Minutes of the CONSTRUCTION COMMITTEE Meeting, June 12, 2018 Page 2 of 39

Size: px
Start display at page:

Download "Minutes of the CONSTRUCTION COMMITTEE Meeting, June 12, 2018 Page 2 of 39"

Transcription

1 On TUESDAY, JUNE 12, 2018, the CONSTRUCTION COMMITTEE of the Greater Orlando Aviation Authority met in Conference Room Apollo/Gemini/Taurus, 5855 Cargo Road, Orlando International Airport, Orlando, Florida. Chair Thornton called the meeting to order at 8:40 a.m. The meeting was posted in accordance with Florida Statutes and a quorum was present. Committee Members present: Stanley J. Thornton, Chair Mike Patterson, Director of Construction Gary Hunt, Director of Maintenance Denise Schneider, Assistant Director of Purchasing and Material Control Also present: Davin Ruohomaki, GOAA Senior Director of Planning, Engineering, and Construction Tom Draper, GOAA Senior Director of Airport Operations Robert Alfert, Jr., Legal Counsel (Broad & Cassel) Edward Philpot, Legal Counsel (Broad & Cassel) Ben DeStefano, Legal Counsel (Broad & Cassel) Meredith Hammock, Legal Counsel (Marchena & Graham) George Morning, GOAA Small Business Development Mark Birkebak, GOAA Engineering Pam L'Heureux, GOAA Finance Debbie McKeown, GOAA Project Controls Arlene Grant, GOAA Planning, Engineering, and Construction Cheri Baxter, GOAA Project Controls Dan Carrington, GOAA Environmental Diana Hershner, GOAA Purchasing Edelis Molina, GOAA Small Business Greg Watson, GOAA Construction Jihyun Park, GOAA Executive Administration Kathy Anderson, GOAA Contracts and Grants Olimpia Lourdale, GOAA Purchasing Randy Nunley, GOAA Internal Audit Scott Shedek, GOAA Construction Stephanie Joiner, GOAA Construction Finance Tuan Nguyen, GOAA Engineering Vendla Davermann, GOAA Finance Venus Hinds, GOAA Construction Finance Vikki McKay, GOAA Construction Finance Alex Sorondo, HNTB Corporation Andrew Erbrick, Hensel Phelps Construction Art Masri, Vanderlande Industries, Inc. Az Thomas, PSA Constructors, Inc. Ben Brown, WSP USA Bill Brooks, HNTB Corp. Brandon Gentry, Hensel Phelps Construction Carl McNutt, AECOM Technical Services, Inc. Carlos Roche, Schenkel & Shultz, Inc. Cecilia Da Silva, DAO Consultants Charles Sukanek, Page One Consultants, Inc. Chris Kieffer, A2 Group Christina Taylor, Geotech Consultants International, Inc. dba GCI, Inc. Craig Sucich, Avcon, Inc. Dan Willems, AECOM Technical Services, Inc. Don Corthell, AECOM Technical Services, Inc. Duy Dao, Dao Consultants Ejaz Ahmad, CMTS/Hanson J7 Gillian Higgins, Cost Management, Inc. d/b/a CMI Ishne Hobbs, CMTS Construction Management Services, LLC James Pancoast, Geotech Consultants International, Inc. dba Cl, Inc. Jay Collins, HCM1 Construction

2 Page 2 of 39 Joanne Regidor, AECOM Technical Services, Inc. John Scala, Geotech Consultants International, Inc. dba GCI, Inc. John Smalley, Hensel Phelps Construction Company Karyn Barker, RUSH Construction, Inc. Kelly Beard, R.W. Block Consulting, Inc. Ksenia Merck, K. Merck & Associates Linda George, Linda George, CPA Lindsay Antoine, Geotech Consultants International, Inc. dba GCI, Inc. Lisa Rainey, R.W. Matt Gaqud, CLX Engineering Inc. Michael Rodriguez, Schenkel & Shultz, Inc. Navin Jiawan, Archis, Inc. Oliver Oetter, EPIC Engineering & Consulting Group Patrick Aliu, PSA Constructors, Inc. Paul Gula, Geotech Consultants International, Inc. dba GCI, Inc. Phil Burguiere, AECOM Technical Services, Inc. Rick Kneeland, Advanced Disposal Rick Talley, Fentress Architects, LTD, Inc. Rita Watson, Schenkel & Shultz, Inc. Rob Sweat, Archis, Inc. Scott Mizell, Breen Construction Services, Inc. Win Beltran, Geotech Consultants International, Inc. dba GCI, Inc. Tara Ciaglia, Recording Secretary LOBBYIST DISCLOSURE Parties present were reminded that for individuals who conduct lobbying activities with Aviation Authority employees or Board members, registration with the Aviation Authority is required each year prior to conducting any lobbying activities, A statement of expenditures incurred in connection with those lobbying instances should also be filed prior to April 1st of each year for the preceding year. As of January 16, 2013, lobbying any Aviation Authority Staff who are members of any committee responsible for ranking Proposals, Letters of Interest, Statements of Qualifications or Bids and thereafter forwarding those recommendations to the Board and/or Board Members is prohibited from the time that a Request for Proposals, Request for Letters of Interests, Request for Qualifications or Request for Bids is released to the time that the Board makes an award. As adopted by the Board on September 19, 2012, lobbyists are now required to sign-in at the A.viation 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 1 calendar days of such lobbying. As of January 16, 2013, lobbyists will also provide a notice to the Aviation Authority when meeting with the Mayor of the City of Orlando or the Mayor of Orange County at their offices. The policy, forms, and instructions are available in the Aviation Authority's offices and the website, Please contact the Director of Board Services with questions at (407) ANNOUNCEMENT Any appeals of decisions made by the Construction Committee must be filed with the Chief Executive Officer within five business days (no later than 4:00 p.m. on the fifth business day) of the rendering of that decision. MINUTES 1. The following minutes were presented for consideration: CORRECTION TO THE MAY 4, 2018 MINUTES A. Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to approve a correction to the previously approved Construction Committee Minutes from the meeting held on May 4, 2018, as presented.

3 Page 3 of 39 CHANGE ORDER AGENDA 2. The following Change Orders were presented for consideration: A. Change Order BP VARIOUS REVISIONS. [A handout was presented, consisting of revised Supporting Documentation.] This change order to the contract with Hensel Phelps Construction Company for Airside 4 Improvements Program FIS/CBP Renovation and Wing Expansion is to provide: 1. CBP Modifications: Provide all labor, materials, and equipment in accordance with Proposal Request (PR) No. 76 and CE Mo. 549 to support electrical, data, and security configuration changes for the stand-alone CBP CCTV system in the FIS and Communications Room 1668 (Reference Contractor's CE No. 549, PR No. 76). ADD: $599,297.00; 2. (a) CBP ACS Modifications: Provide all labor, materials, and equipment in accordance with PR No. 99 and CE No. 507 to support securityconfiguration changes for Gates 90, 90A, 90B, 92, 94, 96, and 80 through 87 (Reference Contractor's CE No. 507, PR No. 99). ADD: $225,827.00; and, (b) PR No. 99R1: PR No Reduced Scope of Work: Provide a credit for the scope of work removed from PR No. 99 for Gates 80, 81, 83 through 87. DEDUCT: ($63,338.00). NET AMOUNT FOR ITEM NO. 2: ADD: $162,489.00; 3. Miscellaneous changes in the CBP Ramp Level plans, Transfer Level, and APM Stations: Provide all labor, materials, and equipment for CBP requested additions and changes in accordance with PR No. 105 and CE No. 530 (Reference Contractor's CE No. 530, PR No. 105). ADD: $231,594.00; 4. Miscellaneous CBP, FIS and Secondary Inspection Area Modifications: Provide all labor, materials, and equipment for CBP requested additions and changes in accordance with PR No. 107 and CE No. 571 (Reference Contractor's CE No. 571, PR No. 107). ADD: $234,885.53; and, 5. Provide all labor, materials, and equipment to support construction phasing changes and remobilization costs, spot cooling, dust control, and fire watch for FIS work attributed to multiple CBP requested refinements (Reference Contractor's CE Nos. 663, 177, 087, and 061). ADD: $533, References to Change Order Requests (CORs) or any other documents are purely for information and illustrative purposes to describe scopes of work; references to such documents do not incorporate reservations, limitations, 'boilerplate,' or purported terms or conditions into this Change Order or the Contract. The parties agree that this change order and all preceding change orders are within the scope of the original contract and do not materially alter the original contract such that a cardinal or constructive change to the original agreement has occurred. Mr. Patterson asked if this change order captured all of the CBP revisions. Ms. Merck replied no. Mr. Patterson asked about the language regarding, "references to Change Order Requests (CORs) and any other documents are purely for information and illustrative purposes". Legal Counsel noted that this language has been developed during negotiations to close-out this project. This language should be utilized on other projects, as warranted, when negotiating final change orders. Ms. Merck addressed the handout to this item which details the small business participation on the entire Airside 4 Program, which has been very successful. Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to recommend to the Aviation Authority Board approval of Change Order BP , for a total amount of $1,761, and no time extension, with funding from Capital Expenditures Fund.

4 Page 4 of 39 B. Change Order BP VARIOUS REVISIONS. [A handout was presented, consisting cf revised Supporting Documentation. j This change order to the contract with Hensel Phelps Construction Company for Airside 4 Improvements Program FIS/CBP Renovation and Wing Expansion is to provide: 1. (a) Miscellaneous changes in the CBP Ramp Level plans, Transfer Level, and APM Stations (Non-CBP Regulatory Changes): Provide all labor, materials, and equipment for FI3/TSA requested additions and changes in accordance with Proposal Request (PR) No. 105 and CE No. 530 (Reference Contractor's CE No. 530, PR No. 105). ADD: 399,475.00; and, (b) Credit for deletion of glass wall installed along the top of the APM tube and glass door revisions. DEDUCT: (317, ). NET AMOUNT FOR ITEM MO. 1: ADD: 381, ; and, 2. Provide all labor, materials, and equipment to support construction phasing changes and remobilization costs, spot cooling, dust control, and fire watch for FIS work attributed to multiple GOAA requested refinements (Reference Contractor's CE Nos. 663, 177, 087 and 061). ADD: $506, Requests (CORs) or any other document are References to Change Order purely for information and illustrative purposes to describe scopes of work; references to such documents do not incorporate reservations, limitations, 'boilerplate,' or purported terms or conditions into this Change Order or the Contract. The parties agree that this change order and all preceding change orders are within the scope of the original contract and do not materially alter the original contract such that a cardinal or constructive change to the original agreement has occurred. Ms. Merck addressed the handout to this item which details the small business participation on the entire Airside 4 Program, which has been very successful. Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to recommend to the Aviation Authority Board approval of Change Order BP , for a total amount of $587, and no time extension, with funding from Passenger Facility Charges, General Airport Revenue Bonds, and Capital Expenditure Fund. C. Change Order BP ALLOWANCE 0 RECONCILIATION. [A handout was presented, consisting of revised Supporting Documentation.] This change order to the contract with Hensel Phelps Construction Company for Airside 4 Improvements Program - FIS/CBP Renovation and Wing Expansion is to: 1. (a) Provide all labor, materials, equipment for extended subcontractor general conditions from November 2, 2017, through May 21, 2018 (Reference Contractor's CE No. 198R2). ADD: $686,277.00; and, (b) Reduce Allowance 0 (Subcontractor Extended General Conditions) by ($500,000.00), from $500, to $0.00, offset the costs associated with Item No. la above. DEDUCT: ($500,000.00). NET AMOUNT FOR ITEM NO. 1: ADD: $186, BP Change Order Nos. 75 and 76 contain a negotiated final settlement of all subcontractor extended general conditions incurred or arising out of any impact up through and including June 5, 2018, or that may have given rise to the current anticipated final completion date of December 17, Neither of BP Change Order Nos. 75 and 76 are effective or binding as to either party unless and until both of BP Change Order Nos. 75 and 76 are executed by both the Owner and the Contractor. By executing this Change Order, Hensel Phelps Construction Company (Contractor), does hereby fully and completely discharge and release the Greater Orlando Aviation Authority (GOAA), its board members, employees, and representatives, including but not limited to all design and project management professionals retained by GOAA and their current and former officers, directors, principals, employees, agents, representatives, suppliers, contractors, subcontractors, attorneys-in-fact, attorneys-at-law, insurers, sureties, predecessors, successors, and assigns, individually and and waives any and all debts and accounts, promises, damages, liens, encumbrances, causes of action, suits, bonds, judgments, claims and demands whatsoever, in law or in equity, known or unknown, 'which Contractor

5 Page 5 of 39 ever had, now has, or may ever have for extended general conditions costs incurred by any and all subcontractors, suppliers, materialmen, and all other persons supplying material, supplies, services, or labor used directly or indirectly in the prosecution of work, that may have been incurred or arisen, attributable to any impact, change, directive, or cause 'whatsoever on or before June 5, 2013, or that may have given rise to the current anticipated final completion date of December 17, 2018, for that contract known as BP-00443, Airside 4 Improvements Program - FIS/CBP Renovation and Wing Expansion (the Contract). Contractor further covenants that all subcontractors, suppliers, materialmen, and all other persons supplying material, supplies, services, or labor used directly or indirectly in the prosecution of the work provided in the Contract shall be paid in full for the work giving rise to the costs addressed in the previous paragraph, and that Contractor shall defend, indemnify, and hold harmless GOAA from any and all debts and accounts, promises, damages, liens, encumbrances, causes of action, suits, bonds, judgments, claims and demands whatsoever, in law or in equity which any subcontractor, supplier, materialmen, or any other persons supplying material, supplies, services, or labor used directly or indirectly in the prosecution of such work had, now has, or may ever have. Contractor represents and warrants, which is a material inducement for GOAA to enter into this settlement Change Order, that neither Contractor nor its subcontractors, suppliers, materialmen, or any other persons supplying material, supplies, services, or labor directly or indirectly in the prosecution of the work addressed by the paragraph above have or are aware of any other claims or potential claims for extended general conditions by subcontractors, suppliers, materialmen, and all other persons supplying material, supplies, services, or labor used directly or indirectly in the prosecution of the work on this Project. The negotiated final settlement set out in this Change Order shall not be construed to waive any of the claim submission or substantiation requirements of the Contract Documents as to any claim not settled by this Change Order. References to Change Order Requests (CORs) or any other document are purely for information and illustrative purposes to describe scopes of work; references to such documents do not incorporate reservations, limitations, boilerplate, or purported terms or conditions into this Change Order or the Contract. The parties agree that this change order and all preceding change orders are within the scope of the original contract and do not materially alter the original contract such that a cardinal or constructive change to the original agreement has occurred. Mr. Patterson asked why the date of June 5, 2018, was included in this change order. Ms. Merck stated that the negotiated amount is for all services through June 5, Should any additional work be required for new or unresolved items arise after this date, another change order may be required. Legal Counsel noted that this date "resets" the work for any new matters not associated with the already approved settlements. Ms. Merck addressed the handout to this item which details the small business participation on the entire Airside 4 Program, which has been very successful. Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried to approve Change Order BP , for a total amount of $186, and no time extension, with funding from Capital Expenditure Fund. D. Change Order BP ALLOWANCE U RECONCILIATION. [A handout was presented, consisting of revised Supporting Documentation. ] This change order to the contract with Hensel Phelps Construction Company for Airside 4 Improvements Program FIS/CBP Renovation and Wing Expansion is to: 1. (a) Provide all labor, materials, equipment for extended subcontractor general conditions from May 22, 2013 through December 17, 2013 (Reference Contractor's CE No. 613R1). ADD: $563,223.00; and, (b) Reduce Allowance U (Subcontractor Extended General

6 Page 6 of 39 Conditions) by ($495,000.00) from $495, to $0.00, to offset the costs associated with Item No. la above. DEDUCT: ($495,000.00). NET AMOUNT FOR ITEM NO. 1: ADD: $68, BP Change Order Nos. 75 and 76 contain a negotiated final settlement of all subcontractor extended general conditions incurred or arising out of any impact up through and including June 5, 2018, or that may have given rise to the current anticipated final completion date of December 17, Neither of BP Change Order Nos. 75 and 76 are effective or binding as to either party unless and until both of BP Change Order Nos. 75 and 7f, are executed by both Owner and Contractor. Ry executing this Change Order, Hensel Phelps Construction Company (Contractor), does hereby fully and completely discharge and release the Greater Orlando A.viation Authority (GOAA), its board members, employees, and representatives, including but not limited to all design and project management professionals retained by GOAA and their current and former officers, directors, principals, employees, agents, representatives, suppliers, contractors, subcontractors, attorneys-in-fact, attorneys-at-law, insurers, sureties, predecessors, successors, and assigns, individually and collectively, from, and waives any and all debts and accounts, promises, damages, liens, encumbrances, causes of action, suits, bonds, judgments, claims and demands whatsoever, in law or in equity, known or unknown, which Contractor ever had, now has, or may ever have for extended general conditions costs incurred by any and all subcontractors, suppliers, materialmen, and all other persons supplying material, supplies, services, or labor used directly or indirectly in the prosecution of work, that may have been incurred or arisen, attributable to any impact, change, directive, or cause whatsoever- on or before June 5, 2018, or that may have given rise to the current anticipated final completion date of December 17, 2013, for that contract known as BP-00443, Airside 4 Improvements Program - FIS/CBP Renovation and Wing Expansion (Contract). Contractor further covenants that all subcontractors, suppliers, materialmen, and all other persons supplying material, supplies, services, or labor used directly or indirectly in the prosecution of the work provided in the Contract shall be paid in full for the work giving rise to the costs addressed in the previous paragraph, and that Contractor shall defend, indemnify, and hold harmless GOAA from any and all debts and accounts, promises, damages, liens, encumbrances, causes of action, suits, bonds, judgments, claims and demands whatsoever, in law or in equity which any subcontractor, supplier, materialmen, or any other persons supplying material, supplies, services, or labor used directly or indirectly in the prosecution of such work had, now has, or may ever have. Contractor represents and warrants, which is a material inducement for GOAA to enter into this settlement Change Order, that neither Contractor nor its subcontractors, suppliers, materialmen, or any other persons supplying material, supplies, services, or labor directly or indirectly in the prosecution of the work addressed by the paragraph above have or are aware of any other claims or potential claims for extended general conditions by subcontractors, suppliers, materialmen, and all other persons supplying material, supplies, services, or labor used directly or indirectly in the prosecution of the work on this Project. The negotiated final settlement set out in this Change Order shall not be construed to waive any of the claim submission or substantiation requirements of the Contract Documents as to any claim not settled by this Change Order. References to Change Order Requests (CORs) or any other document are purely for information and illustrative purposes to describe scopes of work; references to such documents do not incorporate reservations, limitations, boilerplate, or purported terms or conditions into this Change Order or che Contract. The parties agree that this change order and all preceding change orders are within the scope of the original contract and do not materially alter the original contract such that a cardinal or constructive change to the original agreement has occurred.

