, the PSC shortlisted all six firms for further consideration.

On November 17, 2020, the PSC met to consider the shortlisted firms. Each of the shortlisted firms was interviewed and evaluated by the PSC based on the following criteria:

 Comprehensive approach  Qualifications and experience of key personnel  Qualifications and experience of firm  Insurance  Licensure  Financial information  Claim Information  Reference responses  DBE/MWBE/LDB commitment

The PSC reviewed each firm’s LOI and considered each interview. At the conclusion of the interviews and discussion, the PSC recommended the ranking below. It was the consensus of the PSC that the first-ranked firm was the most highly qualified to perform the required services based on past performance, the ability of the team, its willingness to meet time and budget requirements, and its knowledge of the existing facilities based on its site visits, and other factors allowed by the State CCNA Statutes.

First: Ricondo & Associates, Inc. (R&A): R&A provided an excellent LOI and presentation with a clear and concise comprehensive approach. R&A demonstrated a thorough understanding of the challenges to the Aviation Authority over the next several years, and made a strong commitment to its partnership with the Aviation Authority Board and staff to address these challenges. R&A provided detailed responses to all questions posed during the interview. R&A proposed a strong experienced staff with an excellent project manager who has over 19 years of related programming, planning, and design professional experience. R&A’s has been in business for over 31 years, and is headquartered in Chicago, IL, with a local office in Orlando, FL. R&A’s relevant and similar experience includes Master Plan Update and On-Call Services/Planning Support Services for Hartsfield-Jackson Atlanta International Airport, GA; Aviation Planning Management and Consulting Services for Midway and O’Hare International Airport, Chicago, IL; On-Call Planning Services for Dulles International and Reagan Washington National Airports, Washington, D.C.; On-Call Planning Services for Denver International Airport, CO; On-Call Planning Services at Dallas-Fort Worth International Airport, TX; General Consulting Services for Palm Beach County Department of Airport, FL; Aviation Consulting Services for Miami International, Miami-Opa Locka Executive, Opa Locka West, Kendall Tamiami Executive, Homestead General Aviation, and Training and Transition Airports, FL; Master Plan Update and Terminal Modernization Program for Pittsburgh International Airport, PA; and, On-Call Airport Planning and Management Services for San Francisco International Airport, CA. R&A provided the required insurance, licensure, financial information, and claim information. R&A received positive reference responses. R&A provided its commitment to the Aviation Authority’s DBE/MWBE/LDB programs.

Second: Bermello Ajamil & Partners, Inc. (BA): BA provided a very good LOI and presentation with a clear and concise comprehensive approach. BA provided detailed responses to all questions posed during the interview. BA proposed an experienced staff with a project manager who has over 25 years of professional experience. BA has been in business for over 71 years and is headquartered in Orlando, FL. BA’s relevant and similar experience includes Design Criteria Consultant Services for Miami International Airport – Parking Garage 6, FL; Design/Construction Administration Services at Miami International Airport – Remodel E-F, FL; Design/Construction Administration Services at Miami International Airport – Concourse A, B-C Infill Shell and Apron, B-C Infill Interior Finish-Out, Concourse C Baggage Handling System, Hangar 3095 (North Terminal Development), FL; Miami-Dade Aviation Department Development Design-Build Satellite Terminal C Automated People Mover (APM) Replacement, Miami International Airport, FL; and, Fort Lauderdale-Hollywood International Airports Terminal and Concourse Refurbishment, FL. BA provided the required insurance, licensure, financial information, and claim information. BA received positive reference responses. BA provided its commitment to the Aviation Authority’s DBE/MWBE/LDB programs.

Third: Schenkel & Shultz, Inc. (S&S): S&S provided a very good LOI and presentation with a clear and concise comprehensive approach. S&S provided detailed responses to all questions posed during the interview. S&S proposed an experienced staff with a project manager who has over 44 years of professional experience. S&S has been in business for over 41 years and is headquartered in Orlando, FL. S&S is the incumbent general consultant to the Aviation Authority and has performed well during its tenure. S&S’ similar experience with the Aviation Authority includes Orlando International Airport (MCO) South Terminal C, Phase 1, (STC) Program Management for Design Oversight; MCO STC Operational Readiness Support; MCO Concessions Support; MCO Rent-A-Car Program Support; MCO Master Plan Update; and, Orlando Executive Airport (ORL) Property Analysis and Master Planning. S&S other similar experience includes Architectural Support for Southwest Florida International and Page Field General Aviation Airports, Lee County Port Authority, FL. S&S provided the required insurance, licensure, financial information, and claim information. S&S received positive reference responses. S&S provided its commitment to the Aviation Authority’s DBE/MWBE/LDB programs.

Fourth: Mead & Hunt, Inc. (M&H): M&H provided a very good LOI and presentation with a clear and concise comprehensive approach. M&H provided detailed responses to all questions posed during the interview. M&H proposed an experienced staff with a project manager who has over 18 years of professional experience. M&H has been in business for over 15 years and is headquartered in Orlando, FL. M&H’s similar experience includes On-Call Consultant Services at Detroit Metro International and Willow Run Airports, Wayne County Airport Authority, MI; On-Call Environmental Planning Services at Denver International Airport, CO; On-Call Program Management Services at Dane County Regional Airport, Madison, WI; On-Call Professional Services at Ontario International Airport, Ontario, CA; Program Management Services at Augusta Regional Airport, GA; Sustainability Planning Services at Phoenix Sky Harbor International Airport, AZ; Concourse A Extension at Gerald Ford International Airport, Grand Rapids, MI; Terminal Renovation and Improvement Program at Charleston International Airport, SC; and, Reno-Tahoe Master Plan, NV. M&H provided the required insurance, licensure, financial information, and claim information. M&H received positive reference responses. M&H provided its commitment to the Aviation Authority’s DBE/MWBE/LDB programs.

Fifth: EXP U.S. Service, Inc. (EXP): EXP provided a good LOI and presentation with a comprehensive approach. EXP provided detailed responses to all questions posed during the interview. EXP proposed an experienced staff with a project manager who has over 12 years of professional experience. EXP has been in business for over 19 years and is headquartered in Maitland, FL. EXP’s similar experience includes Chicago Department of Aviation Architecture and Engineering Task Order Contracts, IL; Dallas-Fort Worth Design and Design Management Contract, TX; Terminal and Concourse Renovations and Modernizations, St. Louis Lambert International Airport, MO; and, Chicago Department of Transportation Washington/Wabash Elevated Train Station, IL. EXP provided the required insurance, licensure, financial information, and claim information. EXP received positive reference responses. EXP provided its commitment to the Aviation Authority’s DBE/MWBE/LDB programs.

GREATER ORLANDO AVIATION AUTHORITY ______Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

REVISED MEMORANDUM

TO: Members of Aviation Authority

FROM: Phillip N. Brown, Chief Executive Officer

DATE: December 9, 2020

ITEM DESCRIPTION

Recommendation to Approve Final Negotiated Contract with Heffley & Associates for Professional Services PS-643, State Governmental Relations Consulting Services for Orlando International and Orlando Executive Airports

BACKGROUND

On September 17, 2020, a notice was advertised for a Request for Qualifications (RFQ) for professional services PS-643, State Governmental Relations Consulting Services.

The term for the professional services will be for three years with two one-year options for extensions subject to Aviation Authority approval.

The Aviation Authority had an agreement for State Governmental Relations Consulting Services, which expired on September 30, 2020. October 31, 2020.

On November 3, 2020, an Ad Hoc Committee comprised of Aviation Authority staff, met and reviewed the only proposal submitted by Heffley & Associates.

ISSUES

At the November 11, 2020, meeting of the Aviation Authority, the Board accepted the Ad Hoc Committee’s recommendation for PS-643, State Governmental Relations Consulting Services, and authorized fee negotiations with Heffley & Associates in accordance with the Aviation Authority’s policy.

The final agreement has been negotiated with Heffley & Associates and is within the Aviation Authority’s budget.

ALTERNATIVES

There are no alternatives at this time.

FISCAL IMPACT

The final negotiated contract may be terminated with 30 days notice. If the contract is not terminated, the potential fiscal impact for the initial 36-month term and the two one-year extensions of the agreement is a not-to-exceed amount of $360,000 over the possible five-year period. Of course, if the contract is terminated earlier, the total contract value will be less. Funding is from the Operations and Maintenance Fund. Required funding will be approved through the budget process and when funds become available.

REVISED NEW BUSINESS AGENDA ITEM – C -

RECOMMENDED ACTION

It is respectfully requested that the Aviation Authority Board resolve to: (1) approve the final negotiated agreement with Heffley & Associates for Professional Services PS- 643, State Governmental Relations Consulting Services for Orlando International and Orlando Executive Airports; (2) approve the aggregate contract value in the amount of $360,000 from the Operations and Maintenance Fund; and (3) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents, following satisfactory review by legal counsel.

GREATER ORLANDO AVIATION AUTHORITY

Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4392

MEMORANDUM

TO: Members of the Aviation Authority

FROM: Thomas W. Draper, Sr. Director of Airport Operations

DATE: December 9, 2020

ITEM DESCRIPTION

Recommendation to Approve Pilot COVID-19 Testing Opportunity to Adventist Health System/Sunbelt, Inc. dba AdventHealth Centra Care and Orlando Health at Orlando International Airport (Airport)

BACKGROUND

As a result of the pandemic, a significant change in Airport operations is currently underway. From the start of the pandemic, staff has addressed the safety and security of the travelling public and the employees of the Airport community as priority one. Measures are in place addressing cleaning and disinfection of the facilities as well as promoting social distancing and ensuring the mandatory mask mandate is maintained in all areas of the Airport.

The Aviation Authority has engaged in detailed discussion with two of the largest health care providers in Central Florida, Orlando Health and AdventHealth Centra Care, to ensure the Aviation Authority is providing a safe operating environment at Aviation Authority facilities. Orlando Health and AdventHealth Centra Care are uniquely positioned to provide this service on a pilot basis. Utilizing these two recognized health system leaders is crucial to the overall success of the pilot testing program. As travel increases and certain destinations are requiring COVID-19 testing prior to arrival, Orlando Health and AdventHealth Centra Care are willing to set up testing clinics in the Airport to better serve our customers and the community.

ISSUES

Staff proposes a pilot COVID-19 testing opportunity in the Airport, set up as a part of the concession program. This COVID-19 testing opportunity would be pre-security and available to travelers as well as people in the community. Offering access to this service at the Airport will be a customer convenience for both the traveler and the airlines, as well as Central Florida community, as it will also support testing of employee base of the Airport.

The pilot COVID-19 testing clinics would be located in the main terminal, one on the East End and one on the West End, utilizing space that has become available. The spaces are basically “move-in ready” and would require minimal capital for any fixtures and branding, which would be assumed by the respective healthcare partner. It is the intent that the testing clinics be open before the end of December.

The proposed pilot COVID-19 testing clinic spaces in the main terminal are currently empty and available. The negotiated term upon approval of this item, is for a term ending July 31, 2021.

NEW BUSINESS AGENDA ITEM – D –

ALTERNATIVES

The alternative is not to approve the pilot COVID-19 testing clinics.

FISCAL IMPACT

The proposed financial impact for each healthcare partner operating a COVID-19 testing clinic is 5% of gross receipts per month.

RECOMMENDED ACTION

It is respectfully requested that the Aviation Authority Board resolve to: (1) approve a pilot COVID-19 testing clinic to Orlando Health and Adventist Health System/Sunbelt, Inc. dba AdventHealth Centra Care and (2) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents, following satisfactory review by legal counsel.

GREATER ORLANDO AVIATION AUTHORITY

Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

MEMORANDUM

TO: Members of the Aviation Authority

FROM: Phillip N. Brown, Chief Executive Officer

DATE: December 9, 2020

ITEM DESCRIPTION

Recommendation to Approve Revisions to Organizational Policies 180.01, Lobbying Activities, and 180.03, Selection Period Communication (referred to jointly as “Lobbying Policies”)

BACKGROUND

The Aviation Authority’s Lobbying Policies 180.01 and 180.03 were last revised in January 2013. At its October 21, 2020 meeting, the Aviation Authority Board requested staff to review the policies, especially in the area of enforcement mechanisms. The Aviation Authority Board requested a workshop to discuss the Lobbying Policies. At its November 11, 2020 meeting, the Aviation Authority Board discussed and reviewed the Lobbying Policies. During the meeting, Interim General Counsel also presented benchmarking information against other relevant entities.

The Aviation Authority Board directed Interim General Counsel and staff to revise the Lobbying Policies. The Aviation Authority Board specifically directed revisions to ensure consistency in the sanctions to which lobbyists may be subjected for violations of the policies. Additionally, the Aviation Authority Board instructed that the Lobbyist Policies should be clear about the sanctions a proposing entity might face if the proposing entity’s lobbyist violates the Lobbying Policies during a procurement.

ISSUES

The Aviation Authority has an interest in safeguarding the rights of all parties interested in the Aviation Authority’s activities to open, free, and fair participation. These rights are coupled with the responsibility of those participants to comply with the rules and regulations of the Aviation Authority. The Aviation Authority has a direct interest in ensuring that lobbyists and lobbying activities are fairly and consistently regulated.

Policies regulating lobbyists and lobbying activities are a well-recognized method of allowing participation in public bodies in a responsible manner. Policies against which staff has benchmarked the existing Lobbying Policies include many features which exist already in the Lobbying Policies. These common features include lobbyist registration, disclosures of principals, definitions of lobbyists and lobbying, lobbyist expense disclosure requirements, and “no-lobbying” periods, for example. Benchmarking has demonstrated that other local government agencies have a wide-range of consequences, or no defined consequences, for non-compliance with lobbying policies and regulations.

