GREATER ORLANDO AVIATION AUTHORITY … orlando aviation authority revised agenda ... greater orlando aviation authority revised agenda for its may ... expenditure funds for project
Post on 26-Mar-2018
243 Views
Preview:
Transcript
GREATER ORLANDO AVIATION AUTHORITY
REVISED AGENDA
DATE: MAY 17, 2017 DAY: WEDNESDAY TIME: 2:00 P.M.
PLACE: CARL T. LANGFORD BOARD ROOM, ORLANDO INTERNATIONAL AIRPORT, ONE JEFF FUQUA BOULEVARD For individuals who conduct lobbying activities with Aviation Authority employees or Board members, registration with the Aviation Authority is required
each year prior to conducting any lobbying activities. A statement of expenditures incurred in connection with those lobbying instances should also be
filed prior to April 1 of each year for the preceding year. As of January 16, 2013, lobbying any Aviation Authority Staff who are members of any
committee responsible for ranking Proposals, Letters of Interest, Statements of Qualifications or Bids and thereafter forwarding those recommendations
to the Board and/or Board Members is prohibited from the time that a Request for Proposals, Request for Letters of Interests, Request for Qualifications
or Request for Bids is released to the time that the Board makes an award. As adopted by the Board on September 19, 2012, lobbyists are now
required to sign-in at the Aviation Authority offices prior to any meetings with Staff or Board members. In the event a lobbyist meets with or otherwise
communicates with Staff or a Board member at a location other than the Aviation Authority offices, the lobbyist shall file a Notice of Lobbying (Form 4)
detailing each instance of lobbying to the Aviation Authority within 7 calendar days of such lobbying. As of January 16, 2013, Lobbyists will also provide
a notice to the Aviation Authority when meeting with the Mayor of the City of Orlando or the Mayor of Orange County at their offices. The policy, forms,
and instructions are available in the Aviation Authority’s offices and the web site. Please contact the Director of Board Services with questions at (407)
825-2032.
Jeffrey B. Fuqua Day at MCO and ORL I. CALL TO ORDER II. ROLL CALL III. PLEDGE OF ALLEGIANCE IV. CONSIDERATION OF AVIATION AUTHORITY MINUTES FOR APRIL 19, 2017 V. PRESENTATION A. Twenty Five Year Service Award to Johnny Smith B. African American Chamber of Commerce of Central Florida C. Briefing on Ground Transportation Rules and Regulations and Parking D. Osceola Expressway Authority VI. CONSENT AGENDA
(These items are considered routine and will be acted upon by the Authority in one motion. If discussion is requested on an item, it will be considered separately.) Items in bold indicate an amount of $1 million or greater.
A. Recommendation to Accept Aviation Authority Committee Minutes B. Recommendation to Dispose of Surplus Property C. Recommendation of the Finance Committee to Select a Fixed Income Fund Manager for the Retirement Plan for
Employees of the Greater Orlando Aviation Authority (the Plan) D. Recommendation of the Finance Committee to Approve Authorized Investment Officer E. Recommendation of the Finance Committee to Approve Revisions to Organizational Policy, Section 470.01,
Investment Policy F. Recommendation of the Finance Committee to Exercise the First One-Year Renewal Option of the Financial Advisor
Services Agreement with Frasca & Associates, LLC, Raymond James and Associates, Inc., and MWBE firm National Minority Consultants, Inc. and Approval of Fees
NOTE: Any person who desires to appeal any decision made at these meetings will need record of the proceedings and for that purpose may need to ensure that a verbatim record of the proceedings is made which includes the testimony and evidence upon which the appeal is to be based.
GREATER ORLANDO AVIATION AUTHORITY
REVISED AGENDA FOR ITS MAY 17, 2017, MEETING PAGE 2
VI. CONSENT AGENDA (continued) G. Recommendation of the Finance Committee to Exercise the One-Year Extension Option of the Agreement for
Investment Advisory Services with PFM Asset Management LLC H. Recommendation of the Construction Finance Oversight Committee to Approve the Use of Capital
Expenditure Funds for Project BP-00469, Loop Road Resurfacing and Related Work, at the Orlando International Airport
I. Recommendation of the Construction Finance Oversight Committee to Approve the Use of Capital Expenditure Funds for Project V-00834, North Cell Lot Vending Enclosure (Design/Build) at the Orlando International Airport
J. Recommendation of the Construction Finance Oversight Committee to Approve the Use of Capital Expenditure Funds for Budget Reallocation of the North Program for Airside 4 and Ticket Lobby, at the Orlando International Airport
K. Recommendation of the Concessions/Procurement Committee to Award Purchasing Contract 14-17, Smoke/Fire and Overhead Door Maintenance and Repair to Arbon Equipment Corporation
L. Recommendation of the Concessions Procurement Committee to Enter into the Second Renewal Option Year and Amend Purchasing Contract 22-13, Personnel Screening Services with Covenant Aviation Services, LLC
M. Recommendation to Approve a Land Lease with AFCO GSE MCO, LLC for Development, Maintenance and Operation of a Ground Service Equipment Maintenance Facility (GSE) Facility and Related Funding for Common Use Infrastructure Improvements
N. Recommendation to Approve an Amendment to the Display Advertising Management Concession Agreement at Orlando International Airport with JCDecaux Airport, Inc.