7 Page 7 of 39 Mr. Patterson asked if the Final Completion is still targeted for December, 17, Ms. Merck replied yes, and further noted that punchlist and other activities are being accomplished now. Ms. Merck addressed the handout to this item which details the small business participation on the entire Airside 4 Program, which has been very successful. Upon motion of Ms. Schneider, second by Mr. Hunt, vote carried to approve Change Order BP , for a total amount of 363, and no time extension, with funding from Passenger Facility Charges, General Airport Revenue Bonds, and Capital Expenditures Fund. E. Change Order BP ADDITIONAL PAVEMENT MARKINGS. This change order to the contract with The Middlesex Corporation for Loop Road Resurfacing and Related Work is to: 1. Provide all labor, equipment, and materials to add pavement markings in accordance with Plan Revision Set No. 03, "Marking Changes, dated March 2, ADD: $123,735.43; and, 2. Increase the Contract Time for Final Completion by 18 calendar days, from 45 calendar days to 63 calendar days, for work associated with Item No. 1 above. Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried to approve Change Order BP , for a total amount of $123, and an 18 calendar day time extension to Final Completion, with funding from Capital Expenditure Fund, Improvement and Development Fund, and General Airport Revenue Bonds. F. Change Order BP MOT DETOURS FOR PARKING HELIXES. This change order to the contract with The Middlesex Corporation for Loop Road Resurfacing and Related Work is to provide all labor, equipment, and materials for Maintenance of Traffic (MOT) detours during milling and resurfacing underneath the parking helixes at Garages A and B, Entry and Exit. ADD: $28, Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to approve of Change Order BP , for a total amount of $28, and no time extension, with funding from Capital Expenditure Fund, Improvement and Development Fund, and General Airport Revenue Bonds. G. Change Order BP WET WEATHER STRIPING INSTALLATION. This change order to the contract with The Middlesex Corporation for Loop Road Resurfacing and Related Work is to: 1. Provide all labor, equipment, and materials to install thermoplastic wet weather stripping on the Loop Road, as follows: (a) Increase Unit Price for Pay Item (Thermoplastic, Standard Other Surfaces, White, Solid 6-inches) by from $4,200.00/GM to $5,835.00/GM. ADD: $15,344.80; (b) Increase Unit Price for Pay Item (Thermoplastic, Standard - Other Surfaces, White, Skip, 6-inches, Skip or 3-9 Lane Drop) from $1, /GM to $1, /GM. ADD: $5,393.75; (c) Increase Unit Price for Pay Item 7H (Thermoplastic, Standard - Other Surfaces, White, Skip, 12-inches 3-9 Lane Drop) from $2, /GM to $3, /GM. ADD: $442.80; and, (d} Increase Unit Price for Pay Item (Thermoplastic, Standard - Other Surfaces, Yellow, Solid, 6-inches) from $4,200.00/GM to $5,335.00/GM. ADD: $12, This change order replaces Field Change Order Mo. 2. MET AMOUNT FOR ITEM NO. 1: ADD: $33, Upon motion of Ms. Schneider, second by Mr. Hunt, vote carried to approve Change Order BP , for a total amount of $33, and no time extension, with funding from Capital Expenditure Fund, Improvement and Development Fund, and, General Airport Revenue Bonds.

8 Page 8 of 3 9 H. Change Order BP TRAFFIC CONTROL ASSISTANCE. This change order to the contract with Carr & Collier, Inc. for South Cell Lot and Utilities is to: 1. (a) Provide all provide traffic control assistance from the Orlando Police Department during an unexpected notification of possible power outage. ADD: $646.80; and, (b) Decrease Pay Item Unknown Utility Conflict Resolutions - Allowance (Add Alternate Bid No. 2} by $646.80, from $ to $104.23, to offset the costs associated with Item No. la above. DEDUCT: ($646.80). NET AMOUNT FOR ITEM NO. 1: $0.00. Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to approve Change Order BP , for a total amount of $0.00 and no time extension, with funding from Capital Expenditure Fund. I. Change Order V PIPE RE-LINING AND SPOT REPAIRS. This change order to the contract with Gomez Construction Company for Airside 4 Sanitary Sewer Repair and Restoration is to: 1. Provide all labor, materials, and equipment to re-line approximately 1,200 LF of existing 8-inch pipe, manholes and provide spot repairs to sections of pipe where lining would not be effective. ADD: $633,011.84; 2. Increase the Contract Time for Substantial Completion by 248 calendar days, from 2 calendar days to 250 calendar days, resulting from the additional work associated with Item No. 1 above; and, 3. Increase the Contract Time for Final Completion by 18 calendar days, from 30 calendar days to 108 calendar days, resulting from the additional work associated with Item No. 1 above. Upon motion of Mr. Hunt, second by Mr. Patterson, vote carried to recommend to the Aviation Authority Board approval of Change Order V , for a total amount of $633,011.84, a 248 calendar day time extension to Substantial Completion, and a 78 calendar day time extension to Final Completion, with funding from General Airport Revenue Bonds and Aviation Authority Funds. J. Change Order V NO COST TIME EXTENSION. This change order to the contract with Gomez Construction Company for West Maintenance Storage Facility APM Area Refurbishment is to increase the Contract Time for Substantial Completion by 16 calendar days, from 90 calendar days to 106 calendar days. This resolves all time and cost related issues and impacts, as of the date of this change order. Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried to approve Change Order V , for a total amount of $0.00 and a 16 calendar day time extension to Substantial Completion, with funding from General Airport Revenue Bonds. CONSTRUCTION MANAGEMENT AT RISK (CM@R) GUARANTEED MAXIMUM PRICE () BUDGET, BUYOUT, AND CONTINGENCY MANAGEMENT REQUESTS AGENDA 3. The following Budget, Buyout, and Contingency Management requests (related to the South Terminal C, Phase One Project) were presented for consideration: -A. Subcontractor Modification for BP-S0Q134 ( No. 4-S.l) with Global One Networks, LLC, and Quality Cable Contractors, Inc, for Approval Letter No RFI 0145 Fiber Optic Pigtails Connector Type Change and Channeling (CR/PCO No. 119). Mr. Guirges presented the memorandum, requesting approval for Turner-Kiewit Joint Venture (T-K) to issue a subcontract modification on BP S00134, South Terminal C, Phase 1 - General Conditions FY 2013 ( No. 4- at the Orlando International Airport, in the amount of $25, to Global One Networks, LLC, and Quality Cable Contractors, Inc.

9 Page 9 of 39 The Bid Package for "Fiber Optic Installation to GOAA Conference Trailer" had been previously awarded to Global One Networks, LLC (Reference CC No d). The Bid Package for "Fiber Optic Installation from GOAA Conference Trailer to New Office Compound" had been previously awarded to Quality Cable Contractors, Inc. (Reference CC No. CC No a). T-K has proposed a subcontractor modification to Global One Networks, LLC for the replacement of fiber optic cable pigtail SC APC connectors with ST connectors as per A/E specification requirement change as confirmed by RFI No This resolves all requests for costs and time as a result of RFI No T-K has proposed a subcontractor modification to Quality Cable Contractors, Inc. for the fiber channeling requirements not included in previously awarded subcontract scope The effect of this subcontract modification for this project is as follows: T-K to issue a subcontractor modification to Global One Networks, LLC in the lump sum amount of: T-K to issue a subcontractor modification to Quality Cable Contractors Inc. in the lump sum amount of: line item(s) value: Deduct from Owners Contingency: Deduct from CMAR Contingency: $ 19, $ 6, $ 0.00 $ (19,363.00) $ (6,035.00) Turner-Kiewit Joint Venture is committed to 26% MWBE and 5% LDB for Construction Management Services and 20% MWBE and 4% LDB participation for Construction Services. The subcontractors identified and committed to participate on BP-S00134 ( No. 4-S.l) for this subcontract modification are Global One Networks, LLC (MWBE/LDB) (MWBE/LDB). There is a 100% LDB modification. and Quality Cable Contractors, Inc. participation associated with this Agenda Item Nos. 3-A, 3-B, and 3-C were considered in one motion. Upon motion of Mr. Patterson, second by Ms. Schneider, vote carried to approve Turner-Kiewit Joint Venture (T-K) to issue a Subcontract Modification to Global One Networks, LLC, and Quality Cable Contractors, Inc. on BP-S00134, South Terminal C, Phase 1, General Conditions FY 2018 ( 4-S.l), for the total amount of $25,398.00, which includes a the lump sum amount of $19, to Global One Networks, LLC, and a lump sum amount of $6, to Quality Cable Contractors Inc., with funding from General Airport Revenue Bonds, Customer Facility Charges, and, Passenger Facility Charges. B. Subcontractor Modification for BP-S00134 ( No. 4-S.l) with Global One Networks, LLC for Approval Letter No RFI R2 Fiber Optic Manhole Relocation (CR/PCQ No. 080). Mr. Guirges presented the memorandum, requesting approval for Turner-Kiewit Joint Venture (T-K) to issue a subcontract modification on BP-S00134, South Terminal C, Phase 1 Landside General Conditions FY 2018, at the Orlando International Airport. The Bid Package for "Fiber Optic Installation to GOAA Conference Trailer" had been previously awarded to Global One Networks, LLC (Reference CC No d). T-K has proposed a subcontractor modification to Global One Networks, LLC for the relocation of a fiber optic manhole as confirmed under RFI Nos. 0073

10 Page 10 of 39 through 0073R2. This resolves all requests for costs and time as a result of RFI Nos through 0073R2. The effect of this subcontract modification for this project is as follows: T-K to issue subcontract award to Global One Networks LLC in the Lump Sum amount of: line item(s) value: Deduct from CM0P Contingency: $ 7, s $ (7, ) Turner-Kiewit Joint Venture is committed to 26* MWBE and 5; LDB for Construction Management Services and 20* MWBE and 4; LDB participation for Construction Services, The subcontractor identilied and committed to participate on BP-S00129 ( 4-S) for this subcontract modification is Global One Networks, LLC (MWBE/LDB). There is a 100* LDB participation associated with this modification. Agenda Item Nos. 3-A, 3-B, and 3-C were considered in one motion. Upon motion of Mr. Patterson, second by Ms. Schneider, vote carried to approve Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification to Global One Networks, LLC on BP-S00134, South Terminal C, Phase 1 Landside General Conditions FY 2018, for the lump sum amount of $7,357.00, with funding from General Airport Revenue Bonds, Customer Facility Charges, and, Passenger Facility Charges. C. Subcontractor Award for BP-S00159 ( No. 16-S) with for 16-S General Conditions FY 2018 PART 1 - Site Logistics Purchasing FY BP 16S Mr. Guirges presented the memorandum, requesting approval for Hensel Phelps Construction (HPC) to award a subcontract on BP-S00159, South Terminal C, Phase 1 Hensel Phelps General Conditions FY 2018, 'Part 1, at the Orlando International Airport, in the amount of $486,887.00, to Competitive Edge Partners & Consulting, LLC. The No. 16-S package for HPC General Conditions FY 2018, Part 1 had been previously awarded to HPC (Reference CC No ). HPC is requesting to issue a subcontract award for Fiscal Year 2018 to Competitive Edge Partners & Consulting, LLC for HPC Bid Package Mo. 16S 01.02, Clean-Up, Waste & Sanitary Services, Miscellaneous Equipment and associated work within BP-S00159 ( No. 16-S) in the Not-to-Exceed (NTE) amount of $486, HPC received bids for the above-mentioned scope for FY 2018 through 2020 from Odyssey International, Inc., Competitive Edge Partners & Consulting, LLC, Modular Building Systems International, and DACG, Inc. Competitive Edge Partners u Consulting, LLC was the lowest responsive bidder. It was noted that if a bid bond was required and not provided, the bidder was considered nonresponsive. The budget associated with this scope totals $1,127,055.00, with the balance of $640, remaining as unpurchased scope after proposed subcontract award for HPC BP No. 16S

11 Page 11 of 39 The effect of this subcontract modification for this project is as follows: line item value: 16S Award Budget: HPC to issue subcontract to Competitive Edge Partners & Consulting, LLC in the NTE amount of: Add/Deduct to Owner/CMAR Contingency: Remaining line item(s) value: (16S A.ward Budget) $ 1,127, $ 486, $ 0.00 S 640, Hensel Phelps Construction is committed to 338 MWBE and 58 LDB participation for Construction Management Services, and 208 MWBE and 41 LDB participation for Construction Services. The subcontractor identified and committed to participate on BP-S159 ( Mo. 16-S) for this subcontract award is Competitive Edge Partners & Consulting LLC (MWBE/LDB). There is a MWBE and LDB participation associated with this award. Agenda Item Nos. 3-A, 3-B, and 3-C were considered in one motion. Upon motion of Mr. Patterson, second by Ms. Schneider, vote carried to approve Hensel Phelps Construction (HPC) to issue a Subcontract Award to Competitive Edge Partners & Consulting, LLC on BP-S00159, South Terminal C, Phase 1 - Hensel Phelps General Conditions FY 2018, for the total not-to-exceed amount of $486,887.00, with funding from General Airport Revenue Bonds, Passenger Facility Charges, Customer Facility Charges, and General Airport Revenue Bonds Fuel. SOUTH TERMINAL C, PHASE 1 REQUEST FOR RECOMMENDATION OF APPROVAL OF AN AMENDMENT TO ADDENDUM NO. 3 TO THE PROGRAM AND PROJECT MANAGEMENT SERVICES FOR THE SOUTH TERMINAL C, PHASE 1 AGREEMENT WITH COST MANAGEMENT, INC. DBA CMI TO PROVIDE ADDITIONAL FISCAL YEAR (FY) 2018 CHANGE MANAGEMENT SERVICES FOR W-S00111, SOUTH TERMINAL C, PHASE 1 - PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR), AT THE ORLANDO INTERNATIONAL AIRPORT 4. Mr. Guirges presented the memorandum, dated -June 12, 2018, along with a proposal from Cost Management, Inc. dba CMI, dated May 31, 2018, for Additional FY 2018 Change Management Services for W-S00111, South Terminal C, Phase 1 Program and Project Management Services, at the Orlando International Airport. On March 13, 2018, the Construction Committee approved Addendum Mo. 3 in the amount of $56, for retroactive Change Management Services, effective March 1, 2018, through March 20, On the same date, March 13, 2018, the Construction Committee recommended approval of Amendment Mo. 1 to Addendum No. 3 for the total amount of $545, to provide Additional Change Management Services effective March 20, 2018, through September 30, 2018, which was approved by the Aviation Authority Board on March 20, On May 29, 2018, the Construction Committee approved Amendment No. 2 in the amount $178, to provide additional staffing for Change Management Services effective May 29, 2018, through September 30, Since that time, it has been discovered that additional staffing is needed to support the work required for the construction phase of W-S00111 South Terminal C, Phase 1 Program and Project Management Services. if approved, these services would be effective June 21, 2018, through September 30, 2013.

12 Page 12 of 39 Description Addendum No. 3, and Amendment Nos. 1 & 2 Proposed Amendment Total Mot to Exceed Fees $771, $303, $1,074, Lump Sum Fees $0.00 $0.00 $0.00 Not to Exceed Expenses $10, $0.00 $10, TOTAL $781, $303, $1,084, The Office of Small Business Development has reviewed the qualifications of the subject contract's MWBE/LDB specifications and determined that due to the specialized nature of the required services, Cost Management Inc. dba CMI does not propose any MWBE/LDB/VBE participation on this Amendment. Mr. Ruohomaki stated that all of the rates are within approved ranges. Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried to recommend to the Aviation Authority Board approval of an Amendment to Addendum No. 3 to the Program and Project Management Services for the South Terminal C, Phase 1 with Agreement with Cost Management, Inc. dba CMI to provide Additional FY 2018 Change Management Services for W-S00111, South Terminal C, Phase 1 Program and Project Management Services (OAR), for the total not-to-exceed fee amount of $303,025.00, with funding from General Airport Revenue Bonds and Passenger Facility Charges. REQUEST FOR RECOMMENDATION OF APPROVAL OF AN ADDENDUM TO THE TECHNOLOGY AND MULT I- MEDIA SYSTEMS SPECIALTY ENGINEER FOR SOUTH TERMINAL C, PHASE 1 AGREEMENT WITH BURNS ENGINEERING, INC., FOR DESIGN PHASE SERVICES FOR THE SOUTH TERMINAL C, PHASE 1 EXPANSION PROGRAM FOR W-S00113, SOUTH TERMINAL C, PHASE 1 TECHNOLOGY AND MULTI- MEDIA SERVICES, AT THE ORLANDO INTERNATIONAL AIRPORT. 5. This item was deferred. REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO. 3 TO THE CONTINUING ENVIRONMENTAL CONSULTING SERVICES AGREEMENT WITH VANASSE HANGEN BRUSTLIN, INC. FOR A NO-COST TIME ADJUSTMENT FOR ADDITIONAL GOPHER TORTOISE RELOCATION SERVICES FOR W-S00116, SOUTH TERMINAL C, PHASE 1 SUPPORT SERVICES (OTHER COSTS), AT THE ORLANDO INTERNATIONAL AIRPORT. 6. Mr. Carrington presented the memorandum, dated June 12, 2018, for an Amendment to Addendum Mo. 3 to the Continuing Environmental Consulting Services Agreement with Vanasse Hangen Brustlin, Inc. for Mo Cost Time Adjustment to provide Additional Gopher Tortoise Relocation Services for W-S00116, South Terminal C, Phase 1 - Support Services (Other Costs), at the Orlando International Airport. On December 6, 2016, the Construction Committee approved Addendum Mo. 3 in the not-to-exceed amount of $162, to the above-referenced agreement for initial Gopher Tortoise Relocation Services, effective December 2016 through early January Since that time, it has been determined that these services are required until project completion or until further notice because the tortoises continually return to the site and have to be removed. Therefore, it is respectfully requested that the completion date approved for Addendum No. 3 be removed so that the Consultant may continue to submit invoices for services rendered. The Office of Small Business Development has determined that the requested no-cost time adjustment does not have any impact on the small business participation. Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to approve an Amendment to Addendum Mo. 3 to the Continuing Environmental Consulting Services Agreement with Vanasse Hangen Brustlin, Inc. for a No Cost Time Adjustment for W-S00116, South Terminal C, Phase 1 - Support Services (Other Costs), at the Orlando International Airport; there is no fiscal impact associated with this item.

13 Page 13 of 39 REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING ENVIRONMENTAL CONSULTANT SERVICES AGREEMENT WITH VANASSE HANGEN BRUSTLIN, INC. FOR ON-CALL ENVIRONMENTAL CONSULTING SERVICES FOR THE SOUTH TERMINAL COMPLEX FOR W-S00116, SOUTH TERMINAL C, PHASE 1 SUPPORT SERVICES (OTHER COSTS), AT THE ORLANDO INTERNATIONAL AIRPORT. 7 Mr. Sorondo presented the memorandum, dated June 12, 2018, along with a proposal from Vanasse Hangen Brustlin, Inc., dated May 24, 2018, to provide on-call environmental services in support of the South Terminal C design and construction phases at the Orlando International Airport. If approved, these services would be effective June 12, The Office of Small Business Development has reviewed the qualifications of the subject contract's MWBE/LDB specifications and determined that, due to the specialized nature of the required services, Vanasse Hangen Brustlin, Inc. does not propose any MWBE/LDB/VBE participation on this Addendum. Chair Thornton asked if the services provided would include turtle relocation. Sorondo responded that it would if any were encountered on the site. Mr. Ms. L'Heureux stated that Aviation Authority Funds needed to be added to the funding source of this item. Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried to approve an Addendum to the Continuing Environmental Consultant Services with Vanasse Hangen Brustlin, Inc. for W-S0Q116, South Terminal C, Phase 1 - Support Services (Other Costs), for the total amount of $50,000.00, which includes a not-to-exceed fee amount of $49, and a not-to-exceed reimbursable expense amount of $500.00, with funding from General Airport Revenue Bonds and Aviation Authority Funds. REQUEST FOR RECOMMENDATION OF APPROVAL OF AN AMENDMENT TO ADDENDUM NO. 5 TO THE PRIME ARCHITECTURAL DESIGN CONSULTANT FOR THE SOUTH TERMINAL C, PHASE 1 AGREEMENT WITH FENTRESS ARCHITECTS, LTD., INC. TO PROVIDE ADDITIONAL FISCAL YEAR (FY) 2018 DESIGN INTENT AND REVIEW SERVICES FOR W-S00206, SOUTH TERMINAL C, PHASE 2 - PRIME ARCHITECTURAL DESIGN CONSULTANT, AT THE ORLANDO INTERNATIONAL AIRPORT. 8. [A handout was presented, consisting of a revised Memorandum.] Mr. Guirges presented the memorandum, dated June 12, 2018, along with a proposal from Fentress Architects, Ltd., Inc., dated May 24, 2018, to provide Design Intent and Review Services, including general management, architectural, and interior design activities for South Terminal C, Phase 2. The scope of services generally includes: Review of the Overall Campus Design and Aesthetic Design Review of Public Spaces Design Review of the South Concourse Exterior and Interior Design Review of the Boarding Piers Design Review of the Pedestrian Bridge / Ground Transportation Facility (GTF) and completion of the "Boulevard" In addition to the major items listed above, Fentress Architects, Ltd., Inc. will provide design review of the overall project planning by the General Consultant and the development of the design documents by the Architect of Record (A.OR) and its subconsultants. If approved, these services would be effective on or about June 21, The Office of Small Business Development has reviewed the qualifications of the subject contract's MWBE/LDB specifications and determined that, due to the limited and specialized scope of the required services, Fentress.Architects Ltd., Inc. does not propose any MWBE/LDB/VBE participation on this Addendum.