NEW BUSINESS AGENDA ITEM – E - The Aviation Authority Board noted that there were two internal inconsistencies in the existing Lobbying Policies. The first internal inconsistency is that the current policy defines consequences for violations of the policy for former board members and employees lobbying in violation of the six-month ban on lobbying activities by those former officials and employees; but, there is no defined consequence for other lobbyists who violate the policies. Second, there is a consequence for lobbyists violating the no- lobbying period prohibition during procurements; yet, as noted above, there were no consequences for these lobbyists defined outside of the no-lobbying period.

The Aviation Authority Board also noted that the Lobbying Policies needed two main clarifications. First, the Aviation Authority Board expressed a desire to define more clearly the sanctions that may result from a violation of the no-lobbying period. Second, the Aviation Authority Board highlighted the fact that the current policy defines consequences for violations of the Lobbying Policies, but does not provide notice of a consequence for violating the lobbying contact part of the policy.

In response to the Aviation Authority Board’s comments, staff has prepared revised Lobbying Policies. The proposed revised policies are attached for Aviation Authority Board consideration. The proposed revised policies are intended to meet the issues raised by the Aviation Authority Board.

ALTERNATIVES

The Aviation Authority Board may adopt the proposed revised policies; amend the proposed revised policies; return the policies to staff for further review; or, vote against the proposed revised policies, the result of which would keep the current Lobbying Policies in place.

FISCAL IMPACT

None.

RECOMMENDED ACTION

It is respectfully requested that the Aviation Authority Board resolve to approve revisions to the Lobbying Policies, as presented.

Organizational Policy: Section 180.01 Lobbying Activities Administration

OBJECTIVE To provide a uniform policy for the monitoring and regulation of the activities of Lobbyists dealing with the Authority. Compliance with this policy is the sole responsibility of the Lobbyist.

DEFINITIONS Lobbyist. Any individual, entity or legal counsel who on behalf of another individual, firm, association, business or organization engages in Lobbying activities as defined below. Further, Lobbyist means any principal of any such business entity, or any employee of a principal, when communicating with governmental agencies is a primary or substantial part of the employee’s ongoing job responsibilities. Authority officials, employees, attorneys or other consultants operating under an existing contract with the Authority, or representatives of other governmental entities, acting in that official capacity shall not be considered a Lobbyist for purposes of this policy.

Lobbying. Communicating with Authority staff or Board members directly or indirectly to seek to encourage the approval, disapproval, adoption, repeal, rescission, passage, defeat or modification of any action, resolution, agreement, recommendation, decision or other foreseeable action to be made by staff members or the Board. Lobbying shall include all such communications, regardless of whether initiated by the Lobbyist or another individual and regardless of whether verbaloral, written or electronic, however, shall not include appearance by a Lobbyist before the Board or Authority committee at a duly noticed meeting.

Notwithstanding the foregoing, it shall not be deemed Lobbying for the purposes of this policy for an attorney to represent any client in connection with an existing contract with the Authority or in connection with the negotiation of any contract with the Authority.

Expenditure. A payment, distribution, loan, advance, reimbursement, deposit, or anything of value made by a Lobbyist, principal, or other entity for the purpose of Lobbying.

REGISTRATION All Lobbyists shall register and re-register each year prior to any AND RE- Lobbying activities. Lobbyists will register with the Director of REGISTRATION Board Services using designated forms. Each Lobbyist who ceases OF LOBBYISTS Lobbying for a particular principal shall file a written notice of withdrawal with the Director of Board Services within seven (7) calendar days of such withdrawal.

GREATER ORLANDO AVIATION AUTHORITY January 16, 2013 POLICY AND PROCEDURE MANUAL Page 1 of 4 Section 180.01 Organizational Policy: Administration Lobbying Activities

FORMS The Executive Director may prescribe forms for the registration and re-registration of Lobbyists and may require, at a minimum, the following information:

• The Lobbyist’s name and business address • The name and business address of each principal • The specific areas of the principal’s governmental interest • Where the principal is a corporation or association, the name of the chief executive officer • Where the principal is a general partnership or joint venture, the names of all general partners • Where the principal is a limited partnership, the name of the general partners and limited partners • Where the principal is a trust, the names of all trustees and beneficiaries • Except where the principal is an entity whose securities are traded in a public stock exchange, where the principal is a partnership, joint venture, corporation, association, trust or non-governmental entity other than a natural person, the names of all natural persons holding, directly or indirectly, a five (5) percent or more ownership interest in the entity; and • Disclosure of any business, professional, or familial relationship that the Lobbyist or any employee of the Lobbyist may have with any Authority staff and/or Board members.

PROCEDURES Record of Lobbying Contacts. In an effort to streamline the availability of lobbying information, members of the Board and employees, excluding the Mayors of the City of Orlando and Orange County, are urged to hold all Lobbying meetings with Lobbyists at the Authority offices. A Lobbyist sign in record will be maintained at the Authority’s executive offices, the Authority Annex building, the Authority’s Engineering and Construction building, Purchasing Department building, Maintenance building and the Administrative offices at the Orlando Executive Airport. In the event a Lobbyist meets with a Board member or employee and engages in Lobbying at a location other than the Authority offices, the Lobbyist shall file a Notice of Lobbying detailing each instance of Lobbying to the Director of Board Services on the form promulgated by the Executive Director within seven (7) calendar days of such Lobbying.

GREATER ORLANDO AVIATION AUTHORITY January 16, 2013 POLICY AND PROCEDURE MANUAL Page 2 of 4 Organizational Policy: Section 180.01 Lobbying Activities Administration

Statement of Lobbying Expenditures. On or before April first of each year, all Lobbyists shall submit to the office of the Director of Board Services, a statement listing all expenditures incurred by the Lobbyist during the preceding calendar year for the purpose of Lobbying.

Prohibition of Lobbying. Lobbying any Authority staff who are members of any committee constituted for the purposes of ranking proposals, letters of interest, statements of qualifications or bids and thereafter forwarding recommendations to the Board and/or Board members from the time that a Request For Proposals, Request For Letters of Interests, Request for Qualifications or Request For Bidrs is eleased to the time that the Board makes an award is prohibited and may result in penalties, as described in Policy Section 180.03.

Investigation of Violations, Penalties, Validity of Actions. The Director of Board Services shall inform the Authority’s General Counsel, the Executive Director, or his designee, of any person engaged in Lobbying activities who has failed to comply with the registration and expenditure reporting requirements of this policy. In each such instance, the General Counsel, Executive Director, or his designee, may request further information and may conduct such investigation as he or she shall deem necessary under the circumstances. The results of each investigation shall be reported to the Board.

Former Members of the Board and Employees. No former member of the Board, or employee may engage in Lobbying until the expiration of a period of six (6) months following the vacation of office or termination of employment. This rule shall not prohibit a former employee from participating in a contract or a bid or proposal for the award of a contract to provide services to the Authority within the former employee’s professional expertise so long as the former employee did not participate in the review or recommendation for award of any contract to the company or firm that employed him or her.

Investigation of Violations, Penalties, Validity of Actions. Following an allegation that any part of this policy has been violated, the General Counsel, Chief Executive Officer, or their designees, may request immediate compliance with the policy, request further information , and may conduct such investigation as they shall deem necessary under the circumstances. The results of each investigation shall be reported to the Board.

GREATER ORLANDO AVIATION AUTHORITY January 16, 2013 POLICY AND PROCEDURE MANUAL Page 3 of 4 Section 180.01 Organizational Policy: Administration Lobbying Activities The Authority Board may warn, reprimand or censure the violator or may suspend or prohibit the violator from Lobbying the Authority Board or any advisory body of the Authority for a period of time; provided, however that any suspension or prohibition may not exceed a period of two (2) years, and no sanction shall be imposed unless the Lobbyist allegedly in violation has been afforded reasonable notice and an opportunity to be heard. The penalties provided in this subsection shall be the exclusive penalties imposed for violation of the registration and reporting

requirements of this policy. The failure or refusal of any Lobbyist to comply with any order of the Board suspending or prohibiting the Lobbyist from Lobbying shall be subject to lawful remedies as the Authority may pursue, including injunctive relief.

Except as described in Policy Section 180.03, Tthe validity of any action taken by the Board or any Authority officers or employees shall not be affected by the failure of any person to comply with the provisions of this policy.

APPROVAL AND UPDATE HISTORY

Last Approval Authority Board: January 16, 2013

Supersedes October 17, 2012 September 19, 2001

GREATER ORLANDO AVIATION AUTHORITY January 16, 2013 POLICY AND PROCEDURE MANUAL Page 4 of 4 14314692.1 Organizational Policy: Section 180.03 Selection Period Communication Administration

OBJECTIVE To provide a uniform policy for restricting communications with Aviation Authority staff and Board Members regarding pending selections of entities for construction, procurement, professional services and concessions. DEFINITIONS Selection Period Communication. Communicating with Aviation Authority staff or Board members directly or indirectly to seek to encourage any specific result in connection with an Aviation Authority selection process pursuant to released requests for Proposals, Requests for Letters of Interest, Requests for Qualifications or Requests for Bids. Selection period communication shall include all such communications, regardless of the individual who initiated the selection period communication and regardless of whether verbaloral, written or electronic.

Notwithstanding the foregoing, it shall not be deemed selection period communication for the purposes of this policy for an attorney to represent any client in connection with an existing contract with the Aviation Authority or in connection with the negotiation of any contract with the Aviation Authority.

PROCEDURES Prohibition of Selection Period Communication. Engaging in selection period communication with any Aviation Authority staff who is a member of any committee constituted for the purposes of ranking proposals, letters of interest, statements of qualifications or bids and thereafter forwarding recommendations to the Board and/or Board members 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 is prohibited.

Investigation of Violations, Penalties, Validity of Actions. Any Aviation Authority employee who receives information indicating this policy has been violated shall inform the Aviation Authority’s General Counsel and the Chief Executive OfficerExecutive Director. In each such instance, the General Counsel and the Executive Director may request further information and may conduct such investigation as he or she shall deem necessary under the circumstances. The results of each investigation shall be reported to the Board.

The Aviation Authority, in its sole discretion, may reject a bid or proposal, may void a contract, or may impose a monetary or other sanction, where the Aviation Authority has found, following reasonable notice and a hearing conducted by the Chief Executive Officer or the Chief Executive Officer’s designee that this policy

GREATER ORLANDO AVIATION AUTHORITY January 16, 2013 POLICY AND PROCEDURE MANUAL Page 1 of 2 Organizational Policy: Section 180.03 Selection Period Communication Administration

was violated.

The Authority Board may warn, reprimand or censure the any person or entity who violated this policyviolator or may suspend or prohibit that personthe violator from participating in the any selection process at the Authority for a period of time; provided, however that any suspension or prohibition may not exceed a period of two (2) years, and no sanction shall be imposed unless the violator allegedly in violation has been afforded reasonable notice and an opportunity to be heard. The failure or refusal of any person or entity to comply with any order of the Board shall be subject to lawful remedies as the Aviation Authority may pursue, including injunctive relief.

Except as provided above, Tthe validity of any action taken by the Board or any Aviation Authority Officers or employees shall not be affected by the failure of any person to comply with the provisions of this policy.

APPROVAL AND UPDATE HISTORY Authority Board: January 16, 2013

Last Approval

January 16, 2013 GREATER ORLANDO AVIATION AUTHORITY Page 2 of 2 POLICY AND PROCEDURE MANUAL 14314414.1

GREATER ORLANDO AVIATION AUTHORITY ______Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

MEMORANDUM

TO: Members of the Aviation Authority

FROM: Phillip N. Brown, Chief Executive Officer

DATE: December 9, 2020

ITEM DESCRIPTION

Notification of Committee Recommendations to the Chief Executive Officer for Approval for December 9, 2020, Aviation Authority Board Meeting

BACKGROUND

The attached list represents contracts executed by the Chief Executive Officer requiring notification to the Board.

In addition, the following list represents a contract recommended by the Professional Services Committee (PSC) to be executed by the Chief Executive Officer requiring notification to the Aviation Authority Board:

• Approval of an Amendment to Purchasing Agreement PS-411, Benefits Consulting Services, with McGriff Insurance Services, Inc. for the Third Renewal Option to extend the Agreement to March 31, 2022, for the total not-to-exceed fee amount of $81,650, with funding from previously-approved Operation and Maintenance Funds. Services provide professional employee benefit consulting services to assist the Aviation Authority in all matters related to the design, implementation and management of the Aviation Authority’s benefit plans. Due to the specialized scope of the required services, MWBE/LDB/VBE participation goals were not established at the time the contract was awarded. [Reference PSC meeting held November 17, 2020, Agenda Item No. 5].

• An Addendum to the Information Technology (IT) Consulting Services Agreement with Barich, Inc. for Fiscal Year (FY) 2021 SplashBI and Excel Workbook Reporting Consulting Services to the Finance Department, for the total not-to- exceed fee amount of $24,312, with funding from previously-approved Operation and Maintenance Funds. These services will include, but are not limited to, assisting Construction Finance in the review and modification, as well as the creation of new, SplashBI reports. SplashBI is an enterprise-ready platform for business analytics and provides reporting and visualizations of financial data. Due to the specialized scope of the required services, Barich, Inc. does not propose any MWBE/LDB/VBE participation on this addendum. [Reference PSC Meeting held November 17, 2020, Agenda Item No. 6].