O. Recommendation of the Construction Committee to Approve an Amendment to Addendum No. 11 to the Construction Management at Risk Services Agreement with Hensel Phelps Construction Co. for BP No. S104, South Airport Automated People Mover (APM) Complex – APM Parking Garage (GMP No. 5) at the Orlando International Airport
P. Recommendation of the Construction Committee to Approve an Amendment to Addendum No. 5 to the Construction Management at Risk Services Agreement with Hensel Phelps Construction Co. for BP No. S108, South Airport Automated People Mover (APM) Complex – APM Foundations (GMP No. 2) at the Orlando International Airport
Q. Recommendation of the Construction Committee to Approve an Addendum to the Construction Management at Risk Services Agreement for the South Terminal C, Phase 1, with Hensel Phelps Construction, for BP-S127, South Terminal C, Phase 1 - Mass Clearing, Grubbing and Expansion of Lake Gillooly (GMP No. 2-S) at the Orlando International Airport
R. Recommendation of the Construction Committee to Approve an Addendum to the Construction Management at Risk Services Agreement for the South Terminal C, Phase 1, with Turner-Kiewit Joint Venture, for BP-S129, South Terminal C, Phase 1 – Turner-Kiewit Joint Venture General Conditions (GMP No. 4-S) at the Orlando International Airport
S. Recommendation of the Construction Committee to Approve an Addendum to the Construction Management at Risk Services Agreement for the South Terminal C, Phase 1, with Turner-Kiewit Joint Venture, for BP-S130, South Terminal C, Phase 1 – Landside Clearing, Grubbing, Earthwork and Grading (GMP No. 5-S) at the Orlando International Airport
T. Recommendation of the Construction Committee to Approve an Addendum to the Continuing Program and Project Management Agreement with Geotech Consultants International, Inc. dba GCI, Inc. for Fiscal Year (FY) 2017 Planning, Engineering and Construction Staff Support Services Related to Project Coordination and Scheduling for the Capital Improvement Program at the Orlando International Airport
U. Recommendation of the Construction Committee to Approve an Addendum to the Continuing Program and Project Management Agreement (OAR Prime Entity) with Geotech Consultants International, Inc. dba GCI, Inc. for Fiscal Year (FY) 2017 Staff Extension Support Services for the Risk Management and Construction Departments at the Orlando International Airport
V. Recommendation of the Construction Committee to Award Project H288, ORL Miscellaneous Airfield Improvements – Phase 3 at the Orlando Executive Airport to Hi-Lite Airfield Services, LLC
GREATER ORLANDO AVIATION AUTHORITY
REVISED AGENDA FOR ITS MAY 17, 2017, MEETING PAGE 3
VI. CONSENT AGENDA (continued) W. Recommendation of the Construction Committee to Approve an Addendum to the Continuing Program and Project
Management Agreement (OAR Prime Entity) with Parsons Brinckerhoff, Inc. for Fiscal Year (FY) 2017 Staff Extension Support Services for the Construction, Project Controls, Small Business and Information Technology Departments at the Orlando International Airport
X. Recommendation of the Construction Committee to Approve an Amendment to Addendum No. 7 to the Construction- Engineering-Financial Consulting Services Agreement with R. W. Block Consulting, Inc. for Additional Program Compliance Services for the South Airport Intermodal Terminal Facility (ITF) Complex Program at the Orlando International Airport
Y. Recommendation of the Construction Committee to Approve the Procurement of Furniture (Lounge Seats and Powered Tables) from Agati, Inc. for WS125, South Airport Automated People Mover (APM)/Intermodal Terminal Facility (ITF) Complex – Furnishings, Fixtures and Equipment (FF&E), at the Orlando International Airport
Z. Recommendation of the Construction Committee to Authorize the Single Source Procurement of Planter Pots from Dura Art Stone for WS125, South Airport Automated People Mover (APM)/Intermodal Terminal Facility (ITF) Complex – Furnishings, Fixtures and Equipment (FF&E), at the Orlando International Airport
AA. Recommendation of the Construction Committee to Approve the Purchase of LG, 65” LED Pro:CentricTM, IPTVs from MDM Commercial Enterprises, Inc. d/b/a LG Fulfillment for Project BP-00474, Hyatt Regency Guest Room/Corridor Renovations, at the Orlando International Airport
BB. Recommendation of the Construction Committee to Approve an Amendment to Addendum No. 3 to the Construction Management at Risk Services Agreement with Turner-Kiewit Joint Venture for BP No. S118, South Airport Intermodal Terminal Facility (ITF) – Viaduct Test Piles (GMP No. 13A) at the Orlando International Airport
CC. Recommendation of the Construction Committee to Approve the Purchase of High Resolution/Heat Sensing FLIR Cameras and Accessory Equipment, from Securedyne Systems for Project V-00807, Specialty CCTV Cameras, at the Orlando International Airport
DD. Recommendation of the Construction Committee to Authorize the Single Source Procurement to Upgrade the Fire Alarm System from Commercial Systems Group, Inc. for WS125 ZC-244, South Airport Automated People Mover (APM)/Intermodal Terminal Facility (ITF) Complex – Furnishings, Fixtures and Equipment (FF&E) at the Orlando International Airport
EE. Recommendation of the Professional Services Committee to Approve a Single Source Amendment Extension to the Purchasing Agreement for PS-315, Oracle E-Business Suite Consulting Services, at the Orlando International Airport, with Application Software Technology Corporation
FF. Recommendation of the Professional Services Committee to Exercise the First One-Year Renewal Option for Unified Communications Managed Services at the Orlando International Airport and Orlando Executive Airport with Avaya, Inc.