14 Page 14 of 39 Chair Thornton asked if this funding was part of the original $3.5 million. Ms. L'Heureux responded that this was the impression given based upon the language of the item. Mr. Birkebak stated that this was the intent. Ms. L'Heureux stated that funding for this item will be Aviation Authority Funds. Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried to recommend to the Aviation Authority Board approval of an Amendment to Addendum No. 5 to the Prime Architectural Design Consultant for the South Terminal C, Phase 1 Agreement with Fentress Architects, Ltd., Inc. for Additional FY 2018 Design Intent and Review Services for W-S00206, South Terminal C, Phase 2 Prime Architectural Design Consultant, for the total not-to-exceed fee amount of $285,852.15, with funding from Aviation Authority Funds. SOUTH TERMINAL C, PHASE 1 - BAGGAGE HANDLING SYSTEM (DBOM) REQUEST FOR RECOMMENDATION OF APPROVAL OF AN AMENDMENT TO THE AGREEMENT FOR OPERATE/MAINTAIN SERVICES WITH VANDERLANDE INDUSTRIES, INC. FOR BP-S00132, SOUTH TERMINAL C, PHASE 1 BAGGAGE HANDLING SYSTEM (BHS) DESIGN/BUILD/OPERATE/MAINTAIN (DBOM), AT THE ORLANDO INTERNATIONAL AIRPORT. 9. Mr. Scala presented the memorandum, dated June 12, 2018, along with amended Operations and Maintenance Services from Vanderlande Industries, Inc. for BP-S00132, South Terminal C, Phase 1 - Baggage Handling System, at the Orlando International Airport. On May 16, 2018, the Aviation Authority and Vanderlande Industries, Inc. entered into an Agreement for Vanderlande Industries, Inc. to provide Operations and Maintenance Services for the South Terminal C, Phase 1 Baggage Handling System. Services include operation and maintenance of the baggage handling system from on or about the date that Substantial Completion is achieved for eighty-four (84) months (i.e., 7 years) with 3 optional one-year extensions. On May 16, 2018, the Aviation Authority Board approved the augmentation and expansion of the South Terminal C, Phase 1 Program, including the design and construction of an additional three gates and up to ten aircraft ramp positions, This expansion includes an expansion of the South Terminal C baggage handling system. The scope of services contemplated under this Amendment No. 1 to the BP-S00132, Operations and Maintenance Services Agreement with Vanderlande Industries, Inc. for BP-S00132, South Terminal C, Phase 1 - Baggage Handling System includes all Operations and Maintenance activities in accordance with the Operations and Maintenance Contract Documents associated with the South Terminal C, Phase 1 Program expansion of an additional three gates (i.e., six aircraft positions). The Office of Small Business Development has determined that there is no small business participation associated with the proposed Amendment to the O&M Services for BP-S Mr. Patterson asked if this is for 7 or 10 years, Mr. Birkebak stated that this is for a total of 10 years, Legal Counsel clarified that it is for 7 years with 3 optional extensions of one year each. Chair Thornton asked what information the system will display, Mr. Scala stated that the goal is to provide information to both the airlines and customers regarding where luggage is within the process, as well as an estimated time of arrival at baggage claim. Chair Thornton asked if the number of bags per airline could be quantified. Scala replied yes and added that the bags can be tracked and billed. Mr.

15 Page 15 of 39 Mr. Patterson asked if the system is RFID or Optical. Mr. Scala responded that it is Optical and it provides 3-way identification, Ms. Schneider asked if this item includes the 9 scanners and cameras. Mr. Scala replied yes. Mr. Scala stated that the drawings should be available on June 15, 2018, and that this is an investment in infrastructure which is not inclusive of anything previouslydelivered. Chair Thornton asked if JetBlue Airlines is in agreement with all of the touchpoints. Mr. Scala responded yes, that JetBlue A.irlines is very confident and is coordinating with all involved. Further, Mr. Scala added that JetBlue Airlines will be providing training because the system is different than anything formerly available.. Chair Thornton asked if this is a collaboration between Vanderlande Industries, Inc. and VTech. Mr. Scala responded yes, that it was necessary for systems to communicate with each other for data integration. Legal Counsel stated that the design has not been completed for the expansion; therefore, the pricing provided by Vanderlande Industries, Inc. is an estimate. Mr. Ruohomaki stated that Turner-Kiewit Joint Venture, Hensel Phelps Construction, and Vanderlande Industries, Inc. are collaborating to finalize the schedule. Legal Counsel stated that Vanderlande Industries, Inc. is doing an open-book financial process. Mr. Scala stated that the cost for the mechanical portion is expected this week. Chair Thornton asked what the time frame is for this work, Mr. Ruohomaki responded that the Pre-Construction Meeting is scheduled for later today, then it will go before the Aviation Authority Board next week, and firm costs are anticipated to be established by September Ms. L'Heureux stated that the approval of this item is subject to the adoption of future budgets. Agenda Item Nos. 9, 10, and 11 were considered in one motion. Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried to recommend to the Aviation Authority Board approval of Amendment Mo. 1 to the BP-S00132, Operate/ Maintain Services Agreement with Vanderlande Industries, Inc. for BP-S00132, South Terminal C, Phase 1 - Baggage Handling System, for the total not-to-exceed fee amount of $4,700,574.00, with funding from Operations and Maintenance Fund; subject to the adoption of future budgets. REQUEST FOR RECOMMENDATION OF APPROVAL OF CHANGE ORDER BP-S WITH VANDERLANDE INDUSTRIES, INC. FOR BP-S00132, SOUTH TERMINAL C, PHASE 1 BAGGAGE HANDLING SYSTEM (BHS) DESIGN/BUILD/OPERATE/MAINTAIN (DBOM), AT THE ORLANDO INTERNATIONAL AIRPORT. 10. This change order to the contract with Vanderlande Industries, Inc. for South Terminal C, Phase 1 Baggage Handling System is to add Bid Option No. 6, International Air Transport Association (IATA) Resolution No. 753 Full Tracking (13 total tracking points), in accordance with the Contract Documents. A.DD: $357, Agenda Item Nos. 9, 10, and II were considered in one motion. Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried to recommend to the Aviation Authority Board approval of Change Order BP-S , for a total amount of $351, and no time extension, with funding from General Airport Revenue Bonds and Passenger Facility Charges.

16 Page 16 of 39 REQUEST FOR RECOMMENDATION OF APPROVAL OF CHANGE ORDER BP-S WITH VANDERLANDE INDUSTRIES, INC. FOR BP-S00132, SOUTH TERMINAL C, PHASE 1 - BAGGAGE HANDLING SYSTEM (BHS) DESIGN/BUILD/OPERATE/MAINTAIN (DBOM), AT THE ORLANDO INTERNATIONAL AIRPORT. 11. [A handout was presented, consisting of a revised Coversheet.] This change order to the contract with Vanderlande Industries, Inc. for South Terminal C, Phase 1 - Baggage Handling System is to design and construct, in accordance with the Contract Documents, a fully integrated BHS to augment and expand the South Terminal C, Phase 1 Program, including design and construction of an additional three gates (six aircraft positions). This change order incorporates Vanderlande Industries, Inc.'s proposal letter Re: Guaranteed Maximum Price () for MCO South Terminal C, Phase 1 Expansion BHS and O&M, dated May 29, 2018, and sets forth the Initial (i) for all design/build, services, materials, and associated scope work for the STC-P1. Further refinement of the i, to convert to a fixed price, shall be based on an open book process for verification of pricing. The Aviation Authority and Vanderlande Industries, Inc. shall work cooperatively with each other, the Architect of Record, and Construction Managers at Risk during the design of and Master Schedule development for the overall South Terminal C, Phase 1 and Phase 1 Expansion Program, to finalize the design and schedule of the BHS expansion work contemplated under this Change Order No. 2. The Aviation Authority and Vanderlande Industries, Inc. shall work cooperatively with each other to finalize a lump sum price for the expansion work contemplated under this Change Order No. 2. The parties understand that the target window for completion of the South Terminal C Phase 1 and Phase 1 Expansion Program is September 2020 through March 2021, and the i pricing set forth in this Change Order No. 2 is based on this understanding. Should any schedule modifications affect the target window for completion and impact pricing under this Change Order No. 2, any increase in price shall first be paid from the Phase 1 Expansion Contingency (i value) proposed by Vanderlande Industries, Inc. and included in the overall pricing of this Change Order No. 2. ADD: $18,889, Agenda Item Nos. 9, 10, and 11 were considered in one motion. Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried to recommend to the Aviation Authority Board approval of Change Order BP-S , for a total amount of $18,889, and no time extension, with funding from General Airport Revenue Bonds and Passenger Facility Charges. GENERAL REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO. 2 TO THE LOOP ROAD RESURFACING AND RELATED WORK SERVICES AGREEMENT WITH DRMP, INC. TO PROVIDE ADDITIONAL CONSTRUCTION ADMINISTRATION SERVICES FOR BP-00469, LOOP ROAD RESURFACING AND RELATED WORK, AT THE ORLANDO INTERNATIONAL AIRPORT. 12. Mr. Rodriguez presented the memorandum, dated June 12, 2018, along with a proposal from DRMP, Inc., dated May 7, 2018, to provide Additional Construction Administration Services for BP-00469, Loop Road Resurfacing and Related Work, at the Orlando International Airport. On June 13, 2017, the Construction Committee approved Addendum No. 2 in the amount of $223, to the above-referenced agreement. Since that time, it has been discovered that additional effort for the Construction Administration Services for the project will be required by Atkins North America, Inc., due mainly to unforeseen conditions and requested design changes as well as a miscalculation of the original substantial completion calendar days used to calculate the original Construction Administration fees as further described in Consultant's proposal dated May 7, If approved, these services would be effective the date of Construction Committee approval. The Office of Small Business Development reviewed the qualifications of the subject contract's MWBE/LDB/VBE specifications and determined that, due to the limited scope

17 Page 17 of 39 of the required services, DRMP, Inc. does not propose any MWBE/LDB/VBE participation on this Amendment. Mr. Ruohomaki noted that no additional fees are anticipated and DRMP, Inc. has been advised accordingly. Upon motion of Ms. Schneider, second by Mr. Hunt, vote carried to approve an Amendment to Addendum Mo. 2 to the Loop Road Resurfacing and Related Work Services Agreement with DRMP, Inc. for Additional Construction Administration Services for BP-00469, Loop Road Resurfacing and Related Work, for the total not-to-exceed fee amount of $37,275.00, with funding from Capital Expenditure Funds. REQUEST FOR RECOMMENDATION OF AWARD OF BP-00471, COMMUNICATIONS MINIMUM POINT OF ENTRY (MPOE) TO RUSH CONSTRUCTION, INC., AT THE ORLANDO INTERNATIONAL AIRPORT. 13. Ms. Watson presented the memorandum, dated June 12, 2018, along with the bid from RUSH Construction, Inc., dated May 25, 2018, for BP-00471, The scope will include the construction of a Communications Minimum Point of Entry (MPOE) facilityon the west side of MCO. The facility will have the ability of hosting up to four Internet Service Providers (ISP) who will utilize the MPOE to deliver IP based services for the Aviation Authority and its tenants. On May 22, 2018, bids were received as follows: Bidder RUSH Construction, Inc. Total Bid $1,177, Latest Engineer's Estimate $1,112, RUSH Construction, Inc. has verified that they prepared their bid in accordance with all bid documents and addenda and will be able to complete the project for the amount bid and within the Aviation Authority's schedule. The Office of Small Business Development has reviewed the qualifications of the subject contract1s MWBE/LDB/VBE specifications and determined that RUSH Construction, Inc. proposes 25.7? MWBE and LDB/VBE participation on this award. Legal Counsel asked if RUSH Construction, Inc. was a new contractor for the Aviation Authority. Mr. Ruohomaki confirmed yes. Legal Counsel stated that a review of the contractor's claims as well as a Dunn & Bradstreet report showed nothing of concern. Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to recommend to the Aviation Authority Board approval of the award of BP-00471, Communications Minimum Point of Entry (MPOE), to RUSH Construction, Inc., for the total bid amount of $1,177,595.00, with funding from Capital Expenditure Fund. REQUEST FOR APPROVAL OF FURNISHINGS, FIXTURES AND EQUPMENT (FF&E) PURCHASES EXCEEDING ORIGINAL ESTIMATE BY 5% FOR BP-00474, HYATT REGENCY GUEST ROOM/CORRIDOR RENOVATION, AT THE ORLANDO INTERNATIONAL AIRPORT. 14. Ms. Hershner presented the memorandum, dated June 12, 2018, to request approval of FF&E Purchases exceeding the original estimate by 5s;. On December 20, 2017, the Aviation Authority Board approved the November 21, 2017, Construction Committee's recommendation for the Estimated Budget for the Hyatt Renovation FF&E Procurement. The final recommendation required for "each purchase order" exceeding the original estimate by more than 5'? that it be presented to the Construction Committee for approval, and as amended by the Construction Committee at the January 16, 2018, meeting. The recommendation also included a ICi contingency (i.e., $791,768.40) to cover costs for items that might exceed the Estimated Totals.

18 Page 18 of 39 Since the Construction Committee's meeting on April 3, 2018, staff has received quotations from the listed suppliers that have exceeded the originally approved estimate by more 5%: Vendor Approved Estimate Actual Value Increase Percent Increase MI Studios $0.00 $81, $81, New Item Mayer Electric $0.00 $15, $15, New Item Total $0.00 $96, $96, The increases were due to the addition of new materials/items. These increases will be deducted from the contingency as included in the originally approved total. The Office of Small Business Development noted that there is no small business participation associated with this item. Chair Thornton asked if the project team is experiencing any delay in deliveries. Ms. Hershner replied no. Upon motion of Ms. Schneider, second by Mr. Hunt, vote carried to approve FF&E Purchases Exceeding Original Estimate by 5% for BP-00474, Hyatt Regency Guest Room/Corridor Renovation, for $96,684.58, to be deducted from the FF&E contingency, with funding from Capital Expenditure Fund. REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT (OAR PRIME ENTITY) SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES, INC. FOR FISCAL YEAR (FY) 2018 STAFF EXTENSION SUPPORT SERVICES FOR TENANT/CONCESSIONS PROJECT OVERSIGHT FOR BP-00474, HYATT REGENCY GUEST ROOM /CORRIDOR RENOVATION, AT THE ORLANDO INTERNATIONAL AIRPORT. 15. Ms. Grant presented the memorandum, dated June 12, 2018, along with a proposal from AECOM Technical Services, Inc., dated May 7, 2018, to provide scheduling services for the BP-474 Hyatt Regency Guest Room/Corridor Renovation project. These services include, but are not limited to, providing assistance to the Aviation Authority staff in the areas of construction project scheduling and other duties as requested for tenant and concessions projects. Services will be provided through September 30, If approved, these services would be retroactive to May 1, The Office of Small Business Development has reviewed the qualifications of the subject contract's MWBE/LDB/VBE specifications and determined that, due to the limited scope of the required services, AECOM does not propose any MWBE/LDB/VBE participation on this Addendum. Mr. Ruohomaki stated that Mr. Nolan has been brought into the project to provide assistance. Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried to approve an Addendum to the Continuing Program and Project Management (OAR Prime Entity) Services Agreement with AECOM Technical Services, Inc. for FY 2018 Staff Extension Support Services for Tenant/Concessions Project Oversight for BP-00474, Hyatt Regency Guest Room/Corridor Renovation, for the total not-to-exceed fee amount of $13,800.00, with funding from Capital Expenditure Fund.

19 Page 19 of 39 REQUEST FOR RECOMMENDATION OF APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH GOMEZ CONSTRUCTION COMPANY FOR V-S00008, HBJ WAREHOUSE HVAC REPLACEMENT, AT THE ORLANDO INTERNATIONAL AIRPORT. 16. [A handout was presented, consisting of a revised Memorandum and Supporting Documentat ion. ] Mr. Shedek presented the memorandum, dated June 12, 2018, along with a proposal from Gomez Construction Company, dated June 11, 2013, to perform base bid work required to remove and replace the 13 existing roof top HVAC Air Handing Units (AHU), and one 80-ton air cooled chiller, including roof curbs, condensate drains, piping, valves, and hangars, testing, pipe insulation, connections to existing duct work, Project will remove and install associated chilled water piping for new unit installation, install support steel under new rooftop HVAC AHUs, permitting, and removal of ceiling as needed for HVAC installation. Project will also include new buckets/breakers feeding the 13 AHUs and one chiller to be replaced, new outlets and lighting at each of the 13 AHUs to meet code compliance. Existing lightning protection will be removed from existing the AHUs and chiller, and replaced on the new AHUs and chiller. The duration of the project is 150 calendar days for Substantial Completion and 90 calendar days for Final Completion with a contemplated Notice to Proceed (NTP) date of June 20, The Office of Small Business Development has reviewed the qualifications of the subject contract's MWBE/LDB/VBE specifications and determined that, due to the limited scope of the required services, Gomez Construction Company does not propose any MWBE/LDB/VBE participation on this Job Order Construction Services Addendum. Chair Thornton asked if this is just for work in the front of the building. Mr. Ruohomaki responded that this initially for the front of house, with the final intent to put the entire building under conditioned air. Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to recommend to the Aviation Authority Board approval of a Job Order Construction Services Addendum to the Continuing Vertical Construction Services Agreement with Gomez Construction Company for V-SQ008, HBJ Warehouse HVAC Replacement, for the total lump sum amount of $1,099,323.15, with funding from Capital Expenditure Fund. REQUEST FOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH GOMEZ CONSTRUCTION COMPANY FOR V-00888, INSTALL CT-80 IN A AND B SIDES NON-CONVEYABLE BAGGAGE SCREENING ROOMS, AT THE ORLANDO INTERNATIONAL AIRPORT. 17. [A handout was presented, consisting of additional Supporting Documentation.] Mr. Shedek presented the memorandum, dated June 12, 2018, along with the proposal from Gomez Construction Company, dated May 25, 201S, to reconfigure existing equipment and HVAC, install the power and data infrastructure, including interior renovation on the Level 2 A-Side screening room for a CT-30 Explosive Detection System (EDS) machine in each of the A and B Sides non-conveyabie baggage screening rooms on Level 2 of the Landside Terminal. The duration of the project is one hundred twenty (12 0 j calendar days for Substantial Completion and ninety (90) calendar days for Final Completion with a contemplated Notice to Proceed (NTP) date of June 25, The Office of Small Business Development has reviewed the qualifications of the subject contract's MWBE/LDB/VBE specifications and determined that Gomez Construction Company proposes 8.01 MWBE and 5.31 LDB participation on this Job Order Construction Services Addendum. Mr. Patterson asked if the Transportation Security Administration has agreed to furnish the CT30s. Chair Thornton replied yes.