INFORMATION ITEM – A – PURCHASING SUBMITTALS FOR BOARD NOTIFICATION - December 2020 Committee Date Action Competition Vendor Cost Funding Description of Goods or Service Term Approval Signed Award Emergency Gomez Construction NA $18,962.35 O & M Funds Provide repair services at Parking One Time Order 9/1/20 Purchase Company Garage B Post Tension Cable for EP-00182 Maintenance Dept. Amendment No. 2 GOAA Bid Home Paramount Pest NA $0.00 O & M Funds Pest Control Services- Contract Contract Term: 11/5/2020 Contract 08-19 Control Company Adjustment: Adjust and revise the 10/1/20-6/30/22 Adjustment locations of the area being provided pest control services to include additional trailer locations and revise the addresses of (6) original trailer locations. Note: Contract Adjustment with no cost. Amendment No. 2 GOAA Bid Linda George CPA CPC Memo $187,200.00 O & M Funds Financial Consulting Services - Contract Term: 11/3/2020 Renewal Option PS-542 9/21/20 Option#1. 1/2/21-1/1/22

GREATER ORLANDO AVIATION AUTHORITY ______Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

MEMORANDUM

TO: Members of the Aviation Authority

FROM: Davin D. Ruohomaki, Chairman, Professional Services Committee

DATE: December 9, 2020

ITEM DESCRIPTION

Notification of the Professional Services Committee’s Approval of the Lists of Pre- Qualified Subcontractors/Suppliers for Major Trade Packages for the South Terminal C, Phase 1, Program, at the Orlando International Airport

BACKGROUND

In accordance with the Construction Manager at Risk (CM@R) Agreements for the South Terminal C, Phase 1, Program, and the Aviation Authority’s Policies and Procedures 120.10 (Professional Services Committee) and 130.03 (Construction Management Contracts), the CM@Rs’ proposed lists of prequalified subcontractors/suppliers for each major trade package must be approved by the Professional Services Committee.

No pre-qualified subcontractors/suppliers have been added to the lists since September 2020. Attached are charts that reflect updated pre-qualification percentages through November 30, 2020.

INFORMATION ITEM – B – Prequalified Subcontractors Program Goals MWBE LDB DBE

TK Construction 20% 4% 13% (STC-P1) TK CM 20% 3% -

HP Construction 20% 4% -

HP CM 25% 6% - TK Prequalified Subcontractors Turner-Kiewit MWBE LDB / DBE Participation 30%

Classification Classification Count Total Firms Prequalified Percentage 70% MWBE/LDB/SDVOBE/DBE* 182 614 29.64% Non MWBE/LDB/SDVOBE/DBE 430 614 70.03%

* 191 Firms have DBE classification MWBE/LDB/SDVOBE/DBE Non MWBE/LDB/SDVOBE/DBE Turner-Kiewit

HP Prequalified Subcontractors Hensel Phelps MWBE LDB / DBE Participation 27%

Classification Classification Count Total Firms Prequalified Percentage 73% MWBE/LDB/SDVOBE/DBE* 161 602 26.74% Non MWBE/LDB/SDVOBE/DBE 441 602 73.26%

* 101 Firms have DBE classification MWBE/LDB/SDVOBE/DBE Non MWBE/LDB/SDVOBE/DBE GMP Summary PCL Awarded: Turner-Kiewit Joint Venture $5,967,637

GMP # Description CMAR Board Approval Date Awarded Value 1-S EARLY SITEWORK AND STRUCTURES PCL AWARDED $5,967,637 TK Awarded: 3-S VOID VOID VOID $0 4-S TK JV GENERAL CONDITIONS TK AWARDED $4,085,999 $1,358,863,287 4S.1 TK JV GENERAL CONDITIONS, FY2018 PART 1 TK AWARDED $3,245,759 4S.2 TK JV GENERAL CONDITIONS, FY2018 PART 2 TK AWARDED $7,430,864 HP Awarded: 4S.3 TK JV GENERAL CONDITIONS, FY2019 TK AWARDED $37,457,840 4S.4 TK JV GENERAL CONDITIONS, FY2020 TK AWARDED $36,964,003 $647,188,771 4S.5 TK JV GENERAL CONDITIONS, FY2021 TK AWARDED $32,429,738 5-S LANDSIDE CLEAR/GRUB/EARTHWORK/GRADING TK AWARDED $7,311,316

5S.1 LANDSIDE DEEP FOUNDATIONS TK AWARDED $9,342,581 5S.2 LANDSIDE UTILITIES & BALANCES OF SITEWORK TK AWARDED $67,016,380 5S.3 ENPLANE/DEPLANE BRIDGE & ROADWAYS – FDOT TK AWARDED $19,867,655 5S.4 LANDSIDE CONVEYING EQUIPMENT JOINT PROCUREMENT WITH HP TK AWARDED $16,019,234 5S.5 ENPLANE/DEPLANE BRIDGE & ROADWAYS – BALANCE OF WORK – FDOT TK AWARDED $72,705,289 5S.6 UNDERGROUND ELECTRICAL DISTRIBUTION TK AWARDED $50,781,516 7-S LANDSIDE TERMINAL, STRUCTURE, & ENCLOSURE TK AWARDED $129,780,502 7S.1 LANDSIDE TERMINAL, REMAINING STRUCTURE & SYSTEMS TK AWARDED $175,499,438 7S.2 LANDSIDE TERMINAL FINISHES TK AWARDED $89,331,410 7S.3 LANDSIDE TERMINAL, MEP SYSTEMS - FDOT TK AWARDED $131,079,.140 7S.4 PHASE I – EXPERIENTIAL MEDIA ENVIRONMENT TK AWARDED $11,692,367 8-S GROUND TRANSPORTATION FACILITY (FDOT) TK AWARDED $25,823,015 8S.1 PHASE I – GROUND TRANSPORTATION FACILITY TK AWARDED $38,464,958 9-S PARKING GARAGE TK AWARDED $46,452,624 9S.1 PARKING FACILITY – PHASE II TK AWARDED $12,012,880 14-S CENTRAL ENERGY PLANT & EPG BUILDING TK AWARDED $67,340,011 17-S CHECKPOINT DELTA TK AWARDED $3,622,174 18-S SITE LOGISTICS RELOCATION TK AWARDED $47,525,359 GMP Summary PCL Awarded: Hensel Phelps Construction $5,967,637

GMP # Description CMAR Board Approval Date Awarded Value 2-S MASS CLEARING, GRUBBING AND LAKE GILLOOLY HP AWARDED $34,895,308 TK Awarded: 2S.1 AIRSIDE SITE UTILITIES & BALANCE OF SITEWORK HP AWARDED $31,568,234 $1,358,863,287 6-S AIRSIDE TERMINAL FOUNDATIONS HP AWARDED $21,699,986 6S.1 AIRSIDE TERMINAL, STRUCTURE, & ENCLOSURE HP AWARDED $173,802,148 6S.2 AIRSIDE ENCLOSURE & EXTERIOR FINISHES HP AWARDED $123,821,291 HP Awarded: 6S.3 AIRSIDE EARLY INTERIORS HP AWARDED $43,175,062 $647,188,771 6S.4 AIRSIDE INTERIOR FINISHES & SPECIALTIES HP AWARDED $60,219,924

6S.5 AIRSIDE EXPERIENTIAL MEDIA ENVIRONMENT (EME) HP AWARDED $10,929,559

6S.6 STC AIRSIDE CONCOURSE HP AWARDED $23,208,214 APRON PAVEMENT 10-S HP AWARDED $7,665,705

11-S FUELING SYSTEM HP AWARDED $32,394,501

15-S STC GROUND SUPPORT EQUIPMENT FACILITY HP AWARDED $30,140

16-S HP GENERAL CONDITIONS, FY2018 PART 1 HP AWARDED $3,861,131

16S.1 HP GENERAL CONDITIONS, FY2018 PART 2 HP AWARDED $1,942,581

16S.2 HP GENERAL CONDITIONS, FY2018 PART 3 HP AWARDED $6,717,275

16S.3 HP GENERAL CONDITIONS, FY 2019 HP AWARDED $28,326,415

16S.4 HP GENERAL CONDITIONS, FY 2020 HP AWARDED $21,188,662

16S.5 HP GENERAL CONDITIONS, FY 2021 HP AWARDED $21,742,635 CONSTRUCTION PROGRESS REPORT

For Board Meeting of December 09, 2020

ORLANDO INTERNATIONAL AND EXECUTIVE AIRPORTS

INFORMATION ITEM - C - MCO LOCATION MAP FOR ACTIVE CONSTRUCTION PROJECTS BP485/E239/E265/R096/ V931/V952/

Project No Description Contractor (Vendor) BP-00482-MCO GATE E-50 & CHECKPOINT CHARLIE DEVELOPMENT Carr & Collier Inc. BP-00483-MCO INTRUSION DETECTION SYS. & POND SECURITY FENCING (D/B) R. L. Burns, Inc. BP-00485-MCO HYATT LOBBY RENOVATION (DESIGN/BUILD) The Weitz Company LLC BP-00486-MCO RUNWAY 18L-36R REHABILITATION AND RELATED WORK Hubbard Construction Company BP-S00132-MCO BAGGAGE HANDLING SYSTEM (DBOM) Vanderlande Industries, Inc. BP-S00139-MCO LANDSIDE SITE UTILITIES AND BALANCE OF SITEWORK (GMP#5-S.2) Turner-Kiewit Joint Venture BP-S00141-MCO LANDSIDE CONVEYING EQUIPMENT (GMP 5-S.4) Turner-Kiewit Joint Venture BP-S00143-MCO AIRSIDE TERMINAL, STRUCTURE & ENCLOSURE (GMP#6-S.1) Hensel Phelps Construction BP-486 BP-S00144-MCO AS TERM, ENCLOSURES AND EXT FINISHES (GMP#6-S.2) Hensel Phelps Construction BP-S00145-MCO AIRSIDE TERMINAL, EARLY INTERIORS (GMP#6-S.3) Hensel Phelps Construction BP482 BP-S00146-MCO LANDSIDE TERMINAL STRUCTURE AND ENCLOSURE (GMP#7-S) Turner-Kiewit Joint Venture BP-S00147-MCO LANDSIDE TERM, REMAINING STRUCTURE & SYSTEMS (GMP#7-S.1) Turner-Kiewit Joint Venture BP-S00148-MCO LANDSIDE TERMINAL FINISHES (GMP#7-S.2) Turner-Kiewit Joint Venture BP-S00149-MCO GROUND TRANSPORTATION FACILITY (GTF) - FDOT (GMP#8-S) Turner-Kiewit Joint Venture BP-S00154-MCO FUELING SYSTEM (GMP#11-S) Hensel Phelps Construction BP-S00156-MCO CENTRAL ENERGY PLANT AND EPG BUILDING (GMP#14-S) Turner-Kiewit Joint Venture BP-S00157-MCO GROUND SUPPORT SERVICES (GMP#15-S) Hensel Phelps Construction BP-483 BP-S00158-MCO CHECKPOINT DELTA (GMP#17-S) Turner-Kiewit Joint Venture H-S013 BP-S00163-MCO ENPLANE/DEPLANE BRIDGE & ROADWAYS BALANCE OF WORK-FDOT (GMP#5-S.5) Turner-Kiewit Joint Venture V-S010 BP-S00167-MCO S TERM C, PH-1 - HP GENERAL CONDITIONS FY2021 (GMP#16-S.5) Hensel Phelps Construction BP-S00168-MCO AIRSIDE TERMINAL INTERIORS FINISHES AND SPECIALTIES (GMP#6-S.4) Hensel Phelps Construction BP-S00169-MCO S TERM C, PH-1 – TK GENERAL CONDITIONS FY2021 (GMP#4-S.5) Turner-Kiewit Joint Venture BP-S00170-MCO UNDERGROUND ELECTRICAL DISTRIBUTION (GMP#5-S.6) Turner-Kiewit Joint Venture BP-S00173-MCO LANDSIDE TERMINAL MEP SYSTEMS - (GMP#7-S.3) Turner-Kiewit Joint Venture BP-S00177-MCO S TERM C, PH 1 - AIRSIDE EME (GMP #6-S.5) Hensel Phelps Construction BP-S00178-MCO S TERM C, PH 1 - AIRFIELD CIVIL (GMP 19-S) Turner-Kiewit Joint Venture BP-S00179-MCO AIRSIDE CONCOURSE (GMP#6-S.6) Hensel Phelps Construction BP-S00180-MCO LANDSIDE EME (GMP#7-S.4) Turner-Kiewit Joint Venture BP-S00181-MCO GROUND TRANSPORTATION FACILITY (GTF) (GMP#8-S.1) Turner-Kiewit Joint Venture E-00239-MCO MISC LIGHT FIXTURES FOR PARKING GARAGES A, B & TERMINAL TOP BergElectric Corp. E-00265-MCO HYATT POOL PUMP ROOM ELECTRICAL CONDUIT REPLACEMENT BergElectric Corp. E-S00009-MCO RUNWAY 17L FAA ALSF-2 MODIFICATIONS H. L. Pruitt Corporation H-00299-MCO AOA SECURITY FENCE UPGRADE Florida Door Control of Orlando, Inc. H-S00013-MCO HBJ BUILDING FIRE WATER LINE TIE-IN Carr & Collier Inc. L-00052-MCO ON-CALL LOW VOLTAGE SERVICES (FY21-PRECISION) Precision Contracting Services, Inc. L-00055-MCO ON-CALL LOW VOLTAGE SERVICES (FY21-QCC) Quality Cable Contractors, Inc. L-00056-MCO ON-CALL LOW VOLTAGE SERVICES (FY21-ORION) Orion Management Services, LLC L-00057-MCO ON-CALL LOW VOLTAGE SERVICES (FY21-OBTS) OBTSW, Inc. BPS130/BPS132/BP-S133 /BPS138/BPS140/ L-S00005-MCO ON-CALL LOW VOLTAGE SERVICES STC/ITF (FY21-ORION) Orion Management Services, LLC BPS141/BPS142/BPS144/BPS145/ L-S00006-MCO ON-CALL LOW VOLTAGE SERVICES STC/ITF (FY21-OBTS) OBTS, Inc. R-00096-MCO MCO SKYLIGHT REPAIRS AT GREAT HALL Advanced Roofing, Inc. BP-S146/BPS147/BPS150/ BPS151/ R-00097-MCO ON-CALL EMERGENCY ROOF REPAIRS AND WATERPROOFING MAINTENANCE P&A Roofing and Sheet Metal, Inc. BPS152 / BPS154/BP-S156/BPS157/BPS158/ V-00931-MCO HYATT FCU PANEL RELOCATIONS ON 8TH AND 9TH FLOORS Gomez Construction Company H-299, L052, L055, L056, L057 BP-S63/BPS170/BPS173/BPS174/BPS176/ V-00952-MCO QTA BUILDING A1, A2 & A3 UPGRADES The Collage Companies LS005, LS006, R097 located at BPS177/BPS178/BPS179/BPS180/BPS181 V-S00010-MCO HBJ WAREHOUSE INTERIOR RENOVATIONS (DESIGN/BUILD) Gomez Construction Company various locations. Orlando Executive Airport December 2020 – No active projects