GG. Recommendation of the Ad Hoc Committee to Approve the Minimum Requirements for the Automated People Mover (APM) Technology for Airsides 2 and 4 Improvements Program at the Orlando International Airport
HH. Recommendation to Approve the First Amendment to the Real Estate Purchase Agreement by and between the Aviation Authority, City of Orlando (the City) and Tavistock Development Company (Tavistock) related to the East Airfield Park Property
II. Recommendation to Approve Third Amendment to the Embankment Funding Agreement By and Between the Aviation Authority and All Aboard Florida-Operations, LLC (AAF) Relating to Funding Drainage Work at the Midfield Cross Taxiway at the Orlando International Airport
JJ. Recommendation to Approve the First Amendment to the Real Estate Purchase, Land Development and Management Agreement (the Agreement) By and Between the Aviation Authority, City Of Orlando (the City) and Tavistock Development Company (Tavistock) Related to the Poitras Property
KK. Recommendation to Approve Revisions to Organizational Policy and Procedures, Section 120.081 - Investment Policy for the Defined Benefit Retirement Plan; Section 120.082 - Investment Policy for the Defined Contribution Plan; Section 120.083 - Investment Policy for the Other Post-Employment Benefits Trust; and Section 120.084 - Investment Policy for the Deferred Compensation Retirement Plan
GREATER ORLANDO AVIATION AUTHORITY
REVISED AGENDA FOR ITS MAY 17, 2017, MEETING PAGE 4
VI. CONSENT AGENDA (continued) LL. Recommendation to Approve Revisions to Organizational Policy and Procedures Section 203.02 - Vacation Leave;
Section 203.03 - Sick Leave; and Section 206.09 - Management Benefit Program MM. Recommendation of the Executive Director to Nominate a Senior Director of Airport Operations VII. NEW BUSINESS A. Recommendation of the Colonel Joe Kittinger Award Working Group to Accept the Nominee for the 2017 Colonel Joe
Kittinger Award VIII. CHAIRMAN’S REPORT IX. INFORMATION SECTION
(No action is required on the item(s). Board members should feel free to ask questions on the item(s).) A. Notification of Executive Director Approvals for May Board Meeting B. Notification of Release of RFP/RFB/RFQ’s C. Notification of the Professional Services Committee’s Approval of the Lists of Pre-Qualified Subcontractors/Suppliers
for Major Trade Packages for the South Terminal C, Phase 1, Program, at the Orlando International Airport D. Construction Progress Report
NEXT SCHEDULED BOARD MEETING IS ON WEDNESDAY, JUNE 21, 2017
CONSENT AGENDA ITEM – A –
GREATER ORLANDO AVIATION AUTHORITY
Orlando International Airport
One Jeff Fuqua Boulevard Orlando, Florida 32827-4392
MEMORANDUM TO: Members of the Aviation Authority FROM: Dayci S. Burnette-Snyder, Director of Board Services DATE: May 17, 2017 ITEM DESCRIPTION Recommendation to Accept Aviation Authority Committee Minutes BACKGROUND The following Aviation Authority Committee meeting minutes are provided in conjunction with the agenda package for the board meeting: 1. April 3 and April 7, 2017, Concessions/Procurement Committee 2. March 28 and April 6, 2017, Design Review Committee RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to accept these minutes for filing.
CONSENT AGENDA ITEM – B –
GREATER ORLANDO AVIATION AUTHORITY
Orlando International Airport
One Jeff Fuqua Boulevard Orlando, Florida 32827-4392
MEMORANDUM TO: Members of the Aviation Authority FROM: Denise K. Schneider, Assistant Director of Purchasing & Material Control DATE: May 17, 2017 ITEM DESCRIPTION Recommendation to Dispose of Surplus Property BACKGROUND The Greater Orlando Aviation Authority is permitted to dispose of property that is no longer necessary, useful or profitable. ISSUES The Airport Facilities Bond Resolution and Aviation Authority Policies and Procedures Section 450.05, Disposal of Surplus Property, Scrap and Trash, and Section 450.11, Property Control, permit the Aviation Authority to dispose, for fair and reasonable value at any time, any property constituting part of the Airport System which the Aviation Authority and City of Orlando determine, by Resolution, not necessary, useful or profitable. The Aviation Authority Staff recommends disposal of property items as summarized below, in accordance with Aviation Authority policies.
• Computers, monitors and related equipment • Electronic equipment • Assorted chairs, desks, cabinets, bookcases and tables • Miscellaneous equipment
ALTERNATIVES The Aviation Authority could hold the property for future disposal. FISCAL IMPACT None. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to: (1) find the property listed in this memorandum no longer necessary, useful, or profitable in the operation of the Airport System; (2) request Orlando City Council concurrence and resolution of this finding; and (3) authorize staff to dispose of this property in accordance with the Aviation Authority’s Policies and Procedures.