20 Page 20 of 39 Chair Thornton asked if the intention was to use old CTBOs. Mr. Draper responded that the CTSOs were not brand new, but newer than the existing. Upon motion of Ms. Schneider, second by Mr. Hunt, vote carried to approve of a Job Order Construction Services Addendum to the Continuing Vertical Construction Services Agreement with Gomez Construction Company for V-00838, Install CT-80 in A and B Sides Non-Conveyable Baggage Screening Rooms, for the total amount of $115,263.23, which includes a lump sum amount of $140, and a not-to-exceed allowance amount of $35,209.00, with funding from General Airport Revenue Bonds. REQUEST FOR APPROVAL OF AN ADDENDUM TO THE PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL, INC. DBA GCI, INC. FOR STAFF EXTENSION SERVICES FOR PROJECT MANAGEMENT FOR W-00375, SELECTION OF RESOURCE MANAGEMENT SYSTEM, AT THE ORLANDO INTERNATIONAL AIRPORT IS. Mr. Pancoast presented the memorandum, dated June 12, 2018, along with a proposal from Geotech Consultants International, Inc. dba GCI, Inc. dated May 11, 2018, to provide Project Coordinator Support Services on W-00375, Resource Management System (RMS). Services will include, but are not limited to, the following items: Schedule Meetings. Create, distribute, and maintain the meeting agenda/minutes. Follow up with the Aviation Authority's Assistant Project Manager and Project Manager on action items. Maintain documents related to the project, ensuring all documents are up to date and filed appropriately. Review and process invoices. If approved, these services would be effective July 1, 2018, through September 30, 2019". The Office of Small Business Development has reviewed the qualifications of the subject contract's MWBE/LDB/VBE specifications and determined that, due to the limited scope of the required services, Geotech Consultants International, Inc., dba GCI, Inc. does not propose any MWBE/LDB/VBE participation on this Addendum. Chair Thornton stated that this provides personnel that are familiar with the Aviation Authority processes and procedures to assist with coordinating the work. Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried to approve Addendum to the Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International, Inc. dba GCI, Inc. for Project Coordinator Support Services for W-00375, Selection of Resource Management System, for the total notto-exceed fee amount of $135,296.00, with funding from Capital Expenditure Fund. REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO. 2 TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT (OAR PRIME ENTITY) SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES, INC. FOR ADDITIONAL FISCAL YEAR (FY) 2018 TENANT/CONCESSIONS PROJECTS OAR/PM OVERSIGHT (SENIOR PROJECT MANAGER and SENIOR INSPECTORS), AT THE ORLANDO INTERNATIONAL AIRPORT. 19. Ms. Grant presented the memorandum, dated June 12, 2018, along with a proposal from AECOM Technical Services, Inc., dated May 22, 2018, to provide Additional FY 2018 Tenant/Cor.cessions Projects OAR/FM Oversight (Sr. Project Manager and Sr. Inspectors), at the Orlando International Airport. On September 19, 2017, the Construction Committee approved Addendum Mo. 2 in the amount of $25, Since that tim.e, it has been discovered that additional Sr. Inspector and Sr. Project Manager Services are required for the Tenant/Concessions Projects, as further described in the Consultant's proposal, dated May 22, These services include, but are not limited to, providing assistance to the Aviation Authority staff in the

21 Page 21 of 39 areas of construction project management, for tenant and concessions projects. inspection and construction coordination If approved, these services would be effective July 1, 2018, through September The Office of Small Business Development has reviewed the qualifications of the subject contract's MWBE/LDB./VBE specifications and determined that AECOM proposes MWBE participation on this Amendment. Upon motion of Mr. Patterson, second by Ms. Schneider, vote carried to approve an Amendment to Addendum Mo. 2 to the Continuing Program and Project Management (OAR Prime Entity) Services Agreement with AECOM Technical Services, Inc. for Additional EY 2018 Tenant/Concessions Projects OAR/PM Oversight Services (Sr. Project Manager and Sr. Inspectors), for the total not-to-exceed fee amount of $180,528.00, with funding from Operations and Maintenance Fund. REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO. 14 TO THE CONTINUING ENVIRONMENTAL ENGINEERING SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC. TO PERFORM ADDITIONAL SERVICES FOR AIRSIDE 1 SITE CLOSURE, AT THE ORLANDO INTERNATIONAL AIRPORT. 20. Mr. Carrington presented the memorandum, dated June 12, 2018, along with a proposal from AECOM Technical Services, Inc., dated May 29, 2018, to perform Additional Services for Airside 1 Site Closure, based on the Completed Site Rehabilitation Completion Report, at the Orlando International Airport. On November 14, 2017, the Construction Committee approved Addendum Mo. 14 in the amount of $15, to the above-referenced agreement, Completion Report. Since that time, based on to complete a Site Rehabilitation the information provided in the completed Site Rehabilitation Completion Report, it was decided to close the Airside i site. Therefore, this proposal is to provide additional services to assist the legal team with the preparation of legal documentation as it relates to restrictive covenant package associated with Airside 1 site closure and subsequent approval of governing agencies as further described in the Consultant's proposal dated May 29, Ir approved, these services would be retroactive to April 15, The Office of Small Business Development has reviewed the qualifications of the subject contract's MWBE/LDB/VBE specifications and determined that, due to the limited scope of the required services, AECOM does not propose any MWBE/LDB/VBE participation on this Amendment. Upon motion of Ms. Schneider, second by Mr. Hunt, vote carried to approve an Amendment to Addendum No. 14 to the Continuing Environmental Engineering Services Agreement with AECOM Technical Services, Inc., for the total not-to-exceed fee amount of $5,030.00, with funding from Improvement and Development Fund. INFORMATION ITEMS 21. The following items were presented for information only: A. B. Revised Change Order Coversheet for BP , Taxiway J Rehabilitation and Related Work, at The Orlando International Airport. [From Construction Committee on, June 5, 2013, Item 2 C]. Office of Small Business Development Memorandum for the recommendation of Approval of an Amendment to the Addendum for BP30C127 ( 2S) Airside Mass Clearing, Grubbing & Grading to the Construction Management at Risk (CM0R) Agreement for the South Terminal C, Phase One Program with Hensel

22 Page 22 of 39 Phelps Construction, at The Orlando International Airport. Construction Committee on June 5, 2013, Item 5]. [ From C. D. E. F. Office of Small Business Development Memorandum for the recommendation of Approval of an Addendum to the Construction Management at Risk (CM@R) Entity Services for the South Terminal C, Phase 1 Agreement with Hensel Phelps Construction for BP-SQ0144, STC Airside Enclosure and Exterior Finishes ( Mo. 6-S.2), at The Orlando International Airport. [From Construction Committee on June S, 2013, Item. 6], Revised Memorandum for the request for approval of an Addendum to the Architect of Record Services for the South Terminal C, Phase 1 Agreement with HMTB Corporation for Design Services for QTA-RAC Customer Isolation Roadway for W-S00110, South Terminal C, Phase 1 Architect of Record Services, at The Orlando International Airport. [From Construction Committee on June 5, 2018, Item 9]. Revised Memorandum for the request for approval of an Addendum to the Architect of Record Services for the South Terminal C, Phase 1 Agreement with HNTB Corporation for Design Services for Site Logistics and Tradeport Ditch Realignment for STC Phase 1 Expansion for W-S00110, South Terminal C, Phase 1 Architect of Record Services, at The Orlando International Airport. [From Construction Committee on June 5, 2018, Item 10]. Revised Memorandum for request for recommendation of approval of an Addendum to the Architect of Record Services for the South Terminal C, Phase 1 Agreement with HMTB Corporation for Design Services of the Airside Concourse Concessions Bumpout for W-SQ0110, South Terminal C, Phase 1 - Architect of Record Services (& Major Subs), at The Orlando International Airport. [From Construction Committee on June 5, 2013, Item 11]. Revised Memorandum for request for recommendation of approval of an Addendum to the Architect of Record for the South Terminal C, Phase 1 Agreement with HNTB Corporation for Design Services to Extend the Enplane/Deplane Structure for W-S00110, South Terminal C, Phase 1 - Architect of Record ( & Major Subs), at The Orlando International Airport. [From Construction Committee on June 5, 2018, Item 12]. H. I. Revised Memorandum for request for recommendation of approval of an Addendum to the Architect of Record Services for the South Terminal C, Phase 1 Agreement with HNTB Corporation for Design Services for Phase 1 Expansion (P1X) for W-S00110, South Terminal C, Phase 1 (Expansion) - Architect of Record Services, at The Orlando International Airport. [From Construction Committee on June 5, 2018, Item 13]. Revised Office of Small Business Development Memorandum for request for recommendation of approval of an Addendum to the Professional Services Agreement with AECOM Technical Services, Inc. for Construction Phase CA Services for BP-468, Runway 17R-35L Rehabilitation and Related Work, at The Orlando International Airport. [From Construction Committee on June 5, 2018, Item 16]. Revised Memorandum for request for recommendation of approval of an.addendum to the Professional Services Agreement with Avcon, Inc. for Design Phase Services for BP-486, MCO Runway 1SL-36R Rehabilitation and Related Work, at The Orlando International Airport. [From Construction Committee on June 5, 2013, Item 22].

23 Page 23 of 39 K. L. Revised Memorandum for request for recommendation of approval of an Addendum to the Ticket Lobby Modifications and Improvements Agreement with C.T. Hsu and Associates, P.A. for Design, Bid and Award Services for BP- 491 West Security Screening Check Point Expansion - Package 2, at The Orlando International Airport. [From Construction Committee on June 5, 2018, Item 23]. Revised Memorandum for the request for approval of an Addendum to the Continuing Civil Engineering Services Agreement with AVCOM, Inc. for Engineering and Design Services for H-S00013, HBJ Fire Water Line Tie-In at the HBJ Warehouse, at The Orlando International Airport. [From Construction Committee on June 5, 2018, Item 26]. NEW ITEMS REQUEST FOR RECOMMENDATION OF APPROVAL OF AN AMENDMENT TO ADDENDUM NO. 7 TO THE CONSTRUCTION MANAGEMENT AT RISK (CM@R) ENTITY SERVICES AGREEMENT FOR THE SOUTH AIRPORT AUTOMATED PEOPLE MOVER COMPLEX (SAPM) PROGRAM WITH HENSEL PHELPS CONSTRUCTION COMPANY FOR BP-S00105, SAPM SITEWORK AND UTILITIES ( NO. IB), AT THE ORLANDO INTERNATIONAL AIRPORT. 22. [A handout was presented, consisting ot a revised Memorandum and Supporting Documentation.] Mr. McNutt presented the memorandum, dated June 12, 2018, to request the recommendation for approval of an Amendment to Addendum No. 7 to the Construction Management at Risk (CM@R) Entity Services Agreement for the South Airport Automated People Mover Complex (SAPM) Program with Hensel Phelps Construction Company (HPCC) for BP-S00105, SAPM Sitework and Utilities ( No. IB), at the Orlando International A.irport. The proposed Guaranteed Maximum Price () Amendment to Addendum No. 7 is the final cost reconciliation and resolves all contingency requests and all other requests for costs and additional time. The OAR (i.e., URS) and HPCC have reviewed the financial status of the and have determined it is appropriate to reduce the by the proposed amount. Upon approval, the Final value is as follows: Original Budget Current Balance Proposed Amendment Proposed Final Direct Cost of $21,257, $30,761, ($8,801.28) $30,752, Work CM Contingency $950, $187, ($187,350.01) $0.00 Owner $950, $94, ($94,446.00) $0.00 Contingency Subtotal DCOW $23,158, $31,043, ($290,597.29) $30,752, Fee $1,220, $1,638, ($18,033.84) $1,620, General $400, $469, ($50,366.40) $418, Conditions (no fee applied) TOTAL $24,778, $33,150, ($358,997.53) $32,791, The Amendment includes a final settlement and mutual release of any and ail claims by both the Aviation Authority and HPCC. Final payment will be processed following standard practices, including completion of the punchlist work, submission of the acceptable close-out binders and Construction Committee authorization of final payment. This item is subject to review from the Office of Small Business Development, which will be presented at a subsequent Construction Committee meeting.

24 Page 24 of 39 Mr. Ruohomaki stated that these items are based upon the previously approved negotiated settlements and that this is a reconciliation of the individual s, which are being presented for clarity. Ms. L'Heureux stated that funding for this item will be General Airport Revenue Bonds, Aviation Authority Funds, All Aboard Florida Funds, Customer Facility Charges, and Passenger Facility Charges to the extent eligible. Ms. Schneider asked if HPCC had agreed to all of the items, yes. Mr. Ruohomaki replied Mr. Guirges stated that the Small Business Participation would be recalculated once the agreements have been executed. Further, Mr. Guirges stated that items will be presented at a subsequent Construction Committee Meeting, detailing the final Small Business Participation percentages. Mr. Patterson asked if the project completion timeframe had also been settled in this negotiation. Mr. Guirges answered that the final completion dates are being established at the closing of each. Mr. Ruohomaki added that the Substantial Completion date has been firmly set, and so the only time that may need future adjustments would be to final completion. Mr. Ruohomaki further clarified that, as the substantial completion date has been declared, the date of final completion will not need to be presented to the Aviation Authority Board for approval. Mr. Guirges confirmed that all costs and time have been resolved within these items. Mr. Patterson stated that the completion dates need to be reconciled to the time once final completion is realized. Legal Counsel stated that, as there is a release of claim from both the CM@R and the Aviation A.uthori ty, all of these items will require approval by the Aviation Authority Board. Agenda Item Nos. 22, 23, 24, 2b, 26, 27, 28, 29, 30, 31, 32, and 33 were considered in one motion. Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to recommend to the Aviation Authority Board approval of an Amendment to Addendum No. 7 to the Construction Management at Risk (CM0R) Entity Services Agreement for the South Airport Automated People Mover Complex (SAPM) Program with Hensel Phelps Construction Company for BP-S00105, SAPM Sitework and Utilities ( No. IB), for the Amendment credit amount of ($358,997.53) for a revised final total amount of $32,791,976.47, which includes a direct cost of work credit amount of ($8,801.28), a CM@R contingency credit amount of ($187,350.01), an Owner contingency credit amount of ($94,446.00), a fee credit amount of ($18,033.84), and a General Conditions credit amount of ($50,366.40), with funding from Revenue Bonds, Aviation Authority Funds, All Aboard Florida Funds, Customer Facility Charges, and Passenger Facility Charges to the extent eligible. [Subsequent to the meeting, a revised Memorandum was submitted as Information Item No. 14-C on the June 19, 2018, Construction Committee Agenda.] REQUEST FOR RECOMMENDATION OF APPROVAL OF AN AMENDMENT TO ADDENDUM NO. 12 TO THE CONSTRUCTION MANAGEMENT AT RISK (CM@R) ENTITY SERVICES AGREEMENT FOR THE SOUTH AIRPORT AUTOMATED PEOPLE MOVER COMPLEX (SAPM) PROGRAM WITH HENSEL PHELPS CONSTRUCTION COMPANY FOR BP-S00112, SAPM GUIDEWAY ( NO. 3), AT THE ORLANDO INTERNATIONAL AIRPORT. 23. [A handout v/as presented, consisting of a revised Memorandum and Supporting Documentation.] Mr. McNutt presented the memorandum, dated June 12, 2018, to request the recommendation for approval of an Amendment to Addendum No. 12 to the Construction Management at Risk (CM0R) Entity Services Agreement for the South Airport Automated People Mover Complex (SAPM) Program with Hensel Phelps Construction Company (HPCC)

25 Page 25 of 39 for BP-S00112, SAPM Guideway ( Mo. 3), at the Orlando International Airport, The proposed Guaranteed Maximum Price () Amendment to Addendum No. 12 is the final cost reconciliation that resolves all contingency requests and all other requests for costs and additional time, The OAR (i.e., URS) and HPCC have reviewed the financial status of the and have determined it is appropriate to reduce the by the proposed amount. Upon approval, the Final value is as follows: Original Budget Current Balance Proposed Amendment Proposed Final Direct Cost of $10,873, $12,470, ($6,080.89) $12,464, Work CM Contingency $484, $47.00 ($47.00) $0.00 Owner $484, $3, ($3,918.00) $0.00 Contingency Subtotal DCOW $11,843, $12,474, ($10, ) $12,464, Fee $624, $652, ($529.77) $652, General $172, $172, ($8,841.47)) $163, Conditions (no fee applied) TOTAL $12,639, $13,300, ($19,417.13) $13,280, The Amendment includes a final settlement and mutual release of any and all claims by both the Aviation Authority and HPCC. Final payment will be processed following standard practices, including completion of the punchlist work, submission of the acceptable close-out binders and Construction Committee authorization of final payment. This item is subject to review from the Office of Small Business Development, which will be presented at a subsequent Construction Committee meeting. Ms. L'Heureux stated that funding for this item will be Aviation Authority Funds and Passenger Facility Charges to the extent eligible. Agenda Item Mos. 22, 23, 24, 25, 26, 27, 28, 29, 30, 31, 32, and 33 were considered in one motion. Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to recommend to the Aviation Authority Board approval of an Amendment to Addendum Mo. 12 to the Construction Management at Risk (CM@R) Entity Services Agreement for the South Airport Automated People Mover Complex (SAPM) Program with Hensel Phelps Construction Company for BP-S00112, SAPM Guideway ( No. 3), for the total Amendment credit amount of ($19,417.13) for a revised final total amount of $13,280,787.87, which includes a direct cost of work credit amount of ($6,080.89), the CMAR contingency credit amount of ($47.00), an Owner's contingency credit amount of ($3,918.00), a fee credit amount of ($529.77), and a General Conditions credit amount of ($8,841.47), with funding from Aviation Authority Funds and Passenger Facility- Charges to the extent eligible.

26 Page 26 of 39 REQUEST FOR RECOMMENDATION OF APPROVAL OF AN AMENDMENT TO ADDENDUM NO. 13 TO THE CONSTRUCTION MANAGEMENT AT RISK ENTITY SERVICES AGREEMENT FOR THE SOUTH AIRPORT AUTOMATED PEOPLE MOVER COMPLEX (SAPM) PROGRAM WITH HENSEL PHELPS CONSTRUCTION COMPANY FOR BP-S00120, NORTH APM/RAIL MSE WALL AND ABUTMENT ( NO. 3A), AT THE ORLANDO INTERNATIONAL AIRPORT. 24. [A handout was presented, consisting of a revised Memorandum and Supporting Documentation.] Mr. McNutt presented the memorandum, dated June 12, 2016, to request the recommendation for approval of an Amendment to.addendum No. 13 to the Construction Management at Risk (CM@R) Entity Services Agreement for the South Airport Automated People Mover Complex (SAPM) Program with Hensel Phelps Construction Company (HPCC) for BP-S00120, SAPM North APM/Rail MSE Wall and Abutment ( Mo. 3A), at the Orlando International Airport. The proposed Guaranteed Maximum Price () Amendment to Addendum No. 13 is the final cost reconciliation that resolves all contingency requests and all other requests for costs and additional time, The OAR (i.e., URS) and HPCC have reviewed the financial status of the and have determined it is appropriate to reduce the by the proposed amount. Upon approval, the Final value is as follows: Original Budget Current Balance Proposed Amendment Proposed Final Direct Cost of SI,072, SI,101, ($3,618.33) $1,097, Work CM Contingency $0.00 $0.00 $0.00 $0.00 Owner $0.00 $0.00 $0.00 $0.00 Contingency Subtotal DCOW $1,072, $1,101, ($3,618.33) $1,097, Fee $56, $58, ($190.75) $57, General $48, $17, ($3,093.21) $14, Conditions (no fee applied) TOTAL $1,176, $1,176, ($6,902.29) $1,169, The Amendment includes a final settlement and mutual release of any and all claims by both the Aviation Authority and HPCC. Final payment will be processed following standard practices, including completion of the punchlist work, submission of the acceptable close-out binders and Construction Committee authorization of final payment. This item is subject to review from the Office of Small Business Development, which will be presented at a subsequent Construction Committee meeting. Ms. 1/Heureux stated that funding for this item will be All Aboard Florida Funds. Agenda Item Nos. 22, 23, 24, 25, 26, 27, 28, 29, 30, 31, 32, in one motion. and 33 were considered Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to recommend to the.aviation Authority Board approval of an Amendment to Addendum Mo. 13 to the Construction Management at Risk (CM@R) Entity Services A.greement for the South Airport Automated People Mover Complex (SAPM) Program wich Hensel Phelps Construction Company for BP-S00120, SAPM North APM/Rail MSE Wall and Abutment ( No. 3A), for the total Amendment credit amount of ($6,902.29) for a revised final total amount of 31,169,936.71, which includes a direct cost of work credit amount of ($3,618.33), a fee credit amount of ($190.75), and a General Conditions credit amount of ($3,093.21), with funding from Ail Aboard Florida Funds. fsubsequent to the meeting, a revised Memorandum was submitted as Information Item No. 14-D on the June 19, 2C13, Construction Committee Agenda.]

27 Page 27 of 39 REQUEST FOR RECOMMENDATION OF APPROVAL OF AN AMENDMENT TO ADDENDUM NO. 10 TO THE CONSTRUCTION MANAGEMENT AT RISK (CMQR) ENTITY SERVICES AGREEMENT FOR THE SOUTH AIRPORT AUTOMATED PEOPLE MOVER COMPLEX (SAPM) PROGRAM WITH HENSEL PHELPS CONSTRUCTION COMPANY FOR BP-S00123, SAPM GUIDEWAY FOUNDATIONS ( NO. 3B), AT THE ORLANDO INTERNATIONAL AIRPORT. 25. [A handout was presented, consisting of a revised Memorandum and Supporting Documentation,] Mr. McNutt presented the memorandum, dated June 12, 2018, to request the recommendation for approval of an Amendment to Addendum Mo. 10 to the Construction Management at Risk (CM@R) Entity Services Agreement for the South Airport Automated People Mover Complex (SAPM) Program with Hensel Phelps Construction Company (HPCC) for BP-S00123, SAPM Guideway Foundations ( 3B), at the Orlando International Airport. The proposed Guaranteed Maximum Price () Amendment to Addendum No. 10 is the final cost reconciliation that resolves all contingency requests and all other requests for costs and additional time. The OAR (i.e., UR3) and HPCC have reviewed the financial status of the and have determined it is appropriate to reduce the by the proposed amount. Upon approval, the Final value is as follows: Original Budget Current Balance Proposed Amendment Proposed Final Direct Cost of $9,088, $7,282, ($6.00) $7,282, Work CM Contingency $397, Owner $397, $35, ($35,000) Contingency Subtotal DCGW $9,882, $7,317, ($35,006) $7,282, Fee $520, $385, ($1,845.39) $383, General $111, $111, ($38,888.79) $72, Conditions (no fee applied) TOTAL $10,514, $7,814, ($75,740.18) $7,738, The Amendment includes a final settlement and mutual release of any and all claims by both the Aviation Authority and HPCC. Final payment will be processed following standard practices, including completion of the punchlist work, submission of the acceptable close-out binders and Construction Committee authorization of final payment. This item is subject to review from the Office of Small Business Development, which will be presented at a subsequent Construction Committee meeting. Ms. L'Heureux stated that funding for this item: will be Passenger Facility Charges. Agenda Item Nos. 22, 23, 24, 25, 26, 27, 28, 29, 30, 31, 32, in one motion. and 33 were considered Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to recommend to the Aviation Authority Board approval of an Amendment to Addendum No. 10 to the Construction Management at Risk (CM@R) Entity Services Agreement for the South Airport Automated People Mover Complex (SAPM) Program with Hensel Phelps Construction Company for BP , SAPM Guideway Foundations ( 3B), for the total Amendment credit amount of ($75,740.18) for a revised final total amount of $7,738,433.82, which includes a direct cost of work credit amount of ($6.00), an Owner's contingency credit amount of ($35,000.00), a fee credit amount of ($1,845.39), and a General Conditions credit amount of ($38,888.79), with funding from. Passenger Facility Charges.