R-00090-ORL COLONIAL PROMENADE BUILDING 238 ROOF REPLACEMENT $191,301.00 R-00091-ORL COLONIAL PROMENADE BUILDING 239 ROOF REPLACEMENT $439,690.00 R-00094-ORL ORL COLONIAL PROMENADE BUILDING 239 THEATER REHAB $147,900.00 PROJECTS IN CONSTRUCTION

BP-00482-MCO GATE E-50 & CHECKPOINT CHARLIE DEVELOPMENT

CONTRACTOR: Carr & Collier Inc. GOAA CONTACTS: A/E: HNTB Corporation Sponsor: Planning, Engineering, & Construction OAR: Geotech Consultants International, Inc. dba Construction: Davin Ruohomaki GCI, Inc. FUNDING: Cap. Ex. (Capital Expenditure Fund) PROJECT COST: $6,232,841.86

SCOPE: This project is to develop and construct Gate E-50, Checkpoint Charlie and other associated improvement in a permanent location just south of the intersection of Cargo Road and Casa Verde Drive. The proposed location avoids conflicts with known future improvements. STATUS: Project achieved substantial completion.

NOTICE TO PROCEED: 10/21/19 CONSTRUCTION COST: TIME(DAYS) COMPLETION Original Contract $4,656,900.00 220 05/27/20 Thru Change Order # 4 $369,084.91 7.9% 97 Current Contract $5,025,984.91 317 09/01/20 Paid To Date Thru PA # 14 $4,654,082.14 92.6% Time: 124.6% ANTICIPATED COMPLETION: Subst.Compl.

Greater Orlando Aviation Authority - Construction Report for December 2020 Page 1 of 44 PROJECTS IN CONSTRUCTION

BP-00483-MCO INTRUSION DETECTION SYS. & POND SECURITY FENCING (D/B) CONTRACTOR: R. L. Burns, Inc. GOAA CONTACTS: A/E: Kimley-Horn and Associates, Inc. Sponsor: Security OAR: PSA Management Inc. Construction: Mike Patterson FUNDING: Cap. Ex. (Capital Expenditure Fund),FDOT PROJECT COST: $2,692,658.00 FDOT FM 438486, CIR00248

SCOPE: Install security fencing between the Secure areas of the airport and the public accessible areas at the Orlando International Airport. The area affected by this project separates public space from Airsides 1 and 3. STATUS: Clearing for fence post installation complete. Delay in shipping fence materials will extend the project duration. Fence posts were delivered on May 5, 2020. Installation started on May 11, 2020, and continues, Installation is approximately 90% complete. NOTICE TO PROCEED: 09/24/18 CONSTRUCTION COST: TIME(DAYS) COMPLETION Original Contract $1,876,847.00 180 03/22/19 Thru Change Order # 3 $495,229.50 26.4% 599 Current Contract $2,372,076.50 779 11/10/20 Paid To Date Thru PA # 13 $1,885,071.59 79.5% Time: 100.1% ANTICIPATED COMPLETION: 11/10/2020

Greater Orlando Aviation Authority - Construction Report for December 2020 Page 2 of 44 PROJECTS IN CONSTRUCTION

BP-00485-MCO HYATT LOBBY RENOVATION (DESIGN/BUILD) CONTRACTOR: The Weitz Company LLC GOAA CONTACTS: A/E: TBD Sponsor: Hyatt Regency Hotel OAR: NONE Construction: Arlene Grant FUNDING: Cap. Ex. (Capital Expenditure Fund) PROJECT COST: $882,060.35

SCOPE: Lobby Renovations in the Hyatt Regency Hotel at the Orlando International Airport. Scope of work will include, but is not limited to, new carpeting and hard flooring/floor tiles; wayfinding signage; new millwork and equipment; replace interior landscaping and planters; new access lighting; light fixtures and ceiling fans; painting and new wall coverings; and, new soft seating/area rugs/televisions. STATUS: This project is in the submittal/procurement phase. Start of construction is currently on-hold due to COVID-19 impacts. NOTICE TO PROCEED: 11/19/19 CONSTRUCTION COST: TIME(DAYS) COMPLETION Original Contract $882,060.35 365 11/17/20 Thru Change Order # 0 $0.00 0.0% 0 Current Contract $882,060.35 365 11/17/20 Paid To Date Thru PA # 4 $343,348.10 38.9% Time: 53.7% ANTICIPATED COMPLETION: OnHold

Greater Orlando Aviation Authority - Construction Report for December 2020 Page 3 of 44 PROJECTS IN CONSTRUCTION

BP-00486-MCO RUNWAY 18L-36R REHABILITATION AND RELATED WORK CONTRACTOR: Hubbard Construction Company GOAA CONTACTS: A/E: Avcon, Inc. Sponsor: Planning, Engineering, & Construction OAR: A2 Group, Inc. Construction: Tuan Nguyen (Const) FUNDING: Cap. Ex. (Capital Expenditure Fund),FAA PROJECT COST: $35,156,605.00 AIP,FDOT,Aviation Authority Funds,LOC (Line of Credit),GARBS (General Account Revenue Bonds) FAA AIP #3-12-0057-118-2018, FDOT #444239-1-94-01 SCOPE: Rehabilitation and improvements for the existing pavements for Runway 18L-36R at the Orlando International Airport. Construction work includes milling, crack seal and overlay of existing asphalt pavement; removal and replacement of existing PCC pavement, joint/spall repair; reconstruction of 10'- 0" of asphalt shoulders on each side of the runway; reconstruction of the asphalt blast pad at Rwy 18L; sealcoating of blast pad at Rwy 36R and improvements to all associated lighting, markings and signage to comply with current FAA standards. STATUS: Project achieved substantial completion.

NOTICE TO PROCEED: 11/14/19 CONSTRUCTION COST: TIME(DAYS) COMPLETION Original Contract $30,049,745.78 270 08/09/20 Thru Change Order # 8 ($2,395,187.45) -8.0% 96 Current Contract $27,654,558.33 366 11/13/20 Paid To Date Thru PA # 8 $23,496,422.82 85.0% Time: 103.0% ANTICIPATED COMPLETION: Subst.Compl.

Greater Orlando Aviation Authority - Construction Report for December 2020 Page 4 of 44 PROJECTS IN CONSTRUCTION

BP-S00132-MCO S TERM C, PH 1 - BAGGAGE HANDLING SYSTEM (DBOM) CONTRACTOR: Vanderlande Industries, Inc. GOAA CONTACTS: A/E: NONE Sponsor: Planning, Engineering, & Construction OAR: Geotech Consultants International, Inc. dba Construction: Davin Ruohomaki GCI, Inc. FUNDING: GARBS (General Account Revenue PROJECT COST: $141,970,662.00 Bonds),PFCs (Passenger Facility Charges)

SCOPE: Design/Build/Operate/Maintain (DBOM) Services for the Baggage Handling System –South Terminal C Phase 1 Program. STATUS: Conveyor installations continue in the hub and wings. Scope deferrals being defined and priced. NOTICE TO PROCEED: 06/14/18 CONSTRUCTION COST: TIME(DAYS) COMPLETION Original Contract $94,900,000.00 902 12/01/20 Thru Change Order # 10 $44,212,575.10 46.6% 365 Current Contract $139,112,575.10 1267 12/01/21 Paid To Date Thru PA # 27 $86,998,009.32 62.5% Time: 70.2% ANTICIPATED COMPLETION: On Schedule

Greater Orlando Aviation Authority - Construction Report for December 2020 Page 5 of 44 PROJECTS IN CONSTRUCTION

BP-S00139-MCO S TERM C, PH 1 – LANDSIDE SITE UTILITIES AND BALANCE OF SITEWORK (GMP#5-S.2) CONTRACTOR: Turner-Kiewit Joint Venture GOAA CONTACTS: A/E: HNTB Corporation Sponsor: Planning, Engineering, & Construction OAR: Geotech Consultants International, Inc. dba Construction: Mark Birkebak GCI, Inc. FUNDING: GARBS (General Account Revenue PROJECT COST: $68,216,389.00 Bonds),CFCs (Customer Facility Charges)

SCOPE: S TERM C, PH 1 – LANDSIDE SITE UTILITIES AND BALANCE OF SITEWORK (GMP#5-S.2) Includes the civil work and required utilities for the Landside Terminal site. STATUS: Duct bank installation is complete on west side of project. Utility installation on the LST side of project is in-progress. Utility installation between garage and enplane/deplane bridge is complete. Construction water service has been established on-site to support mechanical flushing. Lift stations 1 and 2 are in- progress.

NOTICE TO PROCEED: 06/05/18 CONSTRUCTION COST: TIME(DAYS) COMPLETION Original Contract $37,185,724.00 1365 02/28/22 Thru Change Order # 3 $29,830,656.00 80.2% 0 Current Contract $67,016,380.00 1365 02/28/22 Paid To Date Thru PA # 29 $38,203,341.41 57.0% Time: 65.6% ANTICIPATED COMPLETION: On Schedule

Greater Orlando Aviation Authority - Construction Report for December 2020 Page 6 of 44 PROJECTS IN CONSTRUCTION

BP-S00141-MCO S TERM C, PH 1 – LANDSIDE CONVEYING EQUIPMENT (GMP 5-S.4) CONTRACTOR: Turner-Kiewit Joint Venture GOAA CONTACTS: A/E: HNTB Corporation Sponsor: Planning, Engineering, & Construction OAR: Geotech Consultants International, Inc. dba Construction: Mark Birkebak GCI, Inc. FUNDING: GARBS (General Account Revenue PROJECT COST: $16,787,006.00 Bonds),CFCs (Customer Facility Charges),PFCs (Passenger Facility Charges)

SCOPE: Includes the costs for the elevators and escalators in the Landside Terminal, Parking Garage. This also includes the escalators for the Ground Transportation Facility. This is a joint procurement with HP. STATUS: Escalators and elevator equipment are being installed as building progress allows. NOTICE TO PROCEED: 06/05/18 CONSTRUCTION COST: TIME(DAYS) COMPLETION Original Contract $15,871,953.00 1365 02/28/22 Thru Change Order # 2 $147,281.00 0.9% 0 Current Contract $16,019,234.00 1365 02/28/22 Paid To Date Thru PA # 19 $8,181,172.95 51.1% Time: 65.3% ANTICIPATED COMPLETION: On Schedule

Greater Orlando Aviation Authority - Construction Report for December 2020 Page 7 of 44 PROJECTS IN CONSTRUCTION

BP-S00143-MCO S TERM C, PH 1 – AIRSIDE TERMINAL, STRUCTURE & ENCLOSURE (GMP#6-S.1) CONTRACTOR: Hensel Phelps Construction GOAA CONTACTS: A/E: HNTB Corporation Sponsor: Planning, Engineering, & Construction OAR: Geotech Consultants International, Inc. dba Construction: Mark Birkebak GCI, Inc. FUNDING: GARBS (General Account Revenue PROJECT COST: $172,414,591.00 Bonds),PFCs (Passenger Facility Charges)

SCOPE: The scope of Project BP No . S00143 provides for airside terminal early procurement , which includes concrete, steel and waterproofing for the airside terminal for South Terminal C. Placement of slab on grade is in progress. STATUS: Fire protection, plumbing, roofing and HVAC rough-in continues. Exterior curtain wall glass and clerestory glass continues. Escalators have been staged inside the building. Elevators are being installed in the building as progress allows. All HVAC equipment is on the site and is being installed as progress permits. Switchgear continues to arrive on site systematically and being rigged into place. Chilled water pipe flushing and treatment is complete Chilled water insulation is nearing completion. Air handler connection are being finalized and prepared for startup. Air handler connection are being finalized and prepared for startup. Temporary scaffolding is complete and lights, fire protection, and finishes are being installed in the skylight area.