ASSET # GOAA GENERAL9164 PRINTER, HP LASERJET III S/N 3048A558939383 MONITOR, IBM, COLOR WITH KEYBOARD10205 ANALYZER, TOXIC FUMES, DIGITAL30032 AIR TENT, # TF0007530573 CABINET, STORAGE, WOOD, RED OAK30578 PRINTER, HP LASERJET IV30589 MICROMMAC‐22E, ETHERNET HUB, CABLETRON31159 BINOCULAR, NIGHT VISION GEN II S/N 79916831458 MEDICAL EMERG. UNIT, NOTRONOX S/N 9112050531711 COMPUTER, COMPAQ, 4000/1620 S/N 6647BBK2E43331718 COMPUTER, COMPAQ, 4000/1620 S/N 6647BBK2E44232208 COMPUTER, COMPAQ PENTIUM S/N 6741BPL7Q66732397 COMPUTER, W/EARLY WARNING LIGHTNING SYSTEM32406 PRESSURE WASHER, SIMPSON, 3000PSI S/N 980438932574 COMPUTER, COMPAQ PENTIUM S/N 6829BPM3J07332869 COMPUTER, COMPAQ DESKPRO S/N 6006DD25A54332878 COMPUTER, COMPAQ DESKPRO S/N 6905BW85B31532927 COMPUTER, COMPAQ DESKPRO 6400 S/N 6912BW43F71332935 COMPUTER, COMPAQ DESKPRO 6400 S/N 6912BW43F87932994 COMPUTER, COMPAQ DESKTOP 6400 S/N 6923BW43D90134533 COMPUTER, DESKPRO EN, P‐III, 500MHZ/10.0G/64M/32X/NIC/NT, COMPAQ‐CUTE SYS S/N 6002CKP9L92134886 BTP PRINTER‐IER 508 BAG TAG PRINTER S/N 166234929 BTP PRINTER‐IER 508 BAG TAG PRINTER S/N 171834975 ATB PRINTER‐DASSAULT BPR 640 S/N 550934988 ATB PRINTER‐DASSAULT BPR 640 S/N 553835249 WORKSTATION, L‐SHAPED, DARK WOOD35251 COMPUTER, COMPAQ, PENTIUM III, 500MHZ/10.0G/64M/32X/NIC/NT35252 COMPUTER, COMPAQ, PENTIUM III, 500MHZ/10.0G/64M/32X/NIC/NT35253 COMPUTER, COMPAQ, PENTIUM III, 500MHZ/10.0G/64M/32X/NIC/NT35254 COMPUTER, COMPAQ, PENTIUM III, 500MHZ/10.0G/64M/32X/NIC/NT35255 COMPUTER, COMPAQ, PENTIUM III, 500MHZ/10.0G/64M/32X/NIC/NT35346 ATB PRINTER‐DASSAULT BPR 600‐BOARDING PASS PRINTER S/N 1744835393 PRINTER, DASSAUT BPR60035419 UPS, SMART S/N NS984601739435420 UPS, SMART S/N NS984601742835421 UPS, SMART S/N NS984601736835423 MONITOR, COMPAQ, P110 S/N 913GC25KB75235610 WORKSTATION, WOOD, L SHAPED35684 COMPUTER, COMPAQ DESKPRO 6600 S/N 6028DD25A53935724 MONITOR, COMPAQ, FLAT 15", AQUASPORT II, TFT500 S/N 034BH34PZ12335725 MONITOR, COMPAQ, FLAT 15", AQUASPORT II, TFT500 S/N 034BH34PZ11535961 COMPUTER, COMPAQ DESKPRO S/N D914CF34022635984 COMPUTER, COMPAQ DESKPRO, PENTIUM III, 866MHZ S/N X113DYSZB29336077 COMPUTER, COMPAQ LAPTOP, ARMADA M300, PENTIUM III S/N 3J15FMPZ2COT36118 PRINTER, DASSAULT AT, BPR640, CUTE S/N 926936275 UPS, COMPAQ, R3000 XR, RACK‐MOUNTABLE S/N TT244A003236401 COMPUTER, COMPAQ, LAPTOP, ARMADA M700 S/N 3J18FMPZAH0T36408 SUN MICROSYSTEMS SERVER, ENTERPRISE 3000 S/N 813F001C36409 SUN MICROSYSTEMS SERVER, ENTERPRISE 450 S/N 813F000636469 MONITOR, LCD, RACKMOUNT, W/KEYBOARD S/N 1542010052936500 SWITCH, 48 PORT 10/100 STANDALONE, W/3 OPTION SLOTS, ENTERASYS36865 NETWORK, 24 PORT SWITCH, CABLETRON SMRTSWTCH 2200, W/REDUNDANT PSU‐CUTE36866 COMPUTER, COMPAQ DESKPRO 4000, EN450 S/N 6918CD64C706
ASSETS NEEDING BOARD APPROVALFor May 2017 Meeting
36867 COMPUTER, COMPAQ DESKPRO 4000, EN450 S/N 6918CD64B08336904 COMPUTER, LAPTOP, EVO 610C S/N 7E32KT8ZRH3636907 COMPUTER, HP TABLET TC1000 S/N 5Y32LBQ1S44236908 COMPUTER, HP TABLET TC1000 S/N 5Y32LBQ1S44136935 COMPUTER, COMPAQ, LAPTOP, EVO 610C S/N 7E34KT8ZG29R36937 COMPUTER (SERVER), COMPAQ PROLIANT DL360, PENT III37015 COMPUTER, COMPAQ, EVO D510 SFF, PENTIUM IV S/N USV323018637017 COMPUTER, COMPAQ, EVO D510 SFF, PENTIUM IV S/N USV32301C937019 COMPUTER, COMPAQ, EVO D510 SFF, PENTIUM IV S/N USV32300MH37022 COMPUTER, COMPAQ, EVO D510 SFF, PENTIUM IV S/N USV32301T337030 COMPUTER, COMPAQ, EVO D510 SFF, PENTIUM IV S/N USV3240H6037121 RADIO, PORTABLE, MDL II, ENCRYPTED S/N 721CDW003037449 COMPUTER, HP, LAPTOP NC6000, INTEL PENTIUM M S/N CNU4030GY937601 COMPUTER, HP PENTIUM IV, D530 SFF S/N USV42600S937872 AUTOLOADER, TAPE, STOREDGE L8, 8 CARTRIDGES S/N 0433F1331237886 TRANSMITTER/RECEIVER, MAPPING, 8 CHANNEL, SINGLE RACK, ZC‐02338495 COMPUTER, LAPTOP, COMPAQ WORKSTATION nw8440 DUO T7400 S/N CNU70610Q850026 READER, ASSET TAG SYSTEM, HANDHELD MODEL # MC 9060‐G S/N 527000050157250027 READER, ASSET TAG SYSTEM, HANDHELD MODEL # MC 9060‐G S/N 527000050168850397 E‐PASS READER, E‐PASS AVI EQUIPMENT AT THE PARKING EXITS50400 E‐PASS READER, E‐PASS AVI EQUIPMENT AT THE PARKING EXITS50476 CARD READER, TICKET, PARKING REVENUE CONTROL, PO#72362 S/N 12150477 CARD READER, TICKET, PARKING REVENUE CONTROL, PO#72362 S/N 12350584 VACUUM, FLOOD RESTORATION, TENANT 8900 W/TOOLS & HOSES S/N 609016‐1019446650635 DESK WORKSTATION, MAHOGANY ON CHERRY FINISH W/CREDENZA50953 UPS, APC MODEL 2200RMXLNET, CUTE SYSTEM S/N WS992500345150966 TRANSFORMER, SYMMETRA RM 6KVA S/N ED014500206650969 MONITOR, LCD, RACKMOUNT, W/KEYBOARD S/N 1542040060651010 COMPUTER, COMPAQ, EVO D510 SFF, PENTIUM IV S/N USV32300L351045 CHASSIS, 48 PORT, OS6600, ALCATEL S/N 338J258751144 CHASSIS, ALCATEL, OS6600, W/DES, 3DES, RC2, RC4 S/N 4333016951159 COMPUTER, COMPAQ, EVO D510 SFF, PENTIUM IV S/N USV32301RS51687 MONOCULAR, NIGHT VISION, "NIGHT ENFORCER 160", BATTERY S/N M4167252767 COMPUTER, COMPAQ DESKTOP 6400 S/N 6927BW43145952800 ATB PRINTER‐DASSAULT BPR 640 S/N 559652808 COMPUTER, COMPAQ, EVO D510 SFF, PENTIUM IV S/N USV323019J52860 COMPUTER, HP PROLIANT DL360 G5, INTEL XEON, RACK MOUNT S/N USE718N66V52866 COMPUTER, COMPAQ DESKPRO 6400 S/N 6912BW43F71553020 COMPUTER, DESKPRO EN, PENTIUM III, COMPAQ‐CUTE SYST S/N 6003CKP9K38753057 PRINTER, ATB, DASSAULT AT, MODEL BPR640 S/N 640001633253229 COMPUTER, COMPAQ S/N 6912BW43A92353573 Printer, Fujitsu 9860 S/N MA00187253576 Printer, Fujitsu 9860 S/N MA00187353584 Printer, Fujitsu 9860 S/N MA00195653590 Printer, Fujitsu 9860 S/N MA00201753591 Printer, Fujitsu 9860 S/N MA00201153593 Printer, Fujitsu 9860 S/N MA00195253609 Printer, Fujitsu 9860 S/N MA00186653620 Printer, Fujitsu 9860 S/N MA00190153626 Printer, Fujitsu 9860 S/N MA00188753633 Printer, Fujitsu 9860 S/N MA00192053640 Printer, Fujitsu 9860 S/N MA00186753653 Printer, Fujitsu 9860 S/N MA00186354044 Printer, Fujitsu 9860 S/N MA00296354047 Printer, Fujitsu 9860 S/N MA00297254048 Printer, Fujitsu 9860 S/N MA00296054049 Printer, Fujitsu 9860 S/N MA002970