28 Page 28 of 39 REQUEST FOR RECOMMENDATION OF APPROVAL OF AN AMENDMENT TO ADDENDUM NO. 8 TO THE CONSTRUCTION MANAGEMENT AT RISK (CM@R) ENTITY SERVICES AGREEMENT FOR THE SOUTH AIRPORT AUTOMATED PEOPLE MOVER COMPLEX (SAPM) PROGRAM WITH HENSEL PHELPS CONSTRUCTION COMPANY FOR BP-S00106, SAPM ROADS AND BRIDGES ( NO. 4), AT THE ORLANDO INTERNATIONAL AIRPORT. 26. [A handout was presented, consisting of a revised Memorandum and Supporting Documentation.] Mr. McNutt presented the memorandum, dated June 12, 2018, to request the recommendation for approval of an Amendment to Addendum No. 8 to the Construction Management at Risk (CMOR' Entity Services Agreement for the South Airport Automated People Mover Complex (S.APM) Program with Hensel Phelps Construction Company (HPCC) for BP , SAPM Roads and Bridges ( No. 4) at the Orlando International Airport. The proposed Guaranteed Maximum Price () Amendment to Addendum No. 3 is the final cost reconciliation that resolves all contingency requests and all other requests for costs and additional time. The OAR (i.e., URS) and HPCC have reviewed the financial status of the and have determined it is appropriate to reduce the by the proposed amount. Upon approval, the Final value is as follows: Original Budget Current Balance Proposed Amendment Proposed Final Direct Cost of $31,237, $34,175, ($126,574.12) $34,048, Work CM Contingency $1,385, $50, ($50,234.00) 0.00 Owner $1,385, $7, ($7,512.00) 0.00 Contingency Subtotal DCOW $34,008, $34,233, ($184,320.12) $34,048, Fee $1,792, $1,804, ($13,956.33) $1,790, General $484, $493, ($22,751.58) $470, Conditions (no fee applied) TOTAL $36,285, $36,530, ($221,028.03) $36,309, The Amendment includes a final settlement and mutual release of any and all claims by both the Aviation Authority and HPCC. Final payment will be processed following standard practices, including completion of the punchlist work, submission of the acceptable close-out binders and Construction Committee authorization of final payment. This item is subject to review from the Office of Small Business Development, 'which will be presented at a subsequent Construction Committee meeting. Ms. L/Heureux stated that funding for this item will be General Airport Revenue Bonds, Aviation Authority Funds, FDOT Grants, Passenger Facility Charges to the extent eligible. Customer Facility Charges, and Agenda Item Nos. 22, 23, 24, 25, 26, 27, 28, 29, 30, 31, 32, and 33 'were considered in one motion. Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to recommend to the A.viation Authority Board approval of an Amendment to Addendum No. 3 to the Construction Management at Risk (CM@R) Entity Services A.greement for the South Airport Automated People Mover Complex (SAPM) Program with Hensel Phelps Construction Company for BP , SAPM Roads and Bridges ( No. 4) at the Orlando International A.irport, for the total Amendment credit amount of ($221,023.03) for a revised final total amount of $36,309,317.97, which includes a direct cost of work credit amount of ($126,574.12), a CM@R contingency credit amount of ($50,234.00), an Owner's contingency credit amount of ($7,512.00), a fee credit amount of ($13,956.33), and

29 Page 29 of 39 a General Conditions credit amount of ($22,751.58), with funding from General Airport Revenue Bonds, Aviation Authority Funds, FDOT Grants, Customer Facility Charges, and Passenger Facility Charges to the extent eligible. [Subsequent to the meeting, a revised Memorandum was submitted as Information Item No. 14-E on the June 19, 2018, Construction Committee Agenda.] REQUEST FOR RECOMMENDATION OF APPROVAL OF AN AMENDMENT TO ADDENDUM NO. 18 TO THE CONSTRUCTION MANAGEMENT AT RISK (CM@R) ENTITY SERVICES AGREEMENT FOR THE SOUTH AIRPORT AUTOMATED PEOPLE MOVER COMPLEX (SAPM) PROGRAM WITH HENSEL PHELPS CONSTRUCTION COMPANY FOR BP-S00125, SAPM ROADWAY SIGNAGE AND LIGHTING ( NO. 4A), AT THE ORLANDO INTERNATIONAL AIRPORT. 27. [A handout was presented, consisting of a revised Memorandum and Supporting Documentation.] Mr. McNutt presented the memorandum, dated June 12, 2018, to request the recommendation for approval of an Amendment to Addendum No. 18 to the Construction Management at Risk (CM@R) Entity Services Agreement for the South Airport Automated People Mover Complex (SAPM) Program with Hensel Phelps Construction Company (HPCC) for BP-S00125, SAPM Roadway Signage and Lighting ( No. 4A), at the Orlando International Airport. The proposed Guaranteed Maximum Price () Amendment to Addendum No. 18 is the final cost reconciliation that resolves all contingency requests and all other requests for costs and additional time. The OAR (i.e., URS) and HPCC have reviewed the financial status of the and have determined it is appropriate to reduce the by the proposed amount. Upon approval, the Final value is as follows: Original Budget Current Balance Proposed Amendment Proposed Final Direct Cost of $4,987, $5,051, ($1,998.25) $5,049, Work CM Contingency $243, $247, ($247,446.00) $0.00 Owner Contingency $243, $35, ($35,235.00) $0.00 Subtotal DCOW $5,473, $5,333, ($284,679.25) $5,049, Fee $288, $281, ($20,739.05) $260, General Conditions (no fee applied) $52, $52, ($8,442.63) $44, TOTAL $5,814, $5,667, ($313,860.93) $5,353, The Amendment includes a final settlement and mutual release of any and all claims by both the Aviation Authority and HPCC. Final payment will be processed following standard practices, including completion of the punchlist work, submission of the acceptable close-out binders and Construction Committee authorization of final payment. This item is subject to review from the Office of Small Business Development, which will be presented at a subsequent Construction Committee meeting. Ms. L'Heureux stated that funding for this item will be General Airport Revenue Bonds, Aviation Authority Funds, Customer Facility Charges, and Passenger Facility Charges to the extent eligible. Agenda Item Nos. 22, 23, 24, 25, 26, 27, 28, 29, 30, 31, 32, and 33 were considered in one motion. Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to recommend to the Aviation Authority Board approval of an Amendment to Addendum No. 18 to the Construction Management at Risk (CM@R) Entity Services Agreement for the South

30 Page 30 of 39 Airport Automated People Mover Complex (SAPM) Program with Hensel Phelps Construction Company for BP-S00125, SAPM Roadway Signage and Lighting ( No. 4A), for the total Amendment credit amount of ($313,860.93) for a revised final total amount of $5,353,692.07, which includes a direct cost of work credit amount of ($1,998.25), the CM@R contingency credit amount of ($247,446.00), an Owner's contingency credit amount of ($35,235.00), a fee credit amount of ($20,739.05), and a General Conditions credit amount of ($8,442.63), with funding from General Airport Revenue Bonds, Aviation Authority Funds, Customer Facility Charges, and Passenger Facility Charges to the extent eligible. [Subsequent to the meeting, a revised Memorandum was submitted as Information Item No. 14-F on the June 19, 2018, Construction Committee Agenda.] REQUEST FOR RECOMMENDATION OF APPROVAL OF AN AMENDMENT TO ADDENDUM NO, 11 TO THE CONSTRUCTION MANAGEMENT AT RISK (CM@R) ENTITY SERVICES AGREEMENT FOR THE SOUTH AIRPORT AUTOMATED PEOPLE MOVER COMPLEX (SAPM) PROGRAM WITH HENSEL PHELPS CONSTRUCTION COMPANY FOR BP-S00104, SAPM APM PARKING GARAGE ( NO. 5), AT THE ORLANDO INTERNATIONAL AIRPORT. 28. [A handout was presented, consisting of a revised Memorandum and Supporting Documentation.] Mr. McNutt presented the memorandum, dated June 12, 2018, to request the recommendation for approval of an Amendment to Addendum No. 11 to the Construction Management at Risk (CM@R) Entity Services Agreement for the South Airport Automated People Mover Complex (SAPM) Program with Hensel Phelps Construction Company (HPCC) for BP-S00104, SAPM APM Parking Garage ( No. 5), at the Orlando International Airport. The proposed Guaranteed Maximum Price () Amendment to Addendum No. 11 to the Construction Management at Risk Agreement for the South Airport APM Complex Program is the final cost reconciliation that resolves all contingency requests and all other requests for costs and additional time, The OAR (i.e., URS) and HPCC have reviewed the financial status of the and have determined it is appropriate to reduce the by the proposed amount. Upon approval, the Final value is as follows: Direct Cost of Work CM Contingency Owner Contingency Subtotal DCOW Fee General Conditions (no fee applied) TOTAL Original Budget Current Balance $37,445, $42,310, $2,081, $769, $2,081, $849, $50,259, $43,930, $2,648, $2,302, $738, $622, $53,647, $46,854, Proposed Amendment ($242,421.83) ($769,604.00) ($849,930.00) ($1,861,955.83) ($107,254.63) ($90,838.85) ($2,060,049.31) Proposed Final $42,068, $42,068, $2,195, $531, $44,794, The Amendment includes a final settlement and mutual release of any and all claims by both the Aviation Authority and HPCC. Final payment will be processed following standard practices, including completion of the punchlist work, submission of the acceptable close-out binders and Construction Committee authorization of final payment. This item is subject to review from the Office of Small Business Development, which will be presented at a subsequent Construction Committee meeting. Ms. L'Heureux provided that funding for this item will be Customer Facility Charges.

31 Page 31 of 39 Agenda Item Nos. 22, 23, 24, 25, 26, 23, 23, 29, 30, 31, 32, and 33 were considered in one motion. Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to recommend to the Aviation Authority Board approval of an Amendment to Addendum No. 11 to the Construction Management at Risk Entity Services Agreement for the South Airport Automated People Mover Complex (SAPM) Program with Hensel Phelps Construction Company for BP , SAPM APM Parking Garage ( Mo. 5), for the total Amendment credit amount of ($2,060,049.31) for a revised final total amount of $44,794,948.69, which includes a direct cost of work credit amount of ($242,421.83), a CM@R contingency credit amount of ($769,604.00), an Owner's contingency credit amount of ($849,930.00), a fee credit amount of ($107,254.63), and a General Conditions credit amount of ($90,838.85), with funding from Customer Facility Charges. [Subsequent to the meeting, a revised Memorandum was submitted as Information Item NO. 14-G on the June 19, 2018, Construction Committee Agenda.] REQUEST FOR RECOMMENDATION OF APPROVAL OF AN AMENDMENT TO ADDENDUM NO. 14 TO THE CONSTRUCTION MANAGEMENT AT RISK (CM@R) ENTITY SERVICES AGREEMENT FOR THE SOUTH AIRPORT AUTOMATED PEOPLE MOVER COMPLEX (SAPM) PROGRAM WITH HENSEL PHELPS CONSTRUCTION COMPANY FOR BP-S00113, SAPM APM STRUCTURE ( NO, 6), AT THE ORLANDO INTERNATIONAL AIRPORT. 29. [A handout was presented, consisting of a revised Memorandum and Supporting Documentation. ] Mr. McNutt presented the memorandum, dated June 12, 2018, to request the recommendation for approval of an Amendment to Addendum No. 14 to the Construction Management at Risk (CM@R) Entity Services Agreement for the South Airport Automated People Mover Complex (SAPM) Program with Hensel Phelps Construction Company (HPCC) for BP , SAPM APM Structure ( No. 6), at the Orlando International Airport. The proposed Guaranteed Maximum Price () Amendment to Addendum No. 14 is the final cost reconciliation that resolves all contingency requests and all other requests for costs and additional time. The OAR (i.e., URS) and HPCC have reviewed the financial status of the and have determined it is appropriate to reduce the by the proposed amount. Upon approval, the Final value is as follows: Original Budget Current Balance Proposed Amendment Proposed Final Direct Cost of $30,920, $30,380, ($49,960.93) $30,330, Work CM Contingency $672, $893, ($893,248.00) Owner Contingency Subtotal DCOW $1,345, $32,938, $32, $31,306, ($32,921.00) ($976,129.93) $30,330, Fee $1,735, $1,578, ($56,197.87) $1,522, General $489, $489, ($25,686.17) $463, Conditions (no fee applied) TOTAL $35,163, $33,374, ($1,058,013.97) $32,316, The Amendment includes a final settlement and mutual release of any and all claims by both the Aviation Authority and HPCC. Final payment will be processed following standard practices, including completion of the punchlist work, submission of the acceptable close-out binders and Construction Committee authorization of final payment. This item is subject to review from the Office of Small Business Development, which will be presented at a subsequent Construction Committee meeting.

32 Page 32 of 39 Ms. L'Heureux stated that funding for this item will be General Airport Revenue Bonds, Aviation Authority Funds, Customer Facility Charges, and Passenger Facility- Charges to the extent eligible. Agenda Item Nos. 22, 23, 24, 25, 26, 27, 28, 29, 30, 31, 32, and 33 were considered in one motion. Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to recommend to the Aviation Authority Board approval of an Amendment to Addendum No. 14 to the Construction Management at Risk Entity Services Agreement for the South Airport Automated People Mover Complex (SAPM) Program with Hensel Phelps Construction Company for BP , SAPM APM Structure ( No. 6), for the total Amendment credit amount of (51,058,013.97) for a revised final total amount of $32,316,240.03, which includes a direct cost of work credit amount of ($49,960.93), a CM@R contingency credit amount of ($893,246.00), an Owner's contingency credit amount of ($32,921.00), a fee credit amount of ($56,197.87), and a General Conditions credit amount of ($25,686.17), with funding from General Airport Revenue Bonds, Aviation Authority Funds, Customer Facility Charges, and Passenger Facility Charges to the extent eligible. REQUEST FOR RECOMMENDATION OF APPROVAL OF AN AMENDMENT TO ADDENDUM NO. 16 TO THE CONSTRUCTION MANAGEMENT AT RISK (CMQR) ENTITY SERVICES AGREEMENT FOR THE SOUTH AIRPORT AUTOMATED PEOPLE MOVER COMPLEX (SAPM) PROGRAM WITH HENSEL PHELPS CONSTRUCTION COMPANY FOR BP-S00116, SAPM APM FINISHES ( NO. 7), AT THE ORIiANDO INTERNATIONAL AIRPORT. 30. [A handout was presented, consisting of a revised Memorandum and Supporting Documentation.] Mr. McNutt presented the memorandum, dated June 12, 2018, to request the recommendation for approval of an Amendment to Addendum No. 16 to the Construction Management at Risk (CM@R) Entity Services Agreement for the South Airport Automated People Mover Complex (SAPM) Program with Hensel Phelps Construction Company (HPCC) for BP-S00116, SAPM APM Finishes ( Mo. 7), at the Orlando International Airport. The proposed Guaranteed Maximum Price () Amendment to Addendum No. 16 is the final cost reconciliation that resolves all contingency requests and all other requests for costs and additional time, The OAR (i.e., URS) and HPCC have reviewed the financial status of the and have determined it is appropriate to reduce the by the proposed amount. Upon approval, the Final value is as follows: Original Budget Current Balance Proposed Amendment Proposed Final Direct Cost of $25,412, $28,277, ($29,742.34) $28,248, Work CM Contingency $663, $272, ($272,446.00) $0.00 Owner $1,326, $293, ($293,891.00) $0.00 Contingency Subtotal DCOW $30,493, $28,844, ($596,079.34) $28,248, Fee $1,606, $1,517, ($39,866.91) $1,477, General $392, $392, ($83,346.62) $303, Conditions (no fee applied) TOTAL $32,492, $30,753, ($719,293.07) $30,034, The Amendment includes a final settlement and mutual release of any and all claims by both the A.viation Authority and HPCC. Final payment will be processed following standard practices, including completion of the punchlist work, submission of the acceptable close-out binders and Construction Committee authorization of final payment.

33 Page 33 of 39 This item is subject to review from the Office of Small Business Development, which will be presented at a subsequent Construction Committee meeting. Ms. L'Heureux stated that funding for this item will be General Airport Revenue Bonds, Aviation Authority Funds, Customer Facility Charges, and Passenger Facility- Charges to the extent eligible. Agenda Item Nos. 22, 23, 24, 2b, 26, 22, 28, 29, 30, 31, 32, and 33 were considered in one motion. Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to recommend to the Aviation Authority Board approval of an Amendment to Addendum No. 16 to the Construction Management at Risk (CM@R) Entity Services Agreement for the South Airport Automated People Mover Complex (SAPM) Program with Hensel Phelps Construction Company for BP-S00116, SAPM APM Finishes ( No. 2), for the total Amendment credit amount of ($219,293.02} for a revised final total amount of $30,034,599.93, which includes a direct cost of work credit amount of ($29,242.34), a CM@R contingency credit amount of ($272,446.00), an Owner's contingency credit amount of ($293,891.00), 1 fee credit amount of ($39,866.91), and a General Conditions credit amount of ($83,346.82), with funding from General Airport Revenue Bonds, Aviation Authority Funds, Customer Facility Charges, and Passenger Facility Charges to the extent eligible. / Subsequent to the meeting, a revised Memorandum was submitted as Information Item No. 14-H on the June 19, 2G18, Construction Ccmmittee Agenda. j REQUEST FOR RECOMMENDATION OF APPROVAL OF AN AMENDMENT TO ADDENDUM NO. 17 TO THE CONSTRUCTION MANAGEMENT AT RISK (CM@R) ENTITY SERVICES AGREEMENT FOR THE SOUTH AIRPORT AUTOMATED PEOPLE MOVER COMPLEX (SAPM) PROGRAM WITH HENSEL PHELPS CONSTRUCTION COMPANY FOR BP-S00114, SAPM LANDSCAPING ( NO. 8), AT THE ORLANDO INTERNATIONAL AIRPORT. 31. [A handout was presented, consisting of a revised Memorandum and Supporting Documentation. ] Mr. McNutt presented the memorandum, dated June 12, 2018, to request the recommendation for approval of an Amendment to Addendum No. 17 to the Construction Management at Risk (CM@R) Entity Services Agreement for the South Airport Automated People Mover Complex (SAPM) Program with 'Hensel Phelps Construction Company (HPCC) for BP-S00114, SAPM Landscaping ( Mo. 8), at the Orlando International Airport. The proposed Guaranteed Maximum Price () Amendment to Addendum No. 17 is the final cost reconciliation that resolves all contingency requests and all other requests for costs and additional time. The OAR (i.e., URS) and HPCC have reviewed the financial status of the and have determined it is appropriate to reduce the by the proposed amount. Upon approval, the Final value is as follows: Original Budget Current Balance Proposed Amendment Proposed Final Direct Cost of $4,594, $4,734, ($0.81) $4,734, Work CM Contingency $219, $308, ($308,595.00) $0.00 Owner $219, $5, ($5,487.00) $0.00 Contingency- Subtotal DCOW $5, 184, $5,046, ($314,082.81) $4,734, Fee $273, $266, ($16,621.26) $249, General $134, $134, ($14,304.95) $120, Conditions (no fee applied) TOTAL $5,591, $5,448, ($345,009.02) $5,103,799.98

34 Page 34 of 39 The Amendment includes a final settlement and mutual release of any and all claims by both the Aviation Authority and HFCC. Final payment will be processed following standard practices, including completion of the punchlist work, submission of the acceptable close-out binders and Construction Committee authorization of final payment. This item is subject to review from the Office of Small Business Development, which will be presented at a subsequent Construction Committee meeting. Ms. L'Heureux stated that funding for this item will be Aviation Authority Funds, Customer Facility Charges to the extent eligible. Agenda Item Nos. 22, 23, 24, 25, 26, 27, 28, 29, 30, 31, 32, in one motion. and 33 were considered Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to recommend to 'the Aviation Authority Board approval of an Amendment to Addendum Mo. 17 to the Construction Management at Risk (CM@R) Entity Services Agreement for the South Airport Automated People Mover Complex (SAPM) Program with Hensel Phelps Construction Company for BP-S0Q114, SAPM Landscaping ( Mo. 8), for the total Amendment credit amount of ($345,009.02) for a revised final total amount of $5,103,799.98, which includes a direct cost of work credit amount of ($0.81), a CM@R contingencycredit amount of ($308,595.00), an Owner's contingency credit amount of ($5,487.00), a fee credit amount of ($16,621.26), and a General Conditions credit amount of ($14,304.95), with funding from Aviation Authority Funds, Customer Facility Charges to the extent eligible. [Subsequent to the meeting, a revised Memorandum was submitted as Information Item No on the June 19, 2G18, Construction Committee Agenda.] REQUEST FOR RECOMMENDATION OF APPROVAL OF AN AMENDMENT TO ADDENDUM NO. 15 TO THE CONSTRUCTION MANAGEMENT AT RISK (CM@R) ENTITY SERVICES AGREEMENT FOR THE SOUTH AIRPORT AUTOMATED PEOPLE MOVER COMPLEX (SAPM) PROGRAM WITH HENSEL PHELPS CONSTRUCTION COMPANY FOR BP-S00111, SAPM CENTRAL ENERGY PLANT ( NO. 9), AT THE ORLANDO INTERNATIONAL AIRPORT. 32. [A handout was presented, consisting of a revised Memorandum and Supporting Documentation.] Mr. McNutt presented the memorandum, dated June 12, 2018, to request the recommendation for approval of an Amendment to Addendum No. 15 to the Construction Management at Risk (CM@R) Entity Services Agreement for the South Airport Automated People Mover Complex (SAPM) Program with Hensel Phelps Construction Company (HPCC) for BP-SQ0111, SAPM Central Energy Plant ( Mo. 9), at the Orlando International Airport. The proposed Guaranteed Maximum Price () Amendment to A.ddendum No. 15 is the final cost reconciliation that resolves all contingency requests and all other requests for costs and additional time. The OAR (i.e., rjrs) and HPCC have reviewed the financial status of the and have determined it is appropriate to reduce the by the proposed amount.