NOTICE TO PROCEED: 05/03/18 CONSTRUCTION COST: TIME(DAYS) COMPLETION Original Contract $150,612,012.00 1398 02/28/22 Thru Change Order # 8 $21,802,579.00 14.5% 0 Current Contract $172,414,591.00 1398 02/28/22 Paid To Date Thru PA # 35 $140,871,062.61 81.7% Time: 65.6% ANTICIPATED COMPLETION: On Schedule

Greater Orlando Aviation Authority - Construction Report for December 2020 Page 8 of 44 PROJECTS IN CONSTRUCTION

BP-S00144-MCO S TERM C, PH 1 – AS TERM, ENCLOSURES AND EXT FINISHES (GMP#6-S.2) CONTRACTOR: Hensel Phelps Construction GOAA CONTACTS: A/E: HNTB Corporation Sponsor: Planning, Engineering, & Construction OAR: Geotech Consultants International, Inc. dba Construction: Mark Birkebak GCI, Inc. FUNDING: GARBS (General Account Revenue PROJECT COST: $116,813,247.00 Bonds),PFCs (Passenger Facility Charges)

SCOPE: STC, PH 1 – AS TERM, ENCLOSURES AND EXT FINISHES (GMP#6-S.2). The scope of Project BP No. S00144 includes the costs for electrical, framing and drywall, roofing, stucco, exterior metal panels, waterproofing and caulking, air barrier, passenger boarding bridge foundations, horizontal lifeline system, miscellaneous metals, utility transformers and fiber ductbank. STATUS: In-wall raceway rough-in is ongoing. Electrical conduit installation, exterior infill light gauge framing and exterior fenestration are on-going. Metal panel installation on exterior is underway. Electrical distribution gear is arriving systematically and being rigged into place. Metal panel installation on exterior is underway. Boarding bridge foundation installation is nearing completion. NOTICE TO PROCEED: 07/05/18 CONSTRUCTION COST: TIME(DAYS) COMPLETION Original Contract $104,107,463.00 1335 02/28/22 Thru Change Order # 8 $17,045,449.00 16.4% 0 Current Contract $121,152,912.00 1335 02/28/22 Paid To Date Thru PA # 31 $89,664,139.84 74.0% Time: 65.1% ANTICIPATED COMPLETION: On Schedule

Greater Orlando Aviation Authority - Construction Report for December 2020 Page 9 of 44 PROJECTS IN CONSTRUCTION

BP-S00145-MCO S TERM C, PH 1 – AIRSIDE TERMINAL, EARLY INTERIORS (GMP#6-S.3) CONTRACTOR: Hensel Phelps Construction GOAA CONTACTS: A/E: HNTB Corporation Sponsor: Planning, Engineering, & Construction OAR: Geotech Consultants International, Inc. dba Construction: Mark Birkebak GCI, Inc. FUNDING: GARBS (General Account Revenue PROJECT COST: $45,191,243.00 Bonds),PFCs (Passenger Facility Charges)

SCOPE: STC, PH 1 – AIRSIDE TERMINAL, EARLY INTERIORS (GMP#6-S.3) includes the ornamental metals and railings, millwork, doors/frames/hardware, overhead service doors, spray-applied fireproofing and insulation, intumescent fireproofing, interior storefront and glass wall systems, acoustical ceilings, interior plaster, terrazzo and building signage for the Airside Terminal at the Orlando International Airport. STATUS: Submittals are complete. Interior masonry walls are complete Fireproofing of structural steel is ongoing. Interior light gauge framing is underway. Prime painting is continues. Terrazzo, restroom tile and interior glass and are in-progress. NOTICE TO PROCEED: 09/11/18 CONSTRUCTION COST: TIME(DAYS) COMPLETION Original Contract $45,191,243.00 1267 02/28/22 Thru Change Order # 5 ($2,016,181.00) -4.5% 0 Current Contract $43,175,062.00 1267 02/28/22 Paid To Date Thru PA # 26 $21,415,759.18 49.6% Time: 63.6% ANTICIPATED COMPLETION: On Schedule

Greater Orlando Aviation Authority - Construction Report for December 2020 Page 10 of 44 PROJECTS IN CONSTRUCTION

BP-S00146-MCO S TERM C, PH 1 – LANDSIDE TERMINAL STRUCTURE AND ENCLOSURE (GMP#7-S) CONTRACTOR: Turner-Kiewit Joint Venture GOAA CONTACTS: A/E: HNTB Corporation Sponsor: Planning, Engineering, & Construction OAR: Geotech Consultants International, Inc. dba Construction: Mark Birkebak GCI, Inc. FUNDING: GARBS (General Account Revenue PROJECT COST: $117,001,289.00 Bonds),PFCs (Passenger Facility Charges)

SCOPE: The Landside Terminal approximately 800,000SF. South Terminal C Phase 1 Program. The scope of Project BP No. S00146 provides for the landside terminal early procurement which includes the concrete, steel, curtain wall and waterproofing for the South Terminal C. STATUS: MEP service hanger installation is in-progress. Concrete slab-on-grade work is complete. Curtain wall, punch window installation and stucco are in progress.

NOTICE TO PROCEED: 04/27/18 CONSTRUCTION COST: TIME(DAYS) COMPLETION Original Contract $106,397,624.00 1404 02/28/22 Thru Change Order # 2 $23,382,878.00 22.0% 0 Current Contract $129,780,502.00 1404 02/28/22 Paid To Date Thru PA # 42 $113,939,579.36 87.8% Time: 67.2% ANTICIPATED COMPLETION: On Schedule

Greater Orlando Aviation Authority - Construction Report for December 2020 Page 11 of 44 PROJECTS IN CONSTRUCTION

BP-S00147-MCO S TERM C, PH 1 – LANDSIDE TERM, REMAINING STRUCTURE & SYSTEMS (GMP#7-S.1) CONTRACTOR: Turner-Kiewit Joint Venture GOAA CONTACTS: A/E: HNTB Corporation Sponsor: Planning, Engineering, & Construction OAR: Geotech Consultants International, Inc. dba Construction: Mark Birkebak GCI, Inc. FUNDING: GARBS (General Account Revenue PROJECT COST: $168,911,876.00 Bonds),PFCs (Passenger Facility Charges),FDOT

SCOPE: STC, PH 1 – LANDSIDE TERM, REMAINING STRUCTURE & SYSTEMS (GMP#7-S.1) Includes the building systems such as HVAC, electrical, plumbing, and fire suppression for the Landside Terminal at the Orlando International Airport. STATUS: Fireproofing is underway. Exterior fenestration work continues. Interior light-gauge framing is underway. Exterior light-gauge framing, skylight installation, clerestory installation and roofing are in- progress. NOTICE TO PROCEED: 11/30/18 CONSTRUCTION COST: TIME(DAYS) COMPLETION Original Contract $158,731,417.00 1187 02/28/22 Thru Change Order # 2 $16,768,021.00 10.6% 0 Current Contract $175,499,438.00 1187 02/28/22 Paid To Date Thru PA # 25 $72,398,537.26 41.3% Time: 60.7% ANTICIPATED COMPLETION: On Schedule

Greater Orlando Aviation Authority - Construction Report for December 2020 Page 12 of 44 PROJECTS IN CONSTRUCTION

BP-S00148-MCO S TERM C, PH 1 – LANDSIDE TERMINAL FINISHES (GMP#7 -S.2) CONTRACTOR: Turner-Kiewit Joint Venture GOAA CONTACTS: A/E: HNTB Corporation Sponsor: Planning, Engineering, & Construction OAR: Geotech Consultants International, Inc. dba Construction: Mark Birkebak GCI, Inc. FUNDING: GARBS (General Account Revenue PROJECT COST: $91,336,056.00 Bonds),PFCs (Passenger Facility Charges)

SCOPE: S TERM C, PH 1 – LANDSIDE TERMINAL FINISHES (GMP#7-S.2) Includes metal panels, roofing, stucco, framing, drywall, and interior finishes for the Landside Terminal. STATUS: Material fabrication and terrazzo flooring are in-progress. NOTICE TO PROCEED: 08/01/19 CONSTRUCTION COST: TIME(DAYS) COMPLETION Original Contract $91,336,056.00 943 02/28/22 Thru Change Order # 1 ($2,004,646.00) -2.2% 0 Current Contract $89,331,410.00 943 02/28/22 Paid To Date Thru PA # 14 $8,071,614.52 9.0% Time: 50.6% ANTICIPATED COMPLETION: On Schedule

Greater Orlando Aviation Authority - Construction Report for December 2020 Page 13 of 44 PROJECTS IN CONSTRUCTION

BP-S00149-MCO S TERM C, PH 1 – GROUND TRANSPORTATION FACILITY (GTF) - FDOT (GMP#8-S) CONTRACTOR: Turner-Kiewit Joint Venture GOAA CONTACTS: A/E: HNTB Corporation Sponsor: Planning, Engineering, & Construction OAR: Geotech Consultants International, Inc. dba Construction: Mark Birkebak GCI, Inc. FUNDING: GARBS (General Account Revenue PROJECT COST: $70,493,505.51 Bonds),CFCs (Customer Facility Charges)

SCOPE: Ground Transportation Facility is an open air 60' wide walkway from the Landside Terminal to the Phase 1 Parking Garage - South Terminal C Phase 1 Program STATUS: Concrete column continues. Temporary MOT and signage plan around operating APM building has been installed. Deep foundation work is complete. Pile caps are complete. The design of temporary weather protection for the APM building is complete, Scope deferrals being defined and priced. NOTICE TO PROCEED: 10/25/19 CONSTRUCTION COST: TIME(DAYS) COMPLETION Original Contract $16,322,986.00 858 02/28/22 Thru Change Order # 2 $9,500,029.00 58.2% 0 Current Contract $25,823,015.00 858 02/28/22 Paid To Date Thru PA # 11 $12,242,549.71 47.4% Time: 44.8% ANTICIPATED COMPLETION: On Schedule

Greater Orlando Aviation Authority - Construction Report for December 2020 Page 14 of 44 PROJECTS IN CONSTRUCTION

BP-S00154-MCO S TERM C, PH 1 – FUELING SYSTEM (GMP#11-S) CONTRACTOR: Hensel Phelps Construction GOAA CONTACTS: A/E: HNTB Corporation Sponsor: Planning, Engineering, & Construction OAR: Geotech Consultants International, Inc. dba Construction: Mark Birkebak GCI, Inc. FUNDING: GARBS (General Account Revenue Bonds) PROJECT COST: $34,825,688.00

SCOPE: The fuel system, piping and fuel island for the Airfield Operations. STATUS: Pipe fitting, welding, and x-raying is ongoing. Scope deferrals being defined and priced. NOTICE TO PROCEED: 05/03/18 CONSTRUCTION COST: TIME(DAYS) COMPLETION Original Contract $24,484,753.00 1398 02/28/22 Thru Change Order # 3 $9,393,609.00 38.4% 0 Current Contract $33,878,362.00 1398 02/28/22 Paid To Date Thru PA # 30 $25,151,753.63 74.2% Time: 66.6% ANTICIPATED COMPLETION: On Schedule

Greater Orlando Aviation Authority - Construction Report for December 2020 Page 15 of 44 PROJECTS IN CONSTRUCTION

BP-S00156-MCO S TERM C, PH 1 – CENTRAL ENERGY PLANT AND EPG BUILDING (GMP#14-S) CONTRACTOR: Turner-Kiewit Joint Venture GOAA CONTACTS: A/E: HNTB Corporation Sponsor: Planning, Engineering, & Construction OAR: Geotech Consultants International, Inc. dba Construction: Mark Birkebak GCI, Inc. FUNDING: GARBS (General Account Revenue PROJECT COST: $69,662,647.00 Bonds),CFCs (Customer Facility Charges)

SCOPE: S TERM C, PH 1 – CENTRAL ENERGY PLANT AND EPG BUILDING (GMP#14-S) Includes building concrete, masonry, structural steel and miscellaneous metals, waterproofing and caulking, modified bituminous membrane roofing, general trades, stucco, epoxy flooring and paint, signage, fire protection, plumbing diesel fuel transfer and storage system, mechanical and electrical scopes. The emergency transformers and distribution wiring for the Landside Terminal, Central Energy Plant and Parking Garage buildings, and underground chilled water piping from the Central Energy Plant to the Landside Terminal are also included in this GMP. STATUS: Masonry walls are complete. EPG Fuel oil tanks installation is complete. EPG underslab rough-in is complete. CEP steel fabrication and erection are complete. CEP interior painting continues. Concrete work at CEP cooling tower yard is complete. Fabrication of long-lead equipment (chillers, generators, pumps, cooling towers) continues. Electrical gear installation is underway. Interior mechanical pipe installation is underway. EPG tilt wall panels are complete. EPG interior masonry and structural steel are complete. Emergency generators were set in place November 2020.