54061 Printer, Fujitsu 9860 S/N MA00296854062 Printer, Fujitsu 9860 S/N MA00296554068 Printer, Fujitsu 9860 S/N MA00287954074 Printer, Fujitsu 9860 S/N MA00289354245 BP# ZC‐064, CUSS EQUIPMENT KIOSK W/COMPUTERS, SELF SERV TICKET S/N N0011542554246 BP# ZC‐064, CUSS EQUIPMENT KIOSK W/COMPUTERS, SELF SERV TICKET S/N N0011542954255 BP# ZC‐064, CUSS EQUIPMENT KIOSK W/COMPUTERS, SELF SERV TICKET S/N N0011543754260 BP# ZC‐064, CUSS EQUIPMENT KIOSK W/COMPUTERS, SELF SERV TICKET S/N N0011542154270 BP# ZC‐064, CUSS EQUIPMENT KIOSK W/COMPUTERS, SELF SERV TICKET S/N N0011542854424 Printer, Fujitsu 9860 S/N MA00153554832 Printer, Fujitsu 9860 S/N MA00796554835 Printer, Fujitsu 9860 S/N MA00798354837 Printer, Fujitsu 9860 S/N MA00800854846 Printer, Fujitsu 9860 S/N MA00990154849 Printer, Fujitsu 9860 S/N MA00990254850 Printer, Fujitsu 9860 S/N MA00798455224 Printer, Fujitsu 9860 S/N MA01432755225 Printer, Fujitsu 9860 S/N MA01433455226 Printer, Fujitsu 9860 S/N MA01433755227 Printer, Fujitsu 9860 S/N MA01433155233 Printer, Fujitsu 9860 S/N MA01432855234 Printer, Fujitsu 9860 S/N MA01431655237 Printer, Fujitsu 9860 S/N MA01432655238 Printer, Fujitsu 9860 S/N MA01432955291 Printer, Fujitsu 9860 S/N MA01433855292 Printer, Fujitsu 9860 S/N MA01433255293 Printer, Fujitsu 9860 S/N MA01433356036 BP# ZC‐069, READERS, CUTE/CUSS EQUIP, PO #1001914 S/N 200839 0059891074 RADIO, MOTOROLA BENDIX KING KA94A S/N 2074891305 RADIO, MOTOROLA, PORTABLE S/N 466AVQ183791644 RADIO, MOTOROLA, PORTABLE S/N 466AWY529991882 RADIO, MOTOROLA, PORTABLE S/N 205CHZ270292078 RADIO, MOTOROLA, HANDHELD, XTS2500 MODEL 1.5, W/BATTERY AND CHARGER S/N 205CHF0729
Card, Jetdirect 175 S/N SG2C1B058ACard, Jetdirect 380 S/N 808736197946Card, Jetdirect 400n S/N 5183‐7705Card, Jetdirect 400n S/N 5183‐7841Card, Jetdirect S/N 60804010211Card, Jetdirect S/N 6200551392Card, SCSI S/N SSB0D7390179Card, SCSI S/N SSB0D74203S7Computer, 800 G1 S/N 2UA4212DM3Computer, Compaq DC 7800 S/N MXL83718J4Computer, Compaq DC 7900 S/N MXL9081BNBComputer, Compaq DC 7900 S/N MXL9081BNCComputer, Compaq DC 7900 S/N MXL9081BNJComputer, Compaq DC 7900 S/N MXL9081BPGComputer, Compaq DC 7900 S/N MXL9081BPPComputer, Compaq DC 7900 S/N MXL9081BQFComputer, Compaq DC 7900 S/N MXL9081BQKComputer, Compaq DC 7900 S/N MXL91913GJComputer, Compaq DC 7900 S/N MXL91913H7Computer, Compaq DC 7900 S/N MXL91913HCComputer, Compaq DC 7900 S/N MXL91913HKComputer, Compaq DC 7900 S/N MXL91913HNComputer, Compaq DC 7900 S/N MXL91913HW
Computer, Compaq DC 7900 S/N MXL91913J4Computer, Compaq DC 7900 S/N MXL91913J7Computer, Compaq DC 7900 S/N MXL91913JGComputer, Compaq DC 7900 S/N MXL91913JLComputer, Compaq DC 7900 S/N MXL91913JYComputer, HP Compaq 8000 SFF S/N 2UA03005SCComputer, HP Compaq 8000 SFF S/N 2UA03005T8Computer, HP Compaq 8000 SFF S/N 2UA0510P8QComputer, HP Compaq 8000 SFF S/N 2UA0510PB2Computer, HP Compaq 8000 SFF S/N 2UA1180L6MComputer, HP Compaq 8000 SFF S/N 2UA1180L79Computer, HP Compaq 8100 SFF S/N 2UA1331VN0Computer, HP Compaq 8100 SFF S/N 2UA1340LR3Computer, HP Compaq 8200 SFF S/N 2UA22216PZComputer, HP Compaq 8300 SFF S/N 2UA3171KVHComputer, HP Compaq 8300 SFF S/N 2UA3330KGSComputer, HP Compaq 8300 SFF S/N 2UA3430D35Computer, HP Compaq 8300 SFF S/N 2UA3430D3CModem S/N 2ABLG8GC0240Monitor, Planar Touch (3)Monitor, Viewsonic S/N CN0G6566478044C4U4FBMonitor, Viewsonic S/N Q87070928295Monitor, Viewsonic S/N RPX122044154Monitor, Viewsonic S/N SEM122300834Monitors, HP 17in (11)Printer, Epson ATB S/N QJ3F012216Printer, Epson ATB S/N WM000608Printer, EPSON GPM831 S/N TEHF001020Printer, EPSON GPM831 S/N TEHF001075Printer, IER 400B2‐01 S/N 4000022610Printer, Laserjet 1200 S/N CNC6011455Printer, Laserjet 1300 S/N CNBB171861Printer, Officejet Pro 8600 S/N CN22TAT0V905KCPrinter, OKI 320 PRINTERS S/N 010B2777830Printer, OKI 320 PRINTERS S/N 304D4097041Printer, OKI 320 PRINTERS S/N AE64030487E0Printer, OKI 320 PRINTERS S/N AE64030524E0Printer, OKI 320 PRINTERS S/N AE8B062805G0Printer, OKI 320 PRINTERS S/N AE8B062807G0Printer, OKI 320 PRINTERS S/N AK2603718710Printer, OKI B4600 S/N AL2C033647A0Printer, Vitronix S/N 313030110BSwitch, 3Com S/N 7LLF5ADC1496ESwitch, KVM S/N 722868537770