35 Page 35 of 39 Upon approval, the Final value is as follows: Original Budget Current Balance Proposed Amendment Proposed Final Direct Cost of $11,353, $10,858, ($7,047.60} $10,851, Work CM Contingency $530, $337, ($337,355.83) $0.00 Owner $530, $481, ($481,271.00) $0.00 Subtotal DCOW $12,589, $11,677, ($825,674.43) $10,851, Fee $663, $596, ($44,567.09) $551, General $151, $151, ($46,187.85} $105, Conditions (no fee applied) TOTAL $13,403, $12,425, ($916,429.37) $11,508, The Amendment includes a final settlement and mutual release of any and all claims by both the Aviation Authority and HPCC. Final payment will be processed following standard practices, including completion of the punchlist work, submission of the acceptable close-out binders and Construction Committee authorization of final payment. This item is subject to review from the Office of Small Business Development, which will be presented at a subsequent Construction Committee meeting. Ms. L' Heureux stated that funding for this item will be General Airport Revenue Bonds, A.viation Authority Funds, FDOT Grants, Customer Facility Charges, and Passenger Facility Charges to the extent eligible. Agenda Item Nos. 22, 23, 24, 25, 26, 27, 28, 29, 30, 31, 32, in one motion. and 33 were considered Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to recommend to the Aviation Authority Board approval of an Amendment to Addendum Mo. 15 to the Construction Management at Risk (CM0R) Entity Services Agreement for the South Airport Automated People Mover Complex (SAPM) Program with Hensel Phelps Construction Company for BP-S00111, SAPM Central Energy Plant ( No. 9), for the total Amendment credit amount of ($916,429.37) for a revised final total amount of $11,508,595.63, which includes a direct cost of work credit amount of ($7,047.60), a CM0R contingency credit amount of ($337,355.83), an Owner's contingency credit amount of ($481,271.00), a fee credit amount of ($44,567.09), and a General Conditions credit amount of ($46,187.85), with funding from General Airport Revenue Bonds, Aviation Authority Funds, FDOT Grants, Customer Facility Charges, and Passenger Facility Charges to the extent eligible. [Subsequent to the meeting, a revised Memorandum tvas submitted as Information Item No. 14-J on the June 19, 2018, Construction Committee Agenda.] REQUEST FOR RECOMMENDATION OF APPROVAL OF AN AMENDMENT TO ADDENDUM NO. 4 TO THE CONSTRUCTION MANAGEMENT AT RISK (CM@R) ENTITY SERVICES AGREEMENT FOR THE SOUTH AIRPORT AUTOMATED PEOPLE MOVER COMPLEX (SAPM) PROGRAM WITH HENSEL PHELPS CONSTRUCTION COMPANY FOR BP-S00102, SAPM SITE LOGISTICS ( NO. 10), AT THE ORLANDO INTERNATIONAL AIRPORT. 33. [A handout was presented, consisting of a revised Memorandum and Supporting Documentation.] Mr. McNutt presented the memorandum, dated June 12, 2013, to request the recommendation for approval of an Amendment to Addendum No. 4 to the Construction Management at Risk (CM@R) Agreement for the South Airport Automated People Mover Complex (SAPM) Program with Hensel Phelps Construction Company (HPCC) for BP-S00102, SAPM Site Logistics ( No. 10), at the Orlando International Airport. The proposed Guaranteed Maximum Price () Amendment to Addendum No. 4 is the final cost

36 Page 36 of 39 reconciliation that resolves all contingency requests and all other requests for costs and additional time, The OAR (i.e., URS) and HPCC have reviewed the financial status of the and have determined it is appropriate to reduce the by the proposed amount. Upon approval, the Final value is as follows: Original Budget Current Balance Proposed Amendment Proposed Final Direct Cost of $12,414, $11,879, ($231,855.03) $11,647, Work CM Contingency $613, $1, ($1,566.99) $0.00 Owner Contingency $306, $4, ($4,750.00) $0.00 Subtotal DCOW $14,907, $11,885, ($238,172.02) $11,647, Fee $785, $634, ($29,356.22) $605, General $4,521, $3,957, ($134,293.45) $3,823, Conditions (no fee applied) TOTAL $20,214, $16,478, ($401,821.69) $16,076, The Amendment includes a final settlement and mutual release of any and all claims by both the Aviation Authority and HPCC. Final payment will be processed following standard practices, including completion of the punchlist work, submission of the acceptable close-out binders and Construction Committee authorization of final payment. This item is subject to review from the Office of Small Business Development, which will be presented at a subsequent Construction Committee meeting. Ms. L'Heureux stated that funding for this item will be General Airport Revenue Bonds, Aviation Authority Funds, Customer Facility Charges, and Passenger Facility Charges to the extent eligible. Agenda Item Nos. 22, 23, 24, 25, 26, 27, 28, 29, 30, 31, in one motion. 32, and 33 were considered Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to recommend to the Aviation Authority Board approval of an Amendment to Addendum No. 4 to the Construction Management at Risk (CM@R) Agreement for the South Airport Automated People Mover Complex (SAPM) Program with Hensel Phelps Construction Company for BP-S00102, SAPM Site Logistics ( No. 10), for the total Amendment credit amount of ($401,821.69) for a revised final total amount of $16,076,964.31, which includes a direct cost of work credit amount of ($231,855.03), a CM@R contingency credit amount of ($1,566.99), an Owner's contingency credit amount of ($4,750.00), a fee credit amount of ($29,356.22), and a General Conditions credit amount of ($134,293.45), with funding from General Airport Revenue Bonds, Aviation Authority Funds, Customer Facility Charges, and Passenger Facility Charges to the extent eligible. [Subsequent to the meeting, a revised Memorandum was submitted as Information Item No. 14-K on the June 19, 2018, Construction Committee Agenda.] CHANGE ORDER V CANOPY STRUCTURE REHABILITATION. 34. This change order to the contract with H.W. Davis Construction, Inc. for Landside Level 1, A and B Canopy Structure is to: 1. Provide labor, equipment and material to rehabilitate the structural steel canopy structure to accommodate the new canopy being furnished by Birdair, Inc. in this Change Order. Replace one 64- foot section of canopy on the A-Side Terminal on Level 1 on the east end of Commercial Lane. ADD: $185,005.00; and, 2. Increase the Contract Time for Substantial Completion

37 Page 37 of 39 by 45 calendar days, from 260 calendar days to 305 calendar days, for work associated with Item Mo. 1 above. Legal Counsel stated that the request tor additional time is the reason why this item requires approval by the Aviation Authority Board. Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried to recommendation to the Aviation Authority Board approval of Change Order V , for a total amount of $185, and a 45 calendar day time extension to Substantial Completion, with funding Operations and Maintenance Fund. SUBCONTRACTOR MODIFICATION FOR BP-S00133 ( NO. 2-S.l) WITH PRINCE CONTRACTING, LLC FOR 2-S.l - CRAFT PARKING, LAYDOWN AREA, CRANE AND ACCESS ROAD INSTALLATION. 35. Mr. Guirges presented the memorandum, requesting approval for Hensel Phelps Construction (HPC) to issue a subcontract modification on BP-S00133, South Terminal C, Phase 1 Site Utilities ( No ), at the Orlando International Airport, in the amount of $250,000.00, to Prince Contracting, LLC. This not-to-exceed Subcontract Modification is for material, labor and equipment to begin construction of temporary parking, site laydown areas and access roads. The unbought scope budget for this work was previously approved within No. 2-S.l as "Crane Road Ground Surface (GS)" in the amount of $2,938, The Work will be tracked on a Time and Material (T&M) basis with the cost for this portion of the 'work being applied to the Crane Road Ground Surface budget noted above. Cost for this work shall not exceed $250, without prior written approval from the Owner. The balance of the scope will be procured through approved subcontract modification. The effect of this subcontract modification for this project is as follows: Line Item Budget (Unbought Scope): Not to Exceed Subcontract Modification: Line Item Balance (Unbought Scope): $ 2,938, $ 250, $ 2,688, This item is subject to review from the Office of Small Business Development, which will be presented at a subsequent Construction Committee meeting. Mr. Ruohomaki stated that this item was presented as a walk-on because of a new process being utilized. Ms. L'Heureux stated that funding for this item will be General Airport Revenue Bonds and Customer Facility Charges. Ms. L'Heureux also stated that approval of this item is subject to review of funding eligibility. Upon motion of Mr. Patterson, second by Ms. Schneider, vote carried to approve Hensel Phelps Construction (HPC) to issue a Subcontract Modification to Prince Contracting, LLC on 3P-S00133, South Terminal C, Phase 1 Site Utilities ( No. 2-S.l), for the not-to-exceed amount of $250,000.00, with funding from General Airport Revenue Bonds and Customer Facility Charges; subject to review of funding eligibility.

38 Page 38 of 39 REQUEST FOR RECOMMENDATION OF APPROVAL OF AN AMENDMENT TO ADDENDUM NO. 1 TO THE CONSTRUCTION MANAGEMENT AT RISK (CM@R) ENTITY SERVICES AGREEMENT FOR THE SOUTH AIRPORT AUTOMATED PEOPLE MOVER COMPLEX (SAPM) PROGRAM WITH HENSEL PHELPS CONSTRUCTION COMPANY FOR W-S00102, SAPM PRE-CONSTRUCTION SERVICES, AT THE ORLANDO INTERNATIONAL AIRPORT. 36. [A handout was presented, consisting of a revised Memorandum and Supporting Documentation.] Mr. McNutt presented the memorandum, dated June 12, 2018, to request the recommendation for approval of an Amendment to Addendum No. 1 to the Construction Management at Risk (CM@R) Entity Services Agreement for the South Airport Automated People Mover Complex (SAPM) Program with Hensel Phelps Construction Company (HPCC) for W , SAPM Pre-Construction Services, at the Orlando International Airport. The proposed Guaranteed Maximum Price () Amendment to Addendum No. 1 is the final cost reconciliation that resolves all contingency requests and all other requests for costs and additional time, The OAR (i.e., URS) and HPCC have reviewed the financial status of the and have determined it is appropriate to reduce the by the proposed amount. Upon approval, the Final value is as follows: Original Budget Current Balance Proposed Amendment Proposed Final Direct Cost of $2,806, $2,777, ($72,684.47) $2,704, Work CM Contingency $0.00 $0.00 $0.00 $0.00 Owner Contingency $0.00 $0.00 $0.00 $0.00 Subtotal DCOW $2,806, $2,777, ($72,634.47) $2,704, Fee $147, $146, ($3,831.36) $142, General $428, $409, ($9,829.82) $399, Conditions (no fee applied) TOTAL $3,382, $3,332, ($86,345.65) $3,246, The Amendment includes a final settlement and mutual release of any and all claims by both the Aviation Authority and HPCC. Final payment will be processed following standard practices, including completion of the punchlist work, submission of the acceptable close-out binders and Construction Committee authorization of final payment. This item is subject to review from the Office of Small Business Development, will be presented at a subsequent Construction Committee meeting. which Ms. L' Heureux stated that funding for this item will be General Airport Revenue Bonds, Aviation Authority Funds, Customer Facility Charges, and Passenger Facility- Charges, and FOOT Grants. Upon motion of Mr. Patterson, second by Ms. Schneider, vote carried to recommend to the Aviation Authority Board approval of an Amendment to Addendum Mo. 1 to the Construction Management at Risk (CM@R) Entity Services Agreement for the South A.irport Automated People Mover Complex (SAPM) Program with Hensel Phelps Construction Company for W , SAPM Pre-Construction Services, for the total Amendment credit amount of ($86,345.65) for a revised final total amount of $3,246,391.35, v/hich includes a direct cost of work credit amount of ($72,684.47), a fee credit amount of ($3,931.36), and a General Conditions credit amount of ($9,829.82), 'with funding from General Airport Revenue Bonds, Aviation Authority Funds, Customer Facility Charges, and Passenger Facility Charges, and FDOT Grants. [Subsequent to the meeting, a revised Memorandum was submitted as Information Item Mo. 14-L on the June 19, 211$, Construction Committee Agenda.]

PROFESSIONAL SERVICES COMMITTEE

PROFESSIONAL SERVICES COMMITTEE On TUESDAY, JULY 17, 2018, the PROFESSIONAL SERVICES COMMITTEE of the Greater Orlando Aviation Authority met at the GOAA Annex Building, 1 st Floor Conference Rooms (Apollo/Gemini/Taurus), 5855 Cargo Road,

More information

CONSTRUCTION COMMITTEE MEETING AGENDA

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

More information

CONSTRUCTION COMMITTEE MEETING AGENDA

CONSTRUCTION COMMITTEE MEETING AGENDA CONSTRUCTION COMMITTEE MEETING AGENDA DATE: Tuesday, April 03, 2018 TIME: 8:30 a.m. PLACE: GOAA ANNEX BUILDING, 1ST FLOOR - CONFERENCE ROOMS (APOLLO/GEMINI/TAURUS), 5855 CARGO ROAD, ORLANDO INTERNATIONAL

More information

CONSTRUCTION COMMITTEE MEETING AGENDA

CONSTRUCTION COMMITTEE MEETING AGENDA CONSTRUCTION COMMITTEE MEETING AGENDA DATE: Tuesday, February 27, 2018 TIME: 8:30 a.m. PLACE: GOAA ANNEX BUILDING, 1ST FLOOR - CONFERENCE ROOMS (APOLLO/GEMINI/TAURUS), 5855 CARGO ROAD, ORLANDO INTERNATIONAL

More information

CONSTRUCTION COMMITTEE MEETING AGENDA

CONSTRUCTION COMMITTEE MEETING AGENDA CONSTRUCTION COMMITTEE MEETING AGENDA ITEM 1 ITEM 2 ITEM 3 ITEM 4 ITEM 5 ITEM 6 ITEM 7 DATE: Tuesday, November 20, 2018 TIME: 8:30 a.m. PLACE: GOAA ANNEX BUILDING, 1ST FLOOR - CONFERENCE ROOMS (APOLLO/GEMINI/TAURUS),

More information

CONSTRUCTION COMMITTEE MEETING AGENDA

CONSTRUCTION COMMITTEE MEETING AGENDA CONSTRUCTION COMMITTEE MEETING AGENDA DATE: Tuesday, September 11, 2018 TIME: 8:30 a.m. PLACE: GOAA ANNEX BUILDING, 1ST FLOOR - CONFERENCE ROOMS (APOLLO/GEMINI/TAURUS), 5855 CARGO ROAD, ORLANDO INTERNATIONAL

More information

Tara Ciaglia, WSP USA Win Beltran, Geotech Consultants International, Inc. dba GCI, Inc. Joanne Regidor, Recording Secretary

Tara Ciaglia, WSP USA Win Beltran, Geotech Consultants International, Inc. dba GCI, Inc. Joanne Regidor, Recording Secretary On TUESDAY, APRIL 17, 2018, the CONSTRUCTION COMMITTEE of the Greater Orlando Aviation Authority met in Conference Room Apollo/Gemini/Taurus, 5355 Cargo Road, Orlando International Airport, Orlando, Florida.