NOTICE TO PROCEED: 08/31/18 CONSTRUCTION COST: TIME(DAYS) COMPLETION Original Contract $63,916,416.00 1278 02/28/22 Thru Change Order # 2 $3,423,595.00 5.4% 0 Current Contract $67,340,011.00 1278 02/28/22 Paid To Date Thru PA # 31 $54,652,963.05 81.2% Time: 63.5% ANTICIPATED COMPLETION: On Schedule

Greater Orlando Aviation Authority - Construction Report for December 2020 Page 16 of 44 PROJECTS IN CONSTRUCTION

BP-S00157-MCO S TERM C, PH 1 – GROUND SUPPORT SERVICES (GMP#15- S) CONTRACTOR: Hensel Phelps Construction GOAA CONTACTS: A/E: HNTB Corporation Sponsor: Planning, Engineering, & Construction OAR: Geotech Consultants International, Inc. dba Construction: Mark Birkebak GCI, Inc. FUNDING: GARBS (General Account Revenue Bonds) PROJECT COST: $8,337,753.00

SCOPE: Ground Support Services building (2,500SF) is a single story CMU structure at the South Terminal C. STATUS: Project has been stopped. Scope deferrals being defined and priced. NOTICE TO PROCEED: 01/22/20 CONSTRUCTION COST: TIME(DAYS) COMPLETION Original Contract $6,346,834.00 769 02/28/22 Thru Change Order # 1 ($6,316,694.13) -99.5% 0 Current Contract $30,139.87 769 02/28/22 Paid To Date Thru PA # 1 $37,684.80 125.0% Time: 6.2% ANTICIPATED COMPLETION: To be deferred

Greater Orlando Aviation Authority - Construction Report for December 2020 Page 17 of 44 PROJECTS IN CONSTRUCTION

BP-S00158-MCO S TERM C, PH 1 – CHECKPOINT DELTA (GMP#17-S) CONTRACTOR: Turner-Kiewit Joint Venture GOAA CONTACTS: A/E: HNTB Corporation Sponsor: Planning, Engineering, & Construction OAR: Geotech Consultants International, Inc. dba Construction: Mark Birkebak GCI, Inc. FUNDING: GARBS (General Account Revenue Bonds) PROJECT COST: $3,622,174.00

SCOPE: The Check Point Delta building and covered roadway - South Terminal C Phase 1 Program STATUS: Grading and site work continues. Underground MEP is complete. Masonry is complete. Interior framing is complete. Exterior vapor barrier, roofing, and stucco are complete.

NOTICE TO PROCEED: 07/10/19 CONSTRUCTION COST: TIME(DAYS) COMPLETION Original Contract $3,622,174.00 965 02/28/22 Thru Change Order # 0 $0.00 0.0% 0 Current Contract $3,622,174.00 965 02/28/22 Paid To Date Thru PA # 7 $1,678,522.40 46.3% Time: 0.00% ANTICIPATED COMPLETION: On Schedule

Greater Orlando Aviation Authority - Construction Report for December 2020 Page 18 of 44 PROJECTS IN CONSTRUCTION

BP-S00163-MCO S TERM C, PH 1 – ENPLANE/DEPLANE BRIDGE & ROADWAYS BALANCE OF WORK-FDOT (GMP#5-S.5) CONTRACTOR: Turner-Kiewit Joint Venture GOAA CONTACTS: A/E: HNTB Corporation Sponsor: Planning, Engineering, & Construction OAR: Geotech Consultants International, Inc. dba Construction: Mark Birkebak GCI, Inc. FUNDING: GARBS (General Account Revenue Bonds) PROJECT COST: $68,566,968.00

SCOPE: S TERM C, PH 1–ENPLANE/DEPLANE BRIDGE & ROADWAYS BALANCE OF WORK-FDOT (GMP#5-S.5). The scope of BP No. S00163 includes MSE walls, pile caps, vertical structure, drainage, roadway pavement and striping, and fascia for the Enplane/Deplane Bridge from Piers 9 through 25. The same scope of work between End Bent 1 through Pier 9, including piles for the eight additional piers, was bid as an alternate and is included in this GMP. STATUS: Placement of precast bridge beams, forming and reinforcing of elevated decks, and placement of elevated decks are complete Installation of south MSE retaining wall is in-progress. Approach slab surcharge is underway. NOTICE TO PROCEED: 07/23/18 CONSTRUCTION COST: TIME(DAYS) COMPLETION Original Contract $66,955,635.00 1317 02/28/22 Thru Change Order # 1 $5,749,654.00 8.6% 0 Current Contract $72,705,289.00 1317 02/28/22 Paid To Date Thru PA # 30 $65,550,763.66 90.2% Time: 63.5% ANTICIPATED COMPLETION: On Schedule

Greater Orlando Aviation Authority - Construction Report for December 2020 Page 19 of 44 PROJECTS IN CONSTRUCTION

BP-S00167-MCO S TERM C, PH-1 - HP GENERAL CONDITIONS FY2021 (GMP#16-S.5) CONTRACTOR: Hensel Phelps Construction GOAA CONTACTS: A/E: HNTB Corporation Sponsor: Planning, Engineering, & Construction OAR: Geotech Consultants International, Inc. dba Construction: Mark Birkebak GCI, Inc. FUNDING: GARBS (General Account Revenue PROJECT COST: $21,742,635.00 Bonds),PFCs (Passenger Facility Charges)

SCOPE: S TERM C, PH-1 HP GENERAL CONDITIONS FY2021 (GMP#16-S.5) STATUS: CMAR staff and general conditions through September 2021 to support the staff on-site. NOTICE TO PROCEED: 10/01/20 CONSTRUCTION COST: TIME(DAYS) COMPLETION Original Contract $21,742,635.00 365 09/30/21 Thru Change Order # 0 $0.00 0.0% 0 Current Contract $21,742,635.00 365 09/30/21 Paid To Date Thru PA # 1 $1,811,886.23 8.3% Time: 0.00% ANTICIPATED COMPLETION: On Schedule

Greater Orlando Aviation Authority - Construction Report for December 2020 Page 20 of 44 PROJECTS IN CONSTRUCTION

BP-S00168-MCO S TERM C, PH 1 – AIRSIDE TERMINAL INTERIORS FINISHES AND SPECIALTIES (GMP#6-S.4) CONTRACTOR: Hensel Phelps Construction GOAA CONTACTS: A/E: HNTB Corporation Sponsor: Planning, Engineering, & Construction OAR: Geotech Consultants International, Inc. dba Construction: Mark Birkebak GCI, Inc. FUNDING: GARBS (General Account Revenue PROJECT COST: $84,083,386.06 Bonds),PFCs (Passenger Facility Charges)

SCOPE: S TERM C, PH 1 – AIRSIDE TERMINAL, INTERIORS/SPECIALTIES (GMP#6-S.4) STATUS: Column cover installation is in-progress. NOTICE TO PROCEED: 10/22/18 CONSTRUCTION COST: TIME(DAYS) COMPLETION Original Contract $59,922,390.00 1226 02/28/22 Thru Change Order # 7 ($2,468,255.00) -4.1% 0 Current Contract $57,454,135.00 1226 02/28/22 Paid To Date Thru PA # 25 $25,429,242.54 44.3% Time: 62.4% ANTICIPATED COMPLETION: On Schedule

Greater Orlando Aviation Authority - Construction Report for December 2020 Page 21 of 44 PROJECTS IN CONSTRUCTION

BP-S00169-MCO S TERM C, PH-1 – TK GENERAL CONDITIONS FY2021 (GMP#4-S.5) CONTRACTOR: Turner-Kiewit Joint Venture GOAA CONTACTS: A/E: HNTB Corporation Sponsor: Planning, Engineering, & Construction OAR: Geotech Consultants International, Inc. dba Construction: Mark Birkebak GCI, Inc. FUNDING: CFCs (Customer Facility Charges),GARBS PROJECT COST: $32,429,738.00 (General Account Revenue Bonds),PFCs (Passenger Facility Charges)

SCOPE: S TERM C, PH 1 – GENERAL CONDITIONS FY2021 (GMP#4-S.5) STATUS: CMAR staff and general conditions through September 2021 to support the staff on-site. NOTICE TO PROCEED: 10/01/20 CONSTRUCTION COST: TIME(DAYS) COMPLETION Original Contract $15,912,471.57 365 09/30/21 Thru Change Order # 0 $0.00 0.0% 0 Current Contract $15,912,471.57 365 09/30/21 Paid To Date Thru PA # 1 $2,702,478.16 17.0% Time: 0.00% ANTICIPATED COMPLETION: On Schedule

Greater Orlando Aviation Authority - Construction Report for December 2020 Page 22 of 44 PROJECTS IN CONSTRUCTION

BP-S00170-MCO S TERM C, PH 1 – UNDERGROUND ELECTRICAL DISTRIBUTION (GMP#5-S.6) CONTRACTOR: Turner-Kiewit Joint Venture GOAA CONTACTS: A/E: HNTB Corporation Sponsor: Planning, Engineering, & Construction OAR: Geotech Consultants International, Inc. dba Construction: Mark Birkebak GCI, Inc. FUNDING: FDOT,GARBS (General Account Revenue PROJECT COST: $46,725,302.00 Bonds)

SCOPE: S TERM C, PH 1 – UNDERGROUND ELECTRICAL DISTRIBUTION (GMP#5-S.6). The scope of Project BP No. S00170 includes primary power and emergency power distribution ductbanks and associated manholes for four main ductbanks, consisting of the OUC ductbank, emergency generators A and B, and communications control. The south portion of the OUC power, including the OUC primary switchyard pad and OUC access roads, was bid as an alternate and is incorporated into this GMP. STATUS: OUC ductbank installation on south end of project site continues. Duct bank access roads are complete. OUC mobilized to project area and started pulling conductors. OUC primary power transformers installations are in-progress. OUC has started pulling emergency power conductors. NOTICE TO PROCEED: 07/23/18 CONSTRUCTION COST: TIME(DAYS) COMPLETION Original Contract $40,534,012.00 1317 02/28/22 Thru Change Order # 3 $10,247,504.00 25.3% 0 Current Contract $50,781,516.00 1317 02/28/22 Paid To Date Thru PA # 29 $39,748,683.49 78.3% Time: 64.5% ANTICIPATED COMPLETION: On Schedule

Greater Orlando Aviation Authority - Construction Report for December 2020 Page 23 of 44 PROJECTS IN CONSTRUCTION

BP-S00173-MCO S TERM C, PH 1 – LANDSIDE TERMINAL MEP SYSTEMS - (GMP#7-S.3) CONTRACTOR: Turner-Kiewit Joint Venture GOAA CONTACTS: A/E: HNTB Corporation Sponsor: Planning, Engineering, & Construction OAR: Geotech Consultants International, Inc. dba Construction: Mark Birkebak GCI, Inc. FUNDING: Cap. Ex. (Capital Expenditure Fund),FDOT PROJECT COST: $131,079,240.00

SCOPE: S TERM C, PH 1 – LANDSIDE TERMINAL MEP SYSTEMS - FDOT (GMP#7-S.3) STATUS: Submittals & procurement are in-progress. MEP Service hanger installation and under slab MEP work in ongoing. Prefab electrical rooms are arriving on site. Chilled water pipe and fire protection pipe are being installed. AHUs have all been rigged into the building and piping is underway. NOTICE TO PROCEED: 11/30/18 CONSTRUCTION COST: TIME(DAYS) COMPLETION Original Contract $112,987,835.00 1187 02/28/22 Thru Change Order # 3 $18,091,305.00 16.0% 0 Current Contract $131,079,140.00 1187 02/28/22 Paid To Date Thru PA # 24 $69,305,196.97 52.9% Time: 60.7% ANTICIPATED COMPLETION: On Schedule

Greater Orlando Aviation Authority - Construction Report for December 2020 Page 24 of 44 PROJECTS IN CONSTRUCTION

BP-S00177-MCO S TERM C, PH 1 - AIRSIDE EME (GMP #6-S.5) CONTRACTOR: Hensel Phelps Construction GOAA CONTACTS: A/E: HNTB Corporation Sponsor: Planning, Engineering, & Construction OAR: Geotech Consultants International, Inc. dba Construction: Mark Birkebak GCI, Inc. FUNDING: GARBS (General Account Revenue PROJECT COST: $10,935,724.00 Bonds),STC EME Budget Funds

SCOPE: Furnish and install all mechanical, electrical, plumbing, structural and architectural finishes for the Experiential Media Environment (EME) system including, but not limited to, fountain/water feature, moment vault, windows of Orlando (window structures) and related work required for a complete EME system at the Orlando International Airport. STATUS: Submittals and procurement in progress. Support steel in place under separate GMP. Support walls and framing is complete. NOTICE TO PROCEED: 07/01/19 CONSTRUCTION COST: TIME(DAYS) COMPLETION Original Contract $11,463,235.00 974 02/28/22 Thru Change Order # 1 ($533,676.00) -4.7% 0 Current Contract $10,929,559.00 974 02/28/22 Paid To Date Thru PA # 5 $3,743,162.90 34.2% Time: 52.2% ANTICIPATED COMPLETION: On Schedule

Greater Orlando Aviation Authority - Construction Report for December 2020 Page 25 of 44 PROJECTS IN CONSTRUCTION

BP-S00178-MCO S TERM C, PH 1 - AIRFIELD CIVIL (GMP 19-S) CONTRACTOR: Turner-Kiewit Joint Venture GOAA CONTACTS: A/E: HNTB Corporation Sponsor: Planning, Engineering, & Construction OAR: Geotech Consultants International, Inc. dba Construction: Mark Birkebak GCI, Inc. FUNDING: GARBS (General Account Revenue PROJECT COST: $215,581,234.00 Bonds),PFCs (Passenger Facility Charges)

SCOPE: Complete underground utilities on the ramp and airfield including drainage, sanitary mains, water, and power at the Orlando International Airport. Construct all grading, base and pavement for ramp areas, remain over night areas, taxiway extensions (Taxiway B and Taxiway C), as well as newly constructed taxiways (Taxiway E1, Taxiway B9, Taxiway B11, Taxiway B12, and Taxiway B13). Reroute Secure Road from current location to proposed route across the ramp to the tie in location north of the project with phased construction as required to maintain access through the construction duration. Construct all pavement markings, taxiway signage, and airfield lighting required for the project while maintaining the function of the current airfield as coordinated with Airfield Operations. Provide for all maintenance of traffic to phase the work and maintain access needed for airfield operations including coordination with BP-486 and other projects. Maintain the integrity of the secure fence at all times and construct new secure fence to tie in to the Airside Concourse as well as Checkpoint Delta. STATUS: Subgrade stabilization and Airfield paving is in-progress. Scope deferrals being defined and priced. NOTICE TO PROCEED: 07/10/19 CONSTRUCTION COST: TIME(DAYS) COMPLETION Original Contract $233,509,544.00 965 02/28/22 Thru Change Order # 2 ($17,928,310.00) -7.7% 0 Current Contract $215,581,234.00 965 02/28/22 Paid To Date Thru PA # 17 $106,587,446.77 49.4% Time: 51.3% ANTICIPATED COMPLETION: On Schedule