ASSET # HYATT35619 STEPPER, ELECTRONIC, PRECOR, MODEL C76436489 SERVER, DELL, POWEREDGE, 933MHZ, W/256K CACHE, P3 XEON36490 SERVER, DELL POWEREDGE, 700MHZ, W/1M CACHE, P3 XEON, REDUNDANT POWER36729 COMPUTER, DELL OPTIPLEX GX150, PENTIUM III S/N 2XWGHII36739 COMPUTER, DELL OPTIPLEX GX150, PENTIUM III S/N 4XWGHII36747 COMPUTER, DELL OPTIPLEX GX150, PENTIUM III S/N GIXGHII36748 COMPUTER, DELL OPTIPLEX GX150, PENTIUM III S/N CIXGHII36798 COMPUTER, NOKIA IP330, W/3 ETHERNET PORTS S/N 9N01360061836939 TOASTER, COMMERCIAL, 12‐SLICE, HATCO #TK‐72 S/N 930360031037715 COMPUTER, HP PENTIUM IV, D530 SFF, DG058A#ABA S/N USW41702WD37938 OVEN, MICROWAVE, COMMERCIAL, HOBART, MOD‐HM1200 S/N AS‐1009430
38017 POINT OF SALE CASH REGISTER S/N 435505414038084 TV, 32" HDTV LCD ‐ HYATT BP‐35738150 COMPUTER, PC WORKSTATION, PENTIUM 438259 EXTRACTOR, CARPET, ELECTRIC, WINDSOR "EXPERT" MODEL #EXP38344 CHASSIS, ALCATEL, OS6600, W/DES.3DES. RC2. RC4 S/N F383012338486 UPS, BP # ZC‐045, PO# 1001332, LIGHTNING WARNING SYS S/N AS054012433238489 SERVER, 8 PORT DEVICE, BP # ZC‐046, PO# 1001332, LIGHTNING WARNING SYS. S/N 010232872121249 TELEVISION, LG, 42" WIDESCREEN LCD, HDTV121250 TELEVISION, LG, 42" WIDESCREEN LCD, HDTV
ASSET # MOTOR POOL50260 LATHE, BRAKE, DISC/DRUM, MED DUTY S/N 2461455180 JACK, HYDRAULIC, AIR, 10 TON S/N G990600376771332 PRESSURE WASHER, GENERAC 2300PDI/2.9GPM 01292‐1 S/N 604235471621 BILLY GOAT, BG81 LITTER VAC S/N 030298003
ASSET # ITEMS NOT SENT TO AUCTION50094 EXTINGUISHER, 350 LBS, WHEELS S/N 594044 (SCRAPPED)50096 EXTINGUISHER, 350 LBS, WHEELS S/N 594040 (SCRAPPED)50097 EXTINGUISHER, FIRE, W/WHEELS, 350 LBS S/N 09769 (SCRAPPED)
CONSENT AGENDA ITEM – C -
GREATER ORLANDO AVIATION AUTHORITY
Orlando International Airport One Airport Boulevard
Orlando, Florida 32827-4399
MEMORANDUM TO: Members of the Aviation Authority FROM: Frank Kruppenbacher, Chairman DATE: May 17, 2017 ITEM DESCRIPTION Recommendation of the Finance Committee to Select a Fixed Income Fund Manager for the Retirement Plan for Employees of the Greater Orlando Aviation Authority (the Plan) BACKGROUND The Aviation Authority Board established the Retirement Benefits Committee (RBC) to formalize the efforts of administering the retirement benefits for employees. An investment consultant, AndCo (AndCo), formerly known as, The Bogdahn Group, advises the RBC regarding investment activities related to the Plan, including fund manager performance. At the August 4, 2016, RBC meeting, the Plan’s fixed income fund manager, Atlanta Capital, was placed on AndCo’s watch list. Following a monitored period of inadequate performance, AndCo recommended the RBC replace the firm. The estimated allocation is $25 million. On February 2, 2017, AndCo presented information regarding four firms for consideration:
- Baird Advisor - Galliard Capital Management - Garcia Hamilton & Associates - Richmond Capital
The RBC reviewed each firm’s investment performance based on 1, 2, 3, 4, 5, 7 and 10 year portfolio returns measured against the Barclay Aggregate Bond Index (Index), rolling five year performance, risk return comparisons, firm profiles, their philosophical approach, how investment ideas are generated, buy and sell disciplines, fees and other applicable data. Three firms were selected for interviews:
- Baird Advisors (Baird) - Garcia Hamilton & Associates (Garcia Hamilton) - Galliard Capital Management (Galliard)
Richmond was not selected for an interview due to its historical performance compared to the other managers and there was no portfolio construction circumstances necessitating its inclusion. ISSUES On April 6, 2017, the RBC held a publicly-advertised meeting to conduct interviews and rank the short listed Fixed Income Fund Managers based on the following criteria:
• Personnel & Organizational Structure • Philosophy • Performance • Management Fees • Demonstrated Understanding of Client Needs & Interview Preparation
Based on the evaluation criteria, historical performance, quantitative analysis of each strategy’s historical risk and reward statistics, reviews of the various investment philosophies and processes, and interviews, the RBC voted to recommend the
ranking of the three firms interviewed for Fixed Income Fund Manager. The three ranked firms are as follows: First: Garcia Hamilton & Associates:
Founded in 1988, the firm is located in Houston, Texas, is 100% employee owned and manages $7.7 billion in fixed income assets for over 236 institutional clients. The ten members of the fixed income investment team have 193 years combined investment experience and a combined 84 years with the firm. Five members are Chartered Financial Analyst (CFA) charter holders. Garcia Hamilton manages assets with a focus on building portfolios of high quality fixed income (A rated or better) through sector rotation, yield curve positioning, and controlled interest rate anticipation. Based on comparison to the Index, Garcia Hamilton outperformed 9 out of the last 10 years. Over the common period of performance (October 2000 – December 2016) for all the interviewed firms, Garcia Hamilton generated a return of 6.3%, which represented 1.3% annualized excess return vs the Index. Based on the stated management fee of 25 bps, excess return net of fees is calculated at 1%.