More information

CONSTRUCTION COMMITTEE MEETING AGENDA

CONSTRUCTION COMMITTEE MEETING AGENDA CONSTRUCTION COMMITTEE MEETING AGENDA DATE: Tuesday, September 18, 2018 TIME: 8:30 a.m. PLACE: GOAA ANNEX BUILDING, 1ST FLOOR - CONFERENCE ROOMS (APOLLO/GEMINI/TAURUS), 5855 CARGO ROAD, ORLANDO INTERNATIONAL

More information

CONSTRUCTION COMMITTEE MEETING AGENDA

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

More information

CONSTRUCTION COMMITTEE MEETING AGENDA

CONSTRUCTION COMMITTEE MEETING AGENDA CONSTRUCTION COMMITTEE MEETING AGENDA ITEM 1 ITEM 2 ITEM 3 GENERAL ITEM 7 DATE: Tuesday, October 23, 2018 TIME: 8:30 a.m. PLACE: GOAA ANNEX BUILDING, 1ST FLOOR - CONFERENCE ROOMS (APOLLO/GEMINI/TAURUS),

More information

CONSTRUCTION COMMITTEE MEETING AGENDA

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

More information

Minutes of the Construction Committee Meeting, September 25, 2018 Page 2 of 22

Minutes of the Construction Committee Meeting, September 25, 2018 Page 2 of 22 On TUESDAY, SEPTEMBER 25, 2018, the CONSTRUCTION COMMITTEE of the Greater Orlando Aviation Authority met in Conference Room Apollo/Gemini/Taurus, 5855 Cargo Road, Orlando International Airport, Orlando,

More information

CONSTRUCTION COMMITTEE MEETING AGENDA

CONSTRUCTION COMMITTEE MEETING AGENDA CONSTRUCTION COMMITTEE MEETING AGENDA DATE: Tuesday, July 31, 2018 TIME: 8:30 a.m. PLACE: GOAA ANNEX BUILDING, 1ST FLOOR - CONFERENCE ROOMS (APOLLO/GEMINI/TAURUS), 5855 CARGO ROAD, ORLANDO INTERNATIONAL

More information

CONSTRUCTION COMMITTEE MEETING AGENDA

CONSTRUCTION COMMITTEE MEETING AGENDA CONSTRUCTION COMMITTEE MEETING AGENDA DATE: Tuesday, July 17, 2018 TIME: 8:30 a.m. PLACE: GOAA ANNEX BUILDING, 1ST FLOOR - CONFERENCE ROOMS (APOLLO/GEMINI/TAURUS), 5855 CARGO ROAD, ORLANDO INTERNATIONAL

More information

CONSTRUCTION COMMITTEE MEETING AGENDA

CONSTRUCTION COMMITTEE MEETING AGENDA CONSTRUCTION COMMITTEE MEETING AGENDA ITEM 1 ITEM 2 ITEM 3 ITEM 4 ITEM 5 ITEM 6 DATE: Tuesday, December 04, 2018 TIME: 8:30 a.m. PLACE: GOAA ANNEX BUILDING, 1ST FLOOR - CONFERENCE ROOMS (APOLLO/GEMINI/TAURUS),

More information

CONSTRUCTION COMMITTEE MEETING AGENDA

CONSTRUCTION COMMITTEE MEETING AGENDA CONSTRUCTION COMMITTEE MEETING AGENDA DATE: Tuesday, December 12, 2017 TIME: 8:30 a.m. PLACE: GOAA ANNEX BUILDING, 1ST FLOOR - CONFERENCE ROOMS (APOLLO/GEMINI/TAURUS), 5855 CARGO ROAD, ORLANDO INTERNATIONAL

More information

[ITEMS IN BOLD REQUIRE APPROVAL BY THE AVIATION AUTHORITY BOARD]

[ITEMS IN BOLD REQUIRE APPROVAL BY THE AVIATION AUTHORITY BOARD] CONSTRUCTION COMMITTEE MEETING AGENDA DATE: Tuesday, February 19, 2019 TIME: 8:30 a.m. ~ GREATER ORLANDO V AVIATION AUTHORITY PLACE: GOAA ANNEX BUILDING, 1ST FLOOR - CONFERENCE ROOMS (APOLLO/GEMINI/TAURUS),

More information

Violet Fermin, Construction Finance Hameedah McCondichie, Construction Finance Tuan Nguyen, Engineering. Daisily Pagan, Maintenance

Violet Fermin, Construction Finance Hameedah McCondichie, Construction Finance Tuan Nguyen, Engineering. Daisily Pagan, Maintenance On Tuesday, the CONSTRUCTION FINANCE OVERSIGHT COMMITTEE of the Greater Orlando Aviation Authority met in Conference Room "Apollo/Gemini/Taurus", at 5855 Cargo Road, Orlando, FL 32827. The meeting, having

More information

PROFESSIONAL SERVICES COMMITTEE

PROFESSIONAL SERVICES COMMITTEE On THURSDAY, JULY 20, 2017, the PROFESSIONAL SERVICES COMMITTEE of the Greater Orlando Aviation Authority met Carl T. Langford Board Room, One Jeff Fuqua Boulevard, Orlando, FL 32827. Chair Thornton called

More information

MINUTES 1. Upon motion by Mr. Asher, second by Mayor Dyer, vote carried to accept the October 19 and November 16, 2016, minutes as written.

MINUTES 1. Upon motion by Mr. Asher, second by Mayor Dyer, vote carried to accept the October 19 and November 16, 2016, minutes as written. On WEDNESDAY, DECEMBER 14, 2016, the GREATER ORLANDO AVIATION AUTHORITY met in regular session at the Greater Orlando Aviation Authority offices, Orlando International Airport, One Jeff Fuqua Boulevard,

More information

offices and the web site. Please contact the Director of Board Services with questions at (407)

offices and the web site. Please contact the Director of Board Services with questions at (407) On WEDNESDAY, SEPTEMBER 26, 2018, the PROFESSIONAL SERVICES COMMITTEE of the Greater Orlando Aviation Authority met in the Carl T. Langford Board Room, One Jeff Fuqua Boulevard, Orlando, FL 32827. Vice

More information

CAPITAL MANAGEMENT COMMITTEE AGENDA DATE: DECEMBER 12, 2017 DAY: TUESDAY TIME: 3:00 P.M.

CAPITAL MANAGEMENT COMMITTEE AGENDA DATE: DECEMBER 12, 2017 DAY: TUESDAY TIME: 3:00 P.M. CAPITAL MANAGEMENT COMMITTEE AGENDA DATE: DECEMBER 12, 2017 DAY: TUESDAY TIME: 3:00 P.M. PLACE: CARL T. LANGFORD BOARD ROOM, ORLANDO INTERNATIONAL AIRPORT For individuals who conduct lobbying activities

More information

MINUTES 1. Upon motion by Mr. Fouche, second by Mr. Asher, vote carried to accept the August 10 and September 21, 2016, minutes as written.

MINUTES 1. Upon motion by Mr. Fouche, second by Mr. Asher, vote carried to accept the August 10 and September 21, 2016, minutes as written. On WEDNESDAY, OCTOBER 19, 2016, the GREATER ORLANDO AVIATION AUTHORITY met in regular session in the Community Room at the Orlando Executive Airport, Orlando, Florida. Chairman Frank Kruppenbacher called

More information

SAN FRANCISCO AIRPORT COMMISSION CALENDAR

SAN FRANCISCO AIRPORT COMMISSION CALENDAR SAN FRANCISCO AIRPORT COMMISSION CALENDAR Tuesday, April 1, 2014 9:00 A.M. Room 400 - City Hall #1 Dr. Carlton B. Goodlett Place (400 Van Ness Avenue) City and County of San Francisco EDWIN M. LEE, MAYOR

More information

MINUTES OF THE DECEMBER 12, 2018, MEETING OF THE GREATER ORLANDO AVIATION AUTHORITY

MINUTES OF THE DECEMBER 12, 2018, MEETING OF THE GREATER ORLANDO AVIATION AUTHORITY On WEDNESDAY, DECEMBER 12, 2018, the GREATER ORLANDO AVIATION AUTHORITY met in regular session in the Carl T. Langford Board Room of the Aviation Authority offices in the main terminal building at the

More information

A. Review of Proposals for the STC Food and Beverage Package 1 Concession

A. Review of Proposals for the STC Food and Beverage Package 1 Concession CONCESSIONS/PROCUREMENT COMMITTEE (CPC) AGENDA DATE: May 7, 2018 DAY: Monday TIME: 1:00 p.m. LOCATION: Carl T. Langford Board Room One Jeff Fuqua Blvd. Orlando, Fl. 32827 I. CALL TO ORDER II. ANNOUNCEMENTS

More information

SAN FRANCISCO AIRPORT COMMISSION MINUTES

SAN FRANCISCO AIRPORT COMMISSION MINUTES SAN FRANCISCO AIRPORT COMMISSION MINUTES June 16, 2016 Special Meeting 8:30 A.M. Room 416 - City Hall #1 Dr. Carlton B. Goodlett Place (400 Van Ness Avenue) City and County of San Francisco EDWIN M. LEE,

More information

A. Purchasing Request for Written Quotations # , Cisco Catalyst 9300 Switch Equipment Procurement Award Recommendation

A. Purchasing Request for Written Quotations # , Cisco Catalyst 9300 Switch Equipment Procurement Award Recommendation CONCESSIONS/PROCUREMENT COMMITTEE (CPC) AGENDA DATE: February 19, 2018 DAY: Monday TIME: 1:30 p.m. LOCATION: Carl T. Langford Board Room One Jeff Fuqua Blvd. Orlando, Fl. 32827 I. CALL TO ORDER II. ANNOUNCEMENTS

More information

FOURTH AMENDMENT TO ADDENDUM TO SIGNATORY TERMINAL BUILDING LEASE AGREEMENT BETWEEN BROWARD COUNTY AND JETBLUE AIRWAYS CORPORATION

FOURTH AMENDMENT TO ADDENDUM TO SIGNATORY TERMINAL BUILDING LEASE AGREEMENT BETWEEN BROWARD COUNTY AND JETBLUE AIRWAYS CORPORATION Page 1 of 18 FOURTH AMENDMENT TO ADDENDUM TO SIGNATORY TERMINAL BUILDING LEASE AGREEMENT BETWEEN BROWARD COUNTY AND JETBLUE AIRWAYS CORPORATION This is the Fourth Amendment ( Fourth Amendment ) to Addendum

More information

A. Request for Qualifications for Automobile Rental Concessions

A. Request for Qualifications for Automobile Rental Concessions CONCESSIONS/PROCUREMENT COMMITTEE (CPC) AGENDA DATE: June 25, 2018 DAY: Monday TIME: 1:30 p.m. LOCATION: Carl T. Langford Board Room One Jeff Fuqua Blvd. Orlando, Fl. 32827 I. CALL TO ORDER II. ANNOUNCEMENTS

More information

SAN FRANCISCO AIRPORT COMMISSION MINUTES

SAN FRANCISCO AIRPORT COMMISSION MINUTES SAN FRANCISCO AIRPORT COMMISSION MINUTES October 18, 2016 9:00 A.M. Room 400 - City Hall #1 Dr. Carlton B. Goodlett Place (400 Van Ness Avenue) City and County of San Francisco EDWIN M. LEE, MAYOR COMMISSIONERS

More information

SAN FRANCISCO AIRPORT COMMISSION CALENDAR. Tuesday, January 15, :00 A.M.

SAN FRANCISCO AIRPORT COMMISSION CALENDAR. Tuesday, January 15, :00 A.M. SAN FRANCISCO AIRPORT COMMISSION CALENDAR Tuesday, January 15, 2019 9:00 A.M. Room 400 - City Hall #1 Dr. Carlton B. Goodlett Place (400 Van Ness Avenue) City and County of San Francisco LONDON N. BREED,

More information

SAN FRANCISCO AIRPORT COMMISSION CALENDAR

SAN FRANCISCO AIRPORT COMMISSION CALENDAR SAN FRANCISCO AIRPORT COMMISSION CALENDAR May 16, 2017 9:00 A.M. Room 400 - City Hall #1 Dr. Carlton B. Goodlett Place (400 Van Ness Avenue) City and County of San Francisco EDWIN M. LEE, MAYOR COMMISSIONERS

More information

FINAL AGREEMENT FOR LAND DIVISION IMPROVEMENTS IN ACCORDANCE WITH THE TOWN OF WESTPORT CODE FOR TOWN OF WESTPORT, DANE COUNTY, WISCONSIN

FINAL AGREEMENT FOR LAND DIVISION IMPROVEMENTS IN ACCORDANCE WITH THE TOWN OF WESTPORT CODE FOR TOWN OF WESTPORT, DANE COUNTY, WISCONSIN FINAL AGREEMENT FOR LAND DIVISION IMPROVEMENTS IN ACCORDANCE WITH THE TOWN OF WESTPORT CODE FOR (Subdivision Name or CSM No.) (Include Phase If Applicable) TOWN OF WESTPORT, DANE COUNTY, WISCONSIN THIS

More information

CONCESSIONS/PROCUREMENT COMMITTEE (CPC) AGENDA. DATE: December 03, 2018 DAY: Monday TIME: 1:30 p.m.

CONCESSIONS/PROCUREMENT COMMITTEE (CPC) AGENDA. DATE: December 03, 2018 DAY: Monday TIME: 1:30 p.m. CONCESSIONS/PROCUREMENT COMMITTEE (CPC) AGENDA DATE: December 03, 2018 DAY: Monday TIME: 1:30 p.m. LOCATION: Carl T. Langford Board Room One Jeff Fuqua Blvd. Orlando, FL 32827 I. CALL TO ORDER II. ANNOUNCEMENTS

More information

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT TO IB PAGE TO: Clerk of the Board INLAND VALLEY DEVELOPMENT AGENCY 1601 E. Third Street San Bernardino, CA 92408 BID: Pursuant to your published Notice

More information

SAN FRANCISCO AIRPORT COMMISSION MINUTES

SAN FRANCISCO AIRPORT COMMISSION MINUTES SAN FRANCISCO AIRPORT COMMISSION MINUTES November 23, 2010 Special Meeting 9:00 A.M. Room 400 - City Hall #1 Dr. Carlton B. Goodlett Place (400 Van Ness Avenue) City and County of San Francisco GAVIN NEWSOM,

More information

2018 STREET REPAIR PROGRAM PRELIMINARY ESTIMATE OF PROBABLE COSTS CITY OF FAIRVIEW PARK, OHIO 2/12/2018

2018 STREET REPAIR PROGRAM PRELIMINARY ESTIMATE OF PROBABLE COSTS CITY OF FAIRVIEW PARK, OHIO 2/12/2018 STREET Story Road and West 220th Street (Lorain to North Corporation Line) West 210th Street (Lorain Road to Mastick Road) West 220th Street (Lorain Road to Mastick Road) 2018 STREET REPAIR PROGRAM PRELIMINARY

More information

SAN FRANCISCO AIRPORT COMMISSION MINUTES

SAN FRANCISCO AIRPORT COMMISSION MINUTES SAN FRANCISCO AIRPORT COMMISSION MINUTES July 23, 2013 Special Meeting 9:00 A.M. Room 400 - City Hall #1 Dr. Carlton B. Goodlett Place (400 Van Ness Avenue) City and County of San Francisco EDWIN M. LEE,

More information

GREATER ORLANDO AVIATION AUTHORITY

GREATER ORLANDO AVIATION AUTHORITY On WEDNESDAY, MARCH 16, 2016, the GREATER ORLANDO AVIATION AUTHORITY met in regular session in the Carl T. Langford Board Room of the Aviation Authority offices in the main terminal building at the Orlando

More information

CITY COUNCIL AGENDA REPORT. Honorable Mayor and City Council Members. 1. Motion to Approve MnDOT Grant Agreement No for Airport Maintenance

CITY COUNCIL AGENDA REPORT. Honorable Mayor and City Council Members. 1. Motion to Approve MnDOT Grant Agreement No for Airport Maintenance City of RE NG' CITY COUNCIL AGENDA REPORT TO: FROM: Honorable Mayor and City Council Members Rick Moskwa Public Works Director Agenda Item No.: 8- H- 1 & H- 2 Meeting Date: February 22, 2016 ACTION REQUESTED:

More information

MINUTES 1. Upon motion by Mr. Fouche, second by Mr. Palmer, vote carried to accept the May 18, 2106, minutes as written.

MINUTES 1. Upon motion by Mr. Fouche, second by Mr. Palmer, vote carried to accept the May 18, 2106, minutes as written. On WEDNESDAY, AUGUST 10, 2016, the GREATER ORLANDO AVIATION AUTHORITY met in regular session in the Carl T. Langford Board Room of the Aviation Authority offices in the main terminal building at the Orlando

More information

INSTRUCTIONS FOR APPLICATION FOR FIBER OPTIC CABLE LICENSE

INSTRUCTIONS FOR APPLICATION FOR FIBER OPTIC CABLE LICENSE INSTRUCTIONS FOR APPLICATION FOR FIBER OPTIC CABLE LICENSE 1. Complete application. 2. Submit application with $200 check to location below or by email. Make check payable to City of Clive. Clive Public

More information

ADDITIONAL MATERIAL Regular Meeting SEPTEMBER 25, 2018

ADDITIONAL MATERIAL Regular Meeting SEPTEMBER 25, 2018 ITEM #51 Exhibit 1 Project Cooperation Agreement ADDITIONAL MATERIAL Regular Meeting SEPTEMBER 25, 2018 SUBMITTED AT THE REQUEST OF ENVIRONMENTAL PROTECTION AND GROWTH MANAGEMENT DEPARTMENT Page 1 of 9

More information

AVIATION AUTHORITY REGULAR BOARD MEETING. Thursday, November 3, :00 A.M. Boardroom Level 3 at Tampa International Airport DRAFT AGENDA

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

More information

SAN FRANCISCO AIRPORT COMMISSION CALENDAR

SAN FRANCISCO AIRPORT COMMISSION CALENDAR SAN FRANCISCO AIRPORT COMMISSION CALENDAR June 5, 2018 9:00 A.M. Room 400 - City Hall #1 Dr. Carlton B. Goodlett Place (400 Van Ness Avenue) City and County of San Francisco MARK FARRELL, MAYOR COMMISSIONERS

More information

CONCESSIONS/PROCUREMENT COMMITTEE (CPC) AGENDA. DATE: March 4, 2019 DAY: Monday TIME: 1:30 p.m.

CONCESSIONS/PROCUREMENT COMMITTEE (CPC) AGENDA. DATE: March 4, 2019 DAY: Monday TIME: 1:30 p.m. CONCESSIONS/PROCUREMENT COMMITTEE (CPC) AGENDA DATE: March 4, 2019 DAY: Monday TIME: 1:30 p.m. LOCATION: Carl T. Langford Board Room One Jeff Fuqua Blvd. Orlando, FL 32827 I. CALL TO ORDER II. ANNOUNCEMENTS

More information

Appendix D. Sample Parking Management Agreement. City of Stockton, CA, Parking Operations Assessment. April P a g e

Appendix D. Sample Parking Management Agreement. City of Stockton, CA, Parking Operations Assessment. April P a g e City of Stockton, CA, Parking Operations Assessment April 2014 1 P a g e Appendix D Please note: This document is provided as an example of the typical scope and detail of a recommended parking management

More information

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 1 DATE: 5/4/2010 RE: BID/RFP #: RFP-DOT-09/10-9041-LG BID/RFP TITLE: Custodial Services for the Haydon Burns Building and Other FDOT Facilities in Tallahassee

More information

2014 ORDINANCE AND RESOLUTIONS

2014 ORDINANCE AND RESOLUTIONS Page 1 of 14 2014 ORDINANCE AND RESOLUTIONS Council# Ord/Res# 058(2013) An ordinance amending Chapter 1395 of the codified ordinances of the City of Sheffield Lake regarding permitting public nuisance

More information

NAPA SANITATION DISTRICT

NAPA SANITATION DISTRICT IMPROVEMENT AGREEMENT SANITARY SEWER IMPROVEMENTS NAPA CREEK CONDOMINIUMS THIS AGREEMENT is made as of this day of, 20 by and between NCCH 103 Napa, LP, a Delaware limited partnership (" DEVELOPER ) and

More information

SAN FRANCISCO AIRPORT COMMISSION CALENDAR

SAN FRANCISCO AIRPORT COMMISSION CALENDAR SAN FRANCISCO AIRPORT COMMISSION CALENDAR August 7, 2012 9:00 A.M. Room 400 - City Hall #1 Dr. Carlton B. Goodlett Place (400 Van Ness Avenue) City and County of San Francisco EDWIN M. LEE, MAYOR COMMISSIONERS

More information

SAN FRANCISCO AIRPORT COMMISSION CALENDAR. Tuesday, November 20, :00 A.M.

SAN FRANCISCO AIRPORT COMMISSION CALENDAR. Tuesday, November 20, :00 A.M. SAN FRANCISCO AIRPORT COMMISSION CALENDAR Tuesday, November 20, 2018 9:00 A.M. Room 400 City Hall #1 Dr. Carlton B. Goodlett Place (400 Van Ness Avenue) City and County of San Francisco LONDON N. BREED,

More information

CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR ROAD STRIPING

CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR ROAD STRIPING CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR ROAD STRIPING September 12, 2018 REQUEST FOR PROPOSALS For Road Striping City of Spring Hill, Tennessee Sealed Proposals will be received

More information

AVIATION AUTHORITY REGULAR BOARD MEETING. Thursday, December 3, :00 A.M. Boardroom Level 3 at Tampa International Airport DRAFT AGENDA

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

More information

SAN FRANCISCO AIRPORT COMMISSION MINUTES

SAN FRANCISCO AIRPORT COMMISSION MINUTES SAN FRANCISCO AIRPORT COMMISSION MINUTES January 20, 2009 2:00 P.M. Room 416 - City Hall #1 Dr. Carlton B. Goodlett Place (400 Van Ness Avenue) City and County of San Francisco GAVIN NEWSOM, MAYOR COMMISSIONERS

More information

SAN FRANCISCO AIRPORT COMMISSION MINUTES

SAN FRANCISCO AIRPORT COMMISSION MINUTES SAN FRANCISCO AIRPORT COMMISSION MINUTES June 20, 2017 9:00 A.M. Room 400 - City Hall #1 Dr. Carlton B. Goodlett Place (400 Van Ness Avenue) City and County of San Francisco EDWIN M. LEE, MAYOR COMMISSIONERS

More information

Sunnyside Valley Irrigation District

Sunnyside Valley Irrigation District 2019 Perforated HDPE Pipe Bid Package Sealed bids will be received until 11:00 am. January 4th, 2019 at Field Office 1105 Yakima Valley Hwy. P.O. Box 239 Sunnyside, WA 98944 509-837-6980 Project Contact:

More information

EQUIPMENT ACQUISITION AGREEMENT BY AND BETWEEN THE CITY OF LOS AND TOM BRADLEY INTERNATIONAL TERMINAL EQUIPMENT COMPANY PURSUANT TO LEASE NO.