Greater Orlando Aviation Authority - Construction Report for December 2020 Page 26 of 44 PROJECTS IN CONSTRUCTION

BP-S00179-MCO S TERM C, PH 1 – AIRSIDE CONCOURSE (GMP#6-S.6) CONTRACTOR: Hensel Phelps Construction GOAA CONTACTS: A/E: HNTB Corporation Sponsor: Planning, Engineering, & Construction OAR: Geotech Consultants International, Inc. dba Construction: Mark Birkebak GCI, Inc. FUNDING: GARBS (General Account Revenue PROJECT COST: $81,251,370.00 Bonds),PFCs (Passenger Facility Charges),South Terminal C Funds,FDOT

SCOPE: The scope of BP No. S00179 provides concrete, masonry, roofing, waterproofing, fireproofing, doors, frames and hardware, tile, resilient tile and carpet, fire suppression, plumbing and Heating, Ventilation, and Air Conditioning (HVAC), electrical and low voltage work for the South Terminal C, Phase 1 Expansion Program. STATUS: Submittals and procurement are in progress. P1X AST structural steel fabrication is in progress. Scope deferrals being defined and priced. NOTICE TO PROCEED: 11/22/19 CONSTRUCTION COST: TIME(DAYS) COMPLETION Original Contract $81,251,370.00 830 02/28/22 Thru Change Order # 2 ($58,043,156.00) -71.4% 0 Current Contract $23,208,214.00 830 02/28/22 Paid To Date Thru PA # 14 $18,199,293.71 78.4% Time: 44.5% ANTICIPATED COMPLETION: On Schedule

Greater Orlando Aviation Authority - Construction Report for December 2020 Page 27 of 44 PROJECTS IN CONSTRUCTION

BP-S00180-MCO S TERM C, PH 1 – LANDSIDE EME (GMP#7-S.4) CONTRACTOR: Turner-Kiewit Joint Venture GOAA CONTACTS: A/E: HNTB - Airport Office Sponsor: Planning, Engineering, & Construction OAR: Geotech Consultants International, Inc. dba Construction: Mark Birkebak GCI, Inc. FUNDING: S Term C, PH 1 Funds PROJECT COST: $11,692,367.00

SCOPE: Furnish and install all mechanical, electrical, structural, audio visual components, servers, controls and architectural finishes for the Experiential Media Environment (EME) system including, but not limited to, the Portal and all related work required for a complete EME system at the Orlando International Airport. STATUS: Submittals and procurement are in-progress. Support steel in place under separate GMPs. Scope deferrals being defined and priced. NOTICE TO PROCEED: 01/22/20 CONSTRUCTION COST: TIME(DAYS) COMPLETION Original Contract $11,692,367.00 769 02/28/22 Thru Change Order # 1 $11,692,367.00 100.0% 0 Current Contract $23,384,734.00 769 02/28/22 Paid To Date Thru PA # 2 $2,235,913.70 9.6% Time: 30.2% ANTICIPATED COMPLETION: On Schedule

Greater Orlando Aviation Authority - Construction Report for December 2020 Page 28 of 44 PROJECTS IN CONSTRUCTION

BP-S00181-MCO S TERM C, PH 1 – GROUND TRANSPORTATION FACILITY (GTF) (GMP#8-S.1) CONTRACTOR: Turner-Kiewit Joint Venture GOAA CONTACTS: A/E: HNTB - Airport Office Sponsor: Planning, Engineering, & Construction OAR: Geotech Consultants International, Inc. dba Construction: Mark Birkebak GCI, Inc. FUNDING: S Term C, Ph 1 Funds PROJECT COST: $38,464,958.00

SCOPE: The STC-P1 Ground Transportation Facility (GTF) will serve as a connection and transportation hub for the Landside Terminal, Parking Garage, and the South APM Complex at the Orlando International Airport. This scope includes but is not limited to demolition, masonry, waterproofing and caulking, roofing, fireproofing, firestopping, skylights, interior glass and glazing, curtainwall, doors, frames and hardware, drywall, framing, finishes, fire protection, mechanical, and plumbing for the GTF. STATUS: Re-design of GTF is underway. Structural steel work is in-progress. Escalator frames were set in November 2020. NOTICE TO PROCEED: 01/22/20 CONSTRUCTION COST: TIME(DAYS) COMPLETION Original Contract $49,843,311.00 769 02/28/22 Thru Change Order # 1 ($11,378,353.00) -22.8% 0 Current Contract $38,464,958.00 769 02/28/22 Paid To Date Thru PA # 9 $3,695,456.53 9.6% Time: 39.3% ANTICIPATED COMPLETION: On Schedule

Greater Orlando Aviation Authority - Construction Report for December 2020 Page 29 of 44 PROJECTS IN CONSTRUCTION

E-00239-MCO MISC LIGHT FIXTURES FOR PARKING GARAGES A, B & TERMINAL TOP CONTRACTOR: BergElectric Corp. dba Bergelectric Corp. GOAA CONTACTS: Contractors and Engineers A/E: Graef - USA Inc. Sponsor: Maintenance OAR: Geotech Consultants International, Inc. dba Construction: Greg Watson (DR) GCI, Inc. FUNDING: Cap. Ex. (Capital Expenditure Fund) PROJECT COST: $2,812,301.10

SCOPE: Replace lighting in and around the garage facilities at the North Terminal. The project is also to include the replacement of various miscellaneous lighting in and around the A garage, B garage and Terminal Top. This will include lighting fixtures such as exterior stairwells, Helix-wall mounted cylinders, downlights, landscape fixtures, elevator lobby lights, etc. STATUS: All light fixture types, with the exception of the F type fixtures, have been completed. Fixture housings have been received and installation is in progress. Anticipate completion of all work by December 2020. NOTICE TO PROCEED: 10/02/19 CONSTRUCTION COST: TIME(DAYS) COMPLETION Original Contract $1,738,231.44 270 06/27/20 Thru Change Order # 4 $26,656.22 1.5% 0 Current Contract $1,764,887.66 270 06/27/20 Paid To Date Thru PA # 12 $1,603,378.94 90.8% Time: 147.8% ANTICIPATED COMPLETION: 12/15/2020

Greater Orlando Aviation Authority - Construction Report for December 2020 Page 30 of 44 PROJECTS IN CONSTRUCTION

E-00265-MCO HYATT POOL PUMP ROOM ELECTRICAL CONDUIT REPLACEMENT CONTRACTOR: BergElectric Corp. dba Bergelectric Corp. GOAA CONTACTS: Contractors and Engineers A/E: NONE Sponsor: Hyatt Regency Hotel OAR: NONE Construction: Arlene Grant FUNDING: Cap. Ex. (Capital Expenditure Fund) PROJECT COST: $40,987.25

SCOPE: This project is to remove existing corroded galvanized power/lighting conduit/wire and replace with new PVC coated conduit, appropriate electrical boxes and new wiring in Hyatt pool pump room. Trace out existing pool pump relays and install in new NEMA 4X enclosure to prevent corrosion. Apply Cold Galvanized paint to existing Tele/Data conduits to prevent further corrosion of these conduits. STATUS: This project is currently on hold due to COVID-19 impacts. NOTICE TO PROCEED: 02/11/20 CONSTRUCTION COST: TIME(DAYS) COMPLETION Original Contract $40,987.25 60 04/10/20 Thru Change Order # 0 $0.00 0.0% 0 Current Contract $40,987.25 60 04/10/20 Paid To Date Thru PA # 3 $36,888.53 90.0% Time: 478.3% ANTICIPATED COMPLETION: On Hold

Greater Orlando Aviation Authority - Construction Report for December 2020 Page 31 of 44 PROJECTS IN CONSTRUCTION

E-S00009-MCO RUNWAY 17L FAA ALSF-2 MODIFICATIONS CONTRACTOR: H. L. Pruitt Corporation GOAA CONTACTS: A/E: NONE Sponsor: Planning, Engineering, & Construction OAR: A2 Group, Inc. Construction: Davin Ruohomaki FUNDING: Direct funding from Virgin Trains US (fka PROJECT COST: $1,848,497.89 Brightline/AAF)

SCOPE: The project consists of modifying the Approach Lighting System with Sequence Flashing Lights (ALSF- 2) at Runway 17L to accommodate the Virgin Trains rail easement by adjusting the light fixture heights and light lane slope as well as shifting Stations 15 and 16 at the Orlando International Airport. The project includes approximately 15,000 LF wire and cablings, grounding, replacement of duct between Stations 15 and Station 16 and removal and replacement of all lighting masts from Station 3 through Station 24. Construction will be according to the project plans documents, the GOAA continuing contract, and the project specific technical specifications. All work must be built to current FAA requirements and be accepted by FAA who will provide a Resident Engineer for the project. The Contractor will coordinate the flight check with FAA and make any required adjustments to the system to satisfy FAA. The Contractor will provide the MOT requirements for Cargo Road and for SR 528 and all measures required to keep the airfield free from debris including but not limited to low profile barricades, operational lights, and sweeping of all work areas and haul routes. All runway work within the Runway Safety Area will be completed during the 45 days that Runway 17L-35R will be closed. Any additional work in the safety area after the closure will have to be coordinated with GOAA Airfield Operations during routine maintenance closures or nighttime closures. STATUS: Work on this project will restart in January 2021. NOTICE TO PROCEED: 06/10/19 CONSTRUCTION COST: TIME(DAYS) COMPLETION Original Contract $768,000.00 180 12/06/19 Thru Change Order # 1 $629,572.00 82.0% 551 Current Contract $1,397,572.00 731 06/09/21 Paid To Date Thru PA # 1 $220,177.98 15.8% Time: 63.6% ANTICIPATED COMPLETION: 04/30/2021

Greater Orlando Aviation Authority - Construction Report for December 2020 Page 32 of 44 PROJECTS IN CONSTRUCTION

H-00299-MCO AOA SECURITY FENCE UPGRADE CONTRACTOR: Florida Door Control of Orlando, Inc. GOAA CONTACTS: A/E: NONE Sponsor: Security OAR: PSA Management Inc. Construction: Gordon Clark FUNDING: Cap. Ex. (Capital Expenditure Fund) PROJECT COST: $1,044,460.00

SCOPE: Replacement of approximately 10,000 lineal feet of existing 6' high chain link fencing that is at the end of its useful life and does not meet current height standards with new 8' chain link fencing. The Secure Area chain link fence is at various locations around the perimeter of the Secured Area at the Orlando International Airport. Additionally, this project includes upgrading 6' vehicular access gates to 8' vehicular access gates. STATUS: Fencing installation is continuing. Approximately 7700 LF of AOA Security fence has been installed. Fence is 90% complete. NOTICE TO PROCEED: 03/06/18 CONSTRUCTION COST: TIME(DAYS) COMPLETION Original Contract $500,000.00 120 07/03/18 Thru Change Order # 1 $450,000.00 90.0% 0 Current Contract $950,000.00 120 07/03/18 Paid To Date Thru PA # 10 $308,109.26 32.4% Time: 600.0% ANTICIPATED COMPLETION: 01/01/2021

Greater Orlando Aviation Authority - Construction Report for December 2020 Page 33 of 44 PROJECTS IN CONSTRUCTION

H-S00013-MCO HBJ BUILDING FIRE WATER LINE TIE-IN CONTRACTOR: Carr & Collier Inc. GOAA CONTACTS: A/E: Avcon, Inc. Sponsor: Planning, Engineering, & Construction OAR: Geotech Consultants International, Inc. dba Construction: Scott Shedek (DR) GCI, Inc. FUNDING: GARBS (General Account Revenue Bonds) PROJECT COST: $1,150,000.00

SCOPE: Extend a Fire Water Main line, and all associated work, from an existing OUC water main to the HBJ Building to convert the existing sprinkler system, that will be upgraded as necessary, to an OUC water source and remove the current connection to a pump that draws water from an adjacent pond at the Orlando International Airport. STATUS: Contractor completed pre-testing of new fire pump on October 20, 2020. Contractor awaiting shipment of replacement generator connection box prior to final acceptance testing of the new fire pump.

NOTICE TO PROCEED: 11/05/18 CONSTRUCTION COST: TIME(DAYS) COMPLETION Original Contract $611,078.16 120 03/04/19 Thru Change Order # 3 $220,079.91 36.0% 0 Current Contract $831,158.07 120 03/04/19 Paid To Date Thru PA # 11 $749,252.72 90.1% Time: 439.2% ANTICIPATED COMPLETION: 12/10/2020

Greater Orlando Aviation Authority - Construction Report for December 2020 Page 34 of 44 PROJECTS IN CONSTRUCTION

L-00052-MCO ON-CALL LOW VOLTAGE SERVICES (FY21-PRECISION) CONTRACTOR: Precision Contracting Services, Inc. GOAA CONTACTS: A/E: NONE Sponsor: Information Technology OAR: NONE Construction: Paul Haust FUNDING: O&M (Operations & Maintenance Fund) PROJECT COST: $25,000.00

SCOPE: This project will provide low voltage cabling installation and repair services for all Authority facilities located at Orlando International Airport on an on-call basis. STATUS: This project will provide low voltage cabling installation and repair services for all Authority facilities located at Orlando International Airport on an on-call basis.