Second: Galliard Capital Management:
Founded in 1995, Galliard is a wholly owned, independently operated subsidiary of Wells Fargo Bank N.A. Located in Minneapolis, MN, the firm focuses on fixed income management with 242 investment mandates and $91.6 billion assets under management. The fixed income team senior professionals have 19 average years of experience with 14 average years at Galliard. The firm manages a conservative portfolio strategy focused on maintaining an average portfolio credit quality of AA or better and takes very little interest rate risk against its benchmark index while targeting annual outperformance of 50-70 basis points (before fees) annually. Based on comparison to the Index, Galliard outperformed 8 out of the last 10 years. Over the common period of performance (October 2000 – December 2016) for all the interviewed firms, Galliard generated a return of 5.7%, which represented 0.7% annualized excess return vs the Index. Based on the stated management fee of 20 bps, excess return net of fees is calculated at 0.5%.
Third: Baird Advisors:
Founded in 1919, Baird is headquartered in Milwaukee, WI, has been employee owned since 2004 and manages $49.4 billion in assets. The fixed income team has been together at Baird since 2000 and prior to joining Baird worked together at what is now known as US Bank. Baird manages a high quality strategy (BBB or better) focused on creating a yield advantage against the benchmark through the use of credit, mortgage-backed, and asset backed securities. The team takes no interest rate risk vs. the benchmark.
Based on comparison to the Index, Baird outperformed 8 out of the last 10 years. Over the common period of performance for all the interviewed firms (October 2000 – December 2016) Baird generated a return of 5.8%, which represented 0.8% annualized excess return vs the Index. Based on the stated management fee of 30 bps, excess return net of fees is calculated at 0.5%.
On April 19, 2017, the Finance Committee accepted the RBC’s recommendation to (1) approve the ranking of the firms for the Fixed Income Fund Managers for the Plan as follows: First – Garcia Hamilton & Associates; Second – Galliard Capital Management; and Third – Baird Advisors; (2) recommend a ranking or an award to the Aviation Authority Board, and (3) authorize staff to negotiate the necessary documents with the first ranked firm, and if not successful, with the next ranked firm until an agreement is reached. ALTERNATIVES The Aviation Authority Board could reject the recommendation of the Finance Committee, schedule presentations or interviews, or change the ranking of the Fixed Income Fund Managers. FISCAL IMPACT Fees are paid from the Plan assets.
RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board accept the Finance Committee recommendation and (1) approve the ranking of the firms for the Fixed Income Fund Managers for the Plan as follows: First – Garcia Hamilton & Associates; Second – Galliard Capital Management; and Third – Baird Advisors; (2) authorize staff to negotiate the necessary documents with the first ranked firm, and if not successful, with the next ranked firm until an agreement is reached, and (3) authorize the Executive Director to execute the agreement following satisfactory review by legal counsel.
CONSENT AGENDA ITEM – D -
GREATER ORLANDO AVIATION AUTHORITY
OrlandoInternationalAirport
One Jeff Fuqua Boulevard Orlando, Florida32827-4399
MEMORANDUM TO: Members of the Aviation Authority FROM: Frank Kruppenbacher, Chairman DATE: May 17, 2017 ITEM DESCRIPTION Recommendation of the Finance Committee to Approve Authorized Investment Officer BACKGROUND In accordance with the Aviation Authority’s Investment Policy, Section 470.01, the Authorized Investment Officer shall be nominated by the Finance Committee and appointed by the Aviation Authority Board for a term of two years. The Authorized Investment Officer may designate one or more employees to approve sales and purchases of investment securities in accordance with this policy. ISSUES At its meeting on April 19, 2017, the Executive Director requested the Finance Committee recommend to the Aviation Authority Board, the appointment of Kathleen Sharman, Chief Financial Officer, as the Authorized Investment Officer for the two-year term beginning May 18, 2017. The appointment of this designation is necessary so that the routine purchase and sale of investments in accordance with the Aviation Authority’s Investment policy may occur. ALTERNATIVES None. FISCAL IMPACT None. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority resolve to (1) accept the Finance Committee’s recommendation to appoint Kathleen Sharman, Chief Financial Officer, as the Authorized Investment Officer for a two-year term beginning May 18, 2017.