EQUIPMENT ACQUISITION AGREEMENT BY AND BETWEEN THE CITY OF LOS AND TOM BRADLEY INTERNATIONAL TERMINAL EQUIPMENT COMPANY PURSUANT TO LEASE NO. EQUIPMENT ACQUISITION AGREEMENT BY AND BETWEEN THE CITY OF LOS AND TOM BRADLEY INTERNATIONAL TERMINAL EQUIPMENT COMPANY PURSUANT TO LEASE NO. LAA-8600 THIS EQUIPMENT ACQUISITION AGREEMENT (this Agreement

More information

Case KG Doc 170 Filed 11/07/18 Page 1 of 3 IN THE UNITED STATES BANKRUPTCY COURT FOR THE DISTRICT OF DELAWARE

Case KG Doc 170 Filed 11/07/18 Page 1 of 3 IN THE UNITED STATES BANKRUPTCY COURT FOR THE DISTRICT OF DELAWARE Case 18-12378-KG Doc 170 Filed 11/07/18 Page 1 of 3 IN THE UNITED STATES BANKRUPTCY COURT FOR THE DISTRICT OF DELAWARE ) In re: ) Chapter 11 ) WELDED CONSTRUCTION, L.P., et al., 1 ) Case No. 18-12378 (KG)

More information

SAMPLE AGREEMENT: CE AGREEMENT

SAMPLE AGREEMENT: CE AGREEMENT SAMPLE AGREEMENT: CE AGREEMENT THIS AGREEMENT, is made and entered into this day of, 2010, by and between the CITY AND COUNTY OF DENVER, a municipal corporation of the State of Colorado ("City"), and,

More information

ORDINANCE NO. 906 AN ORDINANCE AMENDING THE ATHENS MUNICIPAL CODE BY REVISING CHAPTER 2 OF TITLE 16 IN ITS ENTIRETY.

ORDINANCE NO. 906 AN ORDINANCE AMENDING THE ATHENS MUNICIPAL CODE BY REVISING CHAPTER 2 OF TITLE 16 IN ITS ENTIRETY. ORDINANCE NO. 906 AN ORDINANCE AMENDING THE ATHENS MUNICIPAL CODE BY REVISING CHAPTER 2 OF TITLE 16 IN ITS ENTIRETY. BE IT ORDAINED BY THE CITY OF ATHENS, TENNESSEE, AS FOLLOWS: Section 1. Chapter 2 of

More information

APPROVING THE 2011 REVISIONS TO THE DES MOINES CONSTRUCTION BIDDING POLICY

APPROVING THE 2011 REVISIONS TO THE DES MOINES CONSTRUCTION BIDDING POLICY * Roll Call Number Agenda Item Number lf f1 Date February 28,2011 APPROVING THE 2011 REVISIONS TO THE DES MOINES CONSTRUCTION BIDDING POLICY WHEREAS, on February 12,2007, under Roll Call Number 07-291,

More information

MINUTES OF THE MEETING OF SANITARY AND IMPROVEMENT DISTRICT NO. 5, CASS COUNTY, NEBRASKA

MINUTES OF THE MEETING OF SANITARY AND IMPROVEMENT DISTRICT NO. 5, CASS COUNTY, NEBRASKA MINUTES OF THE MEETING OF SANITARY AND IMPROVEMENT DISTRICT NO. 5, CASS COUNTY, NEBRASKA Meeting convened at 6:00 p.m. on November 16, 2017 at 3200 Buccaneer Blvd, Plattsmouth, Nebraska, inside the clubhouse

More information

AGREEMENT. between BROWARD COUNTY, FLORIDA. and. for BILLING RELATED TO THE SOUTHWEST REGIONAL LANDFILL

AGREEMENT. between BROWARD COUNTY, FLORIDA. and. for BILLING RELATED TO THE SOUTHWEST REGIONAL LANDFILL AGREEMENT between BROWARD COUNTY, FLORIDA and for BILLING RELATED TO THE SOUTHWEST REGIONAL LANDFILL This Agreement ( Agreement ) is entered into by and between BROWARD COUNTY, a political subdivision

More information

Index of the Minutes Airports Commission June 3, 1997 SECTION ITEM TITLE NUMBER PAGE A. CALL TO ORDER: 3 B. ROLL CALL: 3 C. ADOPTION OF MINUTES: 3

Index of the Minutes Airports Commission June 3, 1997 SECTION ITEM TITLE NUMBER PAGE A. CALL TO ORDER: 3 B. ROLL CALL: 3 C. ADOPTION OF MINUTES: 3 Index of the Minutes Airports Commission June 3, 1997 CALENDAR AGENDA RESOLUTION SECTION ITEM TITLE NUMBER PAGE A. CALL TO ORDER: 3 B. ROLL CALL: 3 C. ADOPTION OF MINUTES: 3 D. SPECIAL ITEM: Regular meeting

More information

SAN FRANCISCO AIRPORT COMMISSION CALENDAR

SAN FRANCISCO AIRPORT COMMISSION CALENDAR SAN FRANCISCO AIRPORT COMMISSION CALENDAR April 16, 2013 9:00 A.M. Room 400 - City Hall #1 Dr. Carlton B. Goodlett Place (400 Van Ness Avenue) City and County of San Francisco EDWIN M. LEE, MAYOR COMMISSIONERS

More information

SECTION ADDENDA EL DORADO IRRIGATION DISTRICT GILMORE, POLARIS, AND RIDGEWAY WATERLINE REPLACEMENT PROJECT ADDENDUM NO. 1 JANUARY 25, 2017

SECTION ADDENDA EL DORADO IRRIGATION DISTRICT GILMORE, POLARIS, AND RIDGEWAY WATERLINE REPLACEMENT PROJECT ADDENDUM NO. 1 JANUARY 25, 2017 SECTION 00910 ADDENDA EL DORADO IRRIGATION DISTRICT GILMORE, POLARIS, AND RIDGEWAY WATERLINE REPLACEMENT PROJECT ADDENDUM NO. 1 JANUARY 25, 2017 This Addendum No. 1 ( Addendum ) as dated above modifies

More information

SAN FRANCISCO AIRPORT COMMISSION MINUTES

SAN FRANCISCO AIRPORT COMMISSION MINUTES SAN FRANCISCO AIRPORT COMMISSION MINUTES March 4, 2008 9:00 A.M. Room 400 - City Hall #1 Dr. Carlton B. Goodlett Place (400 Van Ness Avenue) City and County of San Francisco GAVIN NEWSOM, MAYOR COMMISSIONERS

More information

Addendum-I to the RFQ-cum-RFP document

Addendum-I to the RFQ-cum-RFP document Implementation of Advanced Traffic Management System ( ATMS ) for Agra- Lucknow Access Controlled Expressway (Green field) Project in the State of Uttar Pradesh 2.1.2 2 Section 6, General Specifications

More information

SAN FRANCISCO AIRPORT COMMISSION MINUTES

SAN FRANCISCO AIRPORT COMMISSION MINUTES SAN FRANCISCO AIRPORT COMMISSION MINUTES February 17, 2004 9:00 A.M. Room 400 - City Hall #1 Dr. Carlton B. Goodlett Place (400 Van Ness Avenue) City and County of San Francisco GAVIN NEWSOM, MAYOR COMMISSIONERS

More information

A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF HOLLYWOOD, FLORIDA, AUTHORIZING THE

A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF HOLLYWOOD, FLORIDA, AUTHORIZING THE RESOLUTION NO.,/ - G7? 0/ 6, - 9 v- A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF HOLLYWOOD, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE THE ATTACHED CONTRACT BETWEEN WEST CONSTRUCTION,

More information

SAN FRANCISCO Airport COMMISSION MINUTES

SAN FRANCISCO Airport COMMISSION MINUTES SAN FRANCISCO Airport COMMISSION MINUTES August 3, 2010 9:00 A.M. Room 400 - City Hall #1 Dr. Carlton B. Goodlett Place (400 Van Ness Avenue) City and County of San Francisco GAVIN NEWSOM, MAYOR COMMISSIONERS

More information

00400 BID FORMS AND SUPPLEMENTS

00400 BID FORMS AND SUPPLEMENTS 00400 BID FORMS AND SUPPLEMENTS TABLE OF CONTENTS Item Number Bid Form...... 00410 1 Bid Bond...... 00430 1 List of Proposed Subcontractors...... 00440 1 List of Proposed Material Suppliers...... 00440

More information

reconstruction (hereinafter "Improvement").

reconstruction (hereinafter Improvement). AGREEMENT BETWEEN THE CITY OF OVERLAND PARK, KANSAS, AND THE CITY OF LENEXA, KANSAS, FOR THE PUBLIC IMPROVEMENT OF QUIVIRA ROAD FROM 150 FT. NORTH OF 91 ST STREET TO 95 TH STREET. THIS AGREEMENT, made

More information

SAN FRANCISCO AIRPORT COMMISSION CALENDAR

SAN FRANCISCO AIRPORT COMMISSION CALENDAR SAN FRANCISCO AIRPORT COMMISSION CALENDAR February 2, 2016 9:00 A.M. Room 400 - City Hall #1 Dr. Carlton B. Goodlett Place (400 Van Ness Avenue) City and County of San Francisco EDWIN M. LEE, MAYOR COMMISSIONERS

More information

P. Concrete Slurry Backfill Removal

P. Concrete Slurry Backfill Removal ADDENDUM NO. 1 FENTON AVE SEWER AND WATER LINE REPLACEMENT SECTION 00900 - PAGE 2 c. Concrete Slurry Backfill Removal shall be field measured by the Contractor in the presence of the Engineer or on-site

More information

BOND AGREEMENT CERTIFICATE OF OCCUPANCY - CASH ONLY COMPLETION OF PUBLIC OR PRIVATE IMPROVEMENTS

BOND AGREEMENT CERTIFICATE OF OCCUPANCY - CASH ONLY COMPLETION OF PUBLIC OR PRIVATE IMPROVEMENTS BOND AGREEMENT CERTIFICATE OF OCCUPANCY - CASH ONLY COMPLETION OF PUBLIC OR PRIVATE IMPROVEMENTS All property owners on record with Tooele County MUST be listed as Applicants. They must each sign and have

More information

SAN FRANCISCO AIRPORT COMMISSION CALENDAR. Tuesday, December 18, :00 A.M.

SAN FRANCISCO AIRPORT COMMISSION CALENDAR. Tuesday, December 18, :00 A.M. SAN FRANCISCO AIRPORT COMMISSION CALENDAR Tuesday, December 18, 2018 9:00 A.M. Room 400 - City Hall #1 Dr. Carlton B. Goodlett Place (400 Van Ness Avenue) City and County of San Francisco LONDON N. BREED,

More information

AGREEMENT 4 pages. SPECIFICATION 1 page. LABOR & MATERIALS 4 pages. PERFORMANCE BOND 4 pages

AGREEMENT 4 pages. SPECIFICATION 1 page. LABOR & MATERIALS 4 pages. PERFORMANCE BOND 4 pages BIDDING & CONTRACT DOCUMENTS INVITATION TO BID 2 pages BID PROPOSAL & BID FORM 2 pages BIDDERS INFORMATION.. 3 pages AGREEMENT 4 pages SPECIFICATION 1 page LABOR & MATERIALS 4 pages PERFORMANCE BOND 4

More information

Realogy Holdings Corp. Realogy Group LLC

Realogy Holdings Corp. Realogy Group LLC UNITED STATES SECURITIES AND EXCHANGE COMMISSION WASHINGTON, DC 20549 FORM 8-K CURRENT REPORT Pursuant to Section 13 or 15(d) of the Securities Exchange Act of 1934 Date of Report (Date of Earliest Event

More information

SAN FRANCISCO AIRPORT COMMISSION CALENDAR

SAN FRANCISCO AIRPORT COMMISSION CALENDAR SAN FRANCISCO AIRPORT COMMISSION CALENDAR April 24, 2018 Special Meeting 9:00 A.M. Room 400 - City Hall #1 Dr. Carlton B. Goodlett Place (400 Van Ness Avenue) City and County of San Francisco MARK FARRELL,

More information

BE IT ORDAINED, that the Revised General Ordinances of the City of Syracuse, as

BE IT ORDAINED, that the Revised General Ordinances of the City of Syracuse, as General Ordinance No. 2017 GENERAL ORDINANCE CREATING A NEW CHAPTER 58, OF THE REVISED GENERAL ORDINANCES OF THE CITY OF SYRACUSE, AS AMENDED, TO CREATE A TELECOMMUNICATIONS FRANCHISING AND LICENSING PROCEDURE

More information

CITY OF ENID RIGHT-OF-WAY AGREEMENT

CITY OF ENID RIGHT-OF-WAY AGREEMENT CITY OF ENID RIGHT-OF-WAY AGREEMENT This Right-of-Way Agreement ( Agreement ) is entered into by and between the City of Enid, an Oklahoma Municipal Corporation, hereinafter referred to as City, and hereinafter

More information

ROGERS CORPORATION - TERMS AND CONDITIONS OF PURCHASE

ROGERS CORPORATION - TERMS AND CONDITIONS OF PURCHASE ROGERS CORPORATION - TERMS AND CONDITIONS OF PURCHASE THE FOLLOWING TERMS AND CONDITIONS, AND THOSE SPECIFIED ON THE FACE OF THIS PURCHASE ORDER, SHALL EXCLUSIVELY GOVERN THE PURCHASE OF ALL MATERIALS

More information

ORDINANCE NO. 14,346

ORDINANCE NO. 14,346 ORDINANCE NO. 14,346 AN ORDINANCE to amend the Municipal Code of the City of Des Moines, Iowa, 2000, adopted by Ordinance No. 13,827, passed June 5, 2000, by repealing Subdivision V, Purchasing Division

More information

Boone County Commission Minutes 22 November TERM OF COMMISSION: November Session of the November Adjourned Term

Boone County Commission Minutes 22 November TERM OF COMMISSION: November Session of the November Adjourned Term TERM OF COMMISSION: November Session of the November Adjourned Term PLACE OF MEETING: PRESENT WERE: Hearing Room One, Boone County Courthouse Presiding Commissioner Don Stamper at 10:15 a.m. District I

More information

SAN FRANCISCO AIRPORT COMMISSION MINUTES

SAN FRANCISCO AIRPORT COMMISSION MINUTES SAN FRANCISCO AIRPORT COMMISSION MINUTES June 7, 2005 9:00 A.M. Room 400 - City Hall #1 Dr. Carlton B. Goodlett Place (400 Van Ness Avenue) City and County of San Francisco GAVIN NEWSOM, MAYOR COMMISSIONERS

More information

MEETING OF THE TEMPLE CITY COUNCIL

MEETING OF THE TEMPLE CITY COUNCIL MEETING OF THE TEMPLE CITY COUNCIL MUNICIPAL BUILDING 2 NORTH MAIN STREET 3 rd FLOOR CONFERENCE ROOM THURSDAY, OCTOBER 2, 2014 4:00 P.M. WORKSHOP AGENDA 1. Discuss, as may be needed, Regular Meeting agenda

More information

SAN FRANCISCO AIRPORT COMMISSION MINUTES

SAN FRANCISCO AIRPORT COMMISSION MINUTES SAN FRANCISCO AIRPORT COMMISSION MINUTES November 21, 2006 9:00 A.M. Room 400 - City Hall #1 Dr. Carlton B. Goodlett Place (400 Van Ness Avenue) City and County of San Francisco GAVIN NEWSOM, MAYOR COMMISSIONERS

More information

FORM OF AGREEMENT BETWEEN CONSTRUCTOR AND OWNER

FORM OF AGREEMENT BETWEEN CONSTRUCTOR AND OWNER FORM OF AGREEMENT BETWEEN CONSTRUCTOR AND OWNER This AGREEMENT made the Day day of MONTH in the year Two Thousand Fourteen BY AND BETWEEN CONSTRUCTOR, hereinafter called the, and the Board of Regents,

More information

FLORIDA INLAND NAVIGATION DISTRICT INTRACOASTAL WATERWAY MAINTENANCE DREDGING SOUTH OF PORT OF PALM BEACH PALM BEACH COUNTY, FLORIDA

FLORIDA INLAND NAVIGATION DISTRICT INTRACOASTAL WATERWAY MAINTENANCE DREDGING SOUTH OF PORT OF PALM BEACH PALM BEACH COUNTY, FLORIDA FLORIDA INLAND NAVIGATION DISTRICT INTRACOASTAL WATERWAY MAINTENANCE DREDGING SOUTH OF PORT OF PALM BEACH PALM BEACH COUNTY, FLORIDA ADDENDUM NO. 3 OCTOBER 1, 2018 SUMMARY OF SPECIFICATION MODIFICATIONS

More information

EXTENDED VACATION OCCUPANCY AGREEMENT (For Recreational Vehicle Space)

EXTENDED VACATION OCCUPANCY AGREEMENT (For Recreational Vehicle Space) EXTENDED VACATION OCCUPANCY AGREEMENT (For Recreational Vehicle Space) Occupancy Agreement made this day of, 20, between ( Company ) and the member or members signing below (collectively, Members ). The

More information

A. Purchasing Request for Written Quotation # , Roll Paper Towel Supply Procurement Award Recommendation

A. Purchasing Request for Written Quotation # , Roll Paper Towel Supply Procurement Award Recommendation CONCESSIONS/PROCUREMENT COMMITTEE (CPC) AGENDA DATE: August 21, 2017 DAY: Monday TIME: 1:30 p.m. LOCATION: Carl T. Langford Board Room, OIA, One Jeff Fuqua Boulevard, Orlando, FL I. CALL TO ORDER II. ANNOUNCEMENTS

More information

CITY OF PETALUMA. POST OFFICE Box 61 PETALUMA, CA ADDENDUM NO. 1. AIRPORT PREVENTIVE MAINTENANCE RAMP CRACK SEAL City Project No.

CITY OF PETALUMA. POST OFFICE Box 61 PETALUMA, CA ADDENDUM NO. 1. AIRPORT PREVENTIVE MAINTENANCE RAMP CRACK SEAL City Project No. CITY OF PETALUMA POST OFFICE Box 61 PETALUMA, CA 94953-0061 David Glass Mayor Chris Albertson Teresa Barrett Mike Healy GabeKeamey Dave King Kathy Miller C011ncilmembers ADDENDUM NO. 1 AIRPORT PREVENTIVE

More information

The Brooks Act: Federal Government Selection of Architects and Engineers

The Brooks Act: Federal Government Selection of Architects and Engineers The Brooks Act: Federal Government Selection of Architects and Engineers Public Law 92-582 92nd Congress, H.R. 12807 October 27, 1972 An Act To amend the Federal Property and Administrative Services Act

More information

[JURISDICTION] S AMENDMENTS TO AIA DOCUMENT A201, GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION EDITION

[JURISDICTION] S AMENDMENTS TO AIA DOCUMENT A201, GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION EDITION [JURISDICTION] S AMENDMENTS TO AIA DOCUMENT A201, GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION - 1997 EDITION This document modifies portions of the General Conditions of the Contract for Construction

More information

AIRPORT COMMISSION CALENDAR. Tuesday, December 16, 1997 ORDER OF BUSINESS

AIRPORT COMMISSION CALENDAR. Tuesday, December 16, 1997 ORDER OF BUSINESS AIRPORT COMMISSION CALENDAR Tuesday, December 16, 1997 ORDER OF BUSINESS A. CALL TO ORDER B. ROLL CALL C. ADOPTION OF MINUTES D. DIRECTOR S REPORTS E. ITEMS INITIATED BY COMMISSIONERS F G POLICY ITEMS

More information

CITY OF ELK GROVE CITY COUNCIL STAFF REPORT

CITY OF ELK GROVE CITY COUNCIL STAFF REPORT CITY OF ELK GROVE CITY COUNCIL STAFF REPORT AGENDA ITEM NO. 8.11 AGENDA TITLE: Adopt resolution authorizing the City Manager to execute the first amendment to the contract with Szeremi Street Sweeping

More information

BID FORM EAST LINCOLN COUNTY SEWER IMPROVEMENTS WSP # I

BID FORM EAST LINCOLN COUNTY SEWER IMPROVEMENTS WSP # I BID FORM EAST LINCOLN COUNTY SEWER IMPROVEMENTS WSP # I1440039 TABLE OF CONTENTS Page Article 1 Bid Recipient... 1 Article 2 Bidder s Acknowledgements... 1 Article 3 Bidder s Representations... 1 Article

More information