NOTICE TO PROCEED: 10/01/20 CONSTRUCTION COST: TIME(DAYS) COMPLETION Original Contract $25,000.00 365 09/30/21 Thru Change Order # 0 $0.00 0.0% 0 Current Contract $25,000.00 365 09/30/21 Paid To Date Thru PA # 0 $0.00 0.0% Time: 0.00% ANTICIPATED COMPLETION: On Schedule

Greater Orlando Aviation Authority - Construction Report for December 2020 Page 35 of 44 PROJECTS IN CONSTRUCTION

L-00055-MCO ON-CALL LOW VOLTAGE SERVICES (FY21-QCC) CONTRACTOR: Quality Cable Contractors, Inc. GOAA CONTACTS: A/E: NONE Sponsor: Information Technology OAR: NONE Construction: Paul Haust FUNDING: O&M (Operations & Maintenance Fund) PROJECT COST: $0.00

SCOPE: This project will provide low voltage cabling installation and repair services for all Authority facilities located at Orlando International Airport on an on-call basis. STATUS: This project will provide low voltage cabling installation and repair services for all Authority facilities located at Orlando International Airport on an on-call basis.

NOTICE TO PROCEED: 10/01/20 CONSTRUCTION COST: TIME(DAYS) COMPLETION Original Contract $300,000.00 365 09/30/21 Thru Change Order # 0 $0.00 0.0% 0 Current Contract $300,000.00 365 09/30/21 Paid To Date Thru PA # 0 $0.00 0.0% Time: 0.00% ANTICIPATED COMPLETION: On Schedule

Greater Orlando Aviation Authority - Construction Report for December 2020 Page 36 of 44 PROJECTS IN CONSTRUCTION

L-00056-MCO ON-CALL LOW VOLTAGE SERVICES (FY21-ORION) CONTRACTOR: Orion Management Services, LLC GOAA CONTACTS: A/E: NONE Sponsor: Information Technology OAR: NONE Construction: Paul Haust FUNDING: O&M (Operations & Maintenance Fund) PROJECT COST: $300,000.00

SCOPE: This project will provide low voltage cabling installation and repair services for all Authority facilities located at Orlando International Airport on an on-call basis. STATUS: This project will provide low voltage cabling installation and repair services for all Authority facilities located at Orlando International Airport on an on-call basis. NOTICE TO PROCEED: 10/01/20 CONSTRUCTION COST: TIME(DAYS) COMPLETION Original Contract $300,000.00 365 09/30/21 Thru Change Order # 0 $0.00 0.0% 0 Current Contract $300,000.00 365 09/30/21 Paid To Date Thru PA # 0 $0.00 0.0% Time: 0.00% ANTICIPATED COMPLETION: On Schedule

Greater Orlando Aviation Authority - Construction Report for December 2020 Page 37 of 44 PROJECTS IN CONSTRUCTION

L-00057-MCO ON-CALL LOW VOLTAGE SERVICES (FY21-OBTS) CONTRACTOR: Orlando Business Telephone Systems, Inc. GOAA CONTACTS: A/E: NONE Sponsor: Information Technology OAR: NONE Construction: Paul Haust FUNDING: O&M (Operations & Maintenance Fund) PROJECT COST: $300,000.00

SCOPE: This project will provide low voltage cabling installation and repair services for all Authority facilities located at Orlando International Airport on an on-call basis. STATUS: This project will provide low voltage cabling installation and repair services for all Authority facilities located at Orlando International Airport on an on-call basis.

NOTICE TO PROCEED: 10/01/20 CONSTRUCTION COST: TIME(DAYS) COMPLETION Original Contract $300,000.00 365 09/30/21 Thru Change Order # 0 $0.00 0.0% 0 Current Contract $300,000.00 365 09/30/21 Paid To Date Thru PA # 0 $0.00 0.0% Time: 0.00% ANTICIPATED COMPLETION: On Schedule

Greater Orlando Aviation Authority - Construction Report for December 2020 Page 38 of 44 PROJECTS IN CONSTRUCTION

L-S00005-MCO ON-CALL LOW VOLTAGE SERVICES STC/ITF (FY21-ORION) CONTRACTOR: Orion Management Services, LLC GOAA CONTACTS: A/E: NONE Sponsor: Information Technology OAR: NONE Construction: Paul Haust FUNDING: O&M (Operations & Maintenance Fund) PROJECT COST: $25,000.00

SCOPE: This project will provide low voltage cabling installation and repair services for all Authority facilities located at Orlando International Airport South APM ITF Building on an on-call basis. STATUS: This project will provide low voltage cabling installation and repair services for all Authority facilities located at Orlando International Airport South APM ITF Building on an on-call basis.

NOTICE TO PROCEED: 10/01/20 CONSTRUCTION COST: TIME(DAYS) COMPLETION Original Contract $25,000.00 365 09/30/21 Thru Change Order # 0 $0.00 0.0% 0 Current Contract $25,000.00 365 09/30/21 Paid To Date Thru PA # 0 $0.00 0.0% Time: 0.00% ANTICIPATED COMPLETION: On Schedule

Greater Orlando Aviation Authority - Construction Report for December 2020 Page 39 of 44 PROJECTS IN CONSTRUCTION

L-S00006-MCO ON-CALL LOW VOLTAGE SERVICES STC/ITF (FY21-OBTS) CONTRACTOR: Orlando Business Telephone Systems, Inc. GOAA CONTACTS: A/E: NONE Sponsor: Information Technology OAR: Construction: Paul Haust FUNDING: O&M (Operations & Maintenance Fund) PROJECT COST: $25,000.00

SCOPE: This project will provide low voltage cabling installation and repair services for all Authority facilities located at Orlando International Airport STC/ITF Building on an on-call basis. STATUS: This project will provide low voltage cabling installation and repair services for all Authority facilities located at Orlando International Airport STC/ITF Building on an on-call basis.

NOTICE TO PROCEED: 10/01/20 CONSTRUCTION COST: TIME(DAYS) COMPLETION Original Contract $25,000.00 365 09/30/21 Thru Change Order # 0 $0.00 0.0% 0 Current Contract $25,000.00 365 09/30/21 Paid To Date Thru PA # 0 $0.00 0.0% Time: 0.00% ANTICIPATED COMPLETION: On Schedule

Greater Orlando Aviation Authority - Construction Report for December 2020 Page 40 of 44 PROJECTS IN CONSTRUCTION

R-00096-MCO MCO SKYLIGHT REPAIRS AT GREAT HALL CONTRACTOR: Advanced Roofing, Inc. GOAA CONTACTS: A/E: NONE Sponsor: Maintenance OAR: NONE Construction: Scott Shedek (MP) FUNDING: Cap. Ex. (Capital Expenditure Fund) PROJECT COST: $220,000.00

SCOPE: 1. Pressure Bar/Fastener Treatment: • Remove existing caulking at pressure bars horizontally and vertically then re-fasten screws. • Window mullions will then be thoroughly wire wheeled and cleaned utilizing a solvent wipe method. • Finally apply Dow 795 Black Silicone Sealant and tool per the manufacturer instructions. 2. Wet Seal (Glass to Metal Window Mullion): • Trim existing window glazing flush with the window mullion then thoroughly cleaned utilizing solvent wipe method. Finally apply Dow 795 Black Silicone Sealant and tool in strict accordance with the “Dow Corning” Weatherproofing Sealant Guide. 3. Vertical Control Joints @ Parapet Wall: • Remove existing sealant at vertical control joints @ parapet wall and lightly abrade joint edges to remove loose residual sealant and apply a new Single Component Corning 790 Limestone/Sandstone sealant. 4. Rake-Slanted Coating Caulking @ Skylight to Parapet: • Remove caulking @ skylight to parapet and replace with Tremco Dymonic 100 Urethane Sealant. • Joint surfaces shall be cleaned using high pressure water (minimum 3,000 psi). Loose and/or de-bonded materials will be mechanically removed and will be patched with compatible materials. • Tremco Alpha Guard Bio and Alpha Guard Primer will be applied over the existing coating system. 5. "Y" Connections @ Parapet Walls: • Remove sealant and thoroughly clean the "Y" connections of the existing support steel @ parapet walls and gutter lap joints. Clean utilizing a solvent wipe method. Once cleaned, a Dymonic 100 Urethane Sealant shall be applied. • Tremco Alpha Guard Bio and Alpha Guard Primer will be applied over the existing coating system. 6. Gutter Coating / Treatment (6 Gutter Locations): • Lap Joint, Penetrations, & Terminations will be wire wheeled and cleaned utilizing a solvent wipe method. • Install an Epoxy Based Primer, Urethane Base Coat and UV Stable Topcoat. Reference attached Advanced Roofing Proposal dated January 28, 2020. STATUS: Removal and replacement of rake slant sealant is complete. Skylight replacement glass has been installed. Water testing is in-progress. NOTICE TO PROCEED: 03/09/20 CONSTRUCTION COST: TIME(DAYS) COMPLETION Original Contract $198,319.00 90 06/06/20 Thru Change Order # 1 $19,219.00 9.7% 0 Current Contract $217,538.00 90 06/06/20 Paid To Date Thru PA # 4 $206,661.10 95.0% Time: 283.3% ANTICIPATED COMPLETION: 12/10/2020

Greater Orlando Aviation Authority - Construction Report for December 2020 Page 41 of 44 PROJECTS IN CONSTRUCTION

R-00097-MCO ON-CALL EMERGENCY ROOF REPAIRS AND WATERPROOFING MAINTENANCE CONTRACTOR: P&A Roofing and Sheet Metal, Inc. GOAA CONTACTS: A/E: NONE Sponsor: Maintenance OAR: NONE Construction: Pat Eby FUNDING: Cap. Ex. (Capital Expenditure Fund) PROJECT COST: $150,000.00

SCOPE: Provide emergency response for GOAA Building envelope repairs and waterproofing. Perform scheduled maintenance as directed by the AAR. STATUS: Provide emergency response for GOAA Building envelope repairs and waterproofing. Perform scheduled maintenance as directed by the AAR. NOTICE TO PROCEED: 04/01/20 CONSTRUCTION COST: TIME(DAYS) COMPLETION Original Contract $150,000.00 365 03/31/21 Thru Change Order # 0 $0.00 0.0% 0 Current Contract $150,000.00 365 03/31/21 Paid To Date Thru PA # 5 $51,632.12 34.4% Time: 63.0% ANTICIPATED COMPLETION: On Schedule

Greater Orlando Aviation Authority - Construction Report for December 2020 Page 42 of 44 PROJECTS IN CONSTRUCTION

V-00931-MCO HYATT FCU PANEL RELOCATIONS ON 8TH AND 9TH FLOORS CONTRACTOR: Gomez Construction Company GOAA CONTACTS: A/E: SGM Engineering, Inc. Sponsor: Hyatt Regency Hotel OAR: AECOM Technical Services, Inc. Construction: Arlene Grant FUNDING: Cap. Ex. (Capital Expenditure Fund) PROJECT COST: $344,312.89

SCOPE: The Project consists of providing labor and miscellaneous materials, procurement of permits, supervision necessary to move 12 previously installed Fan Coil Units (FCU), adjust locations of 4 FCU’s, 30 Access Panels to FCUs, and/or 30 ceiling mounted Can Light Fixtures as needed on the 8th and 9th Floors at the Hyatt Regency Hotel in the Orlando International Airport. The scope also includes provide and install one new FCU in Room 1050. See Section 4 for Summary of Work and additional information. Contractor shall protect adjoining areas from damage and will remove all debris from the Project site on a daily basis. STATUS: Project is currently on hold due to COVID-19 impacts. NOTICE TO PROCEED: 02/11/20 CONSTRUCTION COST: TIME(DAYS) COMPLETION Original Contract $248,761.09 98 05/18/20 Thru Change Order # 0 $0.00 0.0% 0 Current Contract $248,761.09 98 05/18/20 Paid To Date Thru PA # 0 $0.00 0.0% Time: 0.00% ANTICIPATED COMPLETION: On Hold

Greater Orlando Aviation Authority - Construction Report for December 2020 Page 43 of 44 PROJECTS IN CONSTRUCTION

V-S00010-MCO HBJ WAREHOUSE INTERIOR RENOVATIONS (DESIGN/BUILD) CONTRACTOR: Gomez Construction Company GOAA CONTACTS: A/E: NONE Sponsor: Planning, Engineering, & Construction OAR: NONE Construction: Scott Shedek (DR) FUNDING: Cap. Ex. (Capital Expenditure Fund) PROJECT COST: $1,330,000.00

SCOPE: Provide design/build services for the HBJ Warehouse Interior Renovation, all aspects of interior renovation including demolition, remodeling, flooring, electrical, HVAC, low voltage, fire protection, and security at the Orlando International Airport. Mold remediation and temporary storage included in scope of work. STATUS: Contractor finalizing permit plans for generator relocation. Preparation of new generator pad is complete. Rough-in of electrical and low voltage conduit for eastern entrance motorized gate complete and awaiting power associated with H-S00013. NOTICE TO PROCEED: 08/16/18 CONSTRUCTION COST: TIME(DAYS) COMPLETION Original Contract $591,588.17 130 12/23/18 Thru Change Order # 11 $671,698.64 113.5% 29 Current Contract $1,263,286.81 159 01/21/19 Paid To Date Thru PA # 7 $1,098,256.80 86.9% Time: 515.1% ANTICIPATED COMPLETION: 12/10/2020

Greater Orlando Aviation Authority - Construction Report for December 2020 Page 44 of 44