CONSENT AGENDA ITEM – E -
GREATER ORLANDO AVIATION AUTHORITY
Orlando International Airport
One Jeff Fuqua Boulevard Orlando, Florida 32827-4392
MEMORANDUM TO: Members of the Aviation Authority FROM: Frank Kruppenbacher, Chairman DATE: May 17, 2017 ITEM DESCRIPTION Recommendation of the Finance Committee to Approve Revisions to Organizational Policy, Section 470.01, Investment Policy BACKGROUND Florida Statute 218.415 establishes guidelines for investment policies for any unit of local government. Under this statute, the Aviation Authority established a written investment policy to govern its investment of bond proceeds and public funds. This policy was adopted October 13, 2004, with updates being approved as needed. The Aviation Authority entered into an agreement with PFM Asset Management LLC (PFM) effective October 1, 2014, to provide Investment Advisory Services. The scope of services includes review and evaluation of the investment policy and recommendation of changes as appropriate; credit analysis of investment instruments purchased and held in the portfolios; and input regarding an appropriate measurement of portfolio performance and benchmark to asset performance, in addition to various other services. ISSUES Staff has been working with PFM to modernize the Investment Policy. The recommended revisions update the Aviation Authority’s Investment Policy last updated in 2014, to reflect the ever evolving investment landscape. According to our investment advisor, the policy enhancements are consistent with the requirements of Florida Statutes, Government Finance Officers Association (GFOA) government investment best practices, and the model policy requirements of the Association of Public Treasurers of the US & Canada. The following is a brief summary of the changes:
• Several updates designed to maintain/increase portfolio diversification which potentially enhances return while minimizing risk:
– Setting defined allocation limits around each sector to reflect current market environment and risk tolerance (Permitted Investments Section of the Policy)
– In addition to existing benchmarks, added Money Market Fund(s) and Local Government Investment Pools (LGIPs) benchmarks as well as B of A Merrill Lynch 1 Year, 1-3 Year and 1-5 Year Treasury Index benchmarks
– Addition of AAA-rated Asset-Backed Security (ABS) and Supranational sectors to offset declining supply in existing policy sectors (specifically, Agency and Commercial Paper)
• Summary table for ease of understanding permitted investments, sector and issuer allocation limits, credit rating requirements and maturity limits
• Addition of procedure regarding the review of short-term/liquid investment options, such as money market funds, LGIPs, and demand deposit accounts
• Addition of a Glossary of Cash and Investment Management Terms
On April 19, 2017, the Finance Committee accepted staff’s recommendation to submit the revisions to Organizational Policy, Section 470.01, Investment Policy, to the Aviation Authority Board for approval. FISCAL IMPACT None. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board accept the recommendation of the Finance Committee and approve the recommended changes to Organizational Policy, Section 470.01, Investment Policy.
Organizational Policy: Section 470.01 Investment Policy Finance
GREATER ORLANDO AVIATION AUTHORITY March 3, 2014 April 19, 2017 POLICY AND PROCEDURE MANUAL Page 1 of 1432
GREATER ORLANDO AVIATION AUTHORITY
INVESTMENT POLICY
Page I. Scope ........................................................................................................... 3 II. Objectives ................................................................................................... 3 Safety
Liquidity Yield III. Performance Measurements ........................................................................ 4 IV. Standards of Care ........................................................................................ 45
Prudence Ethics and Conflicts of Interest Legality Delegation and Authority Use of Investment Managers
V. Authorized Investments .............................................................................. 6 A. Under the Bond Resolution
B. Under the Amended and Restated Master Subordinated Bonds ResolutionIndenture of Trust
C. Under the Secondary Subordinated Bonds Resolution D. Loan Agreements with City of Gulf Breeze C. Future Bond Resolutions E.D. ................................................................................................. Surplus
Cash VI. OtherPermitted Investments........................................................................ 7
A. Government Sponsored Enterprises B. Federally Related Entities Floating-Rate Notes C. Agency Mortgage-Backed Securities and Collateralized Mortgage Obs. C. Certificates of Deposit C. Commercial Paper C. Taxable and Tax-Exempt Municipal Securities C. Dollar Denominated Corporate Securities C. Repurchase Agreements C. Reverse Repurchase Agreements C. Derivative Products
Organizational Policy: Section 470.01 Investment Policy Finance
GREATER ORLANDO AVIATION AUTHORITY March 3, 2014April 19, 2017 POLICY AND PROCEDURE MANUAL Page 2 of 1432
Organizational Policy: Section 470.01 Investment Policy Finance
GREATER ORLANDO AVIATION AUTHORITY March 3, 2014April 19, 2017 POLICY AND PROCEDURE MANUAL Page 3 of 1432
VII. Safekeeping and Custody ............................................................................ 1011
A. Depositories B. Qualified Public Depositories
VIII. Investment Parameters ................................................................................ 1112
A. Valuation and Sale of Investments B. Investment Maturities C. Diversification D. Authorized Investment Institutions and Dealers E. Bid Policy F. Wire Transfers
G. Arbitrage Yield Restrictions H. Master Repurchase Agreement IX. Reporting..................................................................................................... 1314 X. Internal Controls ......................................................................................... 1314 XI. Continuing Education……………………………………………………..14
ATTACHMENT A: Glossary of Cash and Investment Management Terms ATTACHMENT B: Investment Pool/Deposit/Fund Questionnaire ATTACHMENT C: Authorized Investments/Benchmarks
Exhibits on file in Finance Department Exhibit A 1978 Airport Facilities Revenue Bond Resolution – Official Codified
Version Adopted September 17, 2008June 24, 2015- Depositaries of Moneys, Security for Deposits, and Investment of Funds, as amended
Exhibit B Amended and Restated Master Subordinated Indenture of Trust - Airport Facilities Subordinated Revenue Bonds - – Dated as of July 1, 2016 -Depositaries of Moneys, Security for Deposits and Investment of Funds
Exhibit C Secondary Subordinated Bonds Resolution-Authorized Investments and
Eligible Investments under the Loan Agreement between The City of Gulf Breeze and GOAA
Organizational Policy: Section 470.01 Investment Policy Finance
GREATER ORLANDO AVIATION AUTHORITY March 3, 2014April 19, 2017 POLICY AND PROCEDURE MANUAL Page 4 of 1432
I. SCOPE This investment policyInvestment Policy applies to the investment activities of the Greater Orlando Aviation Authority (“Aviation Authority”) except for its Defined Benefit Retirement Plan, Defined Contribution Retirement Plan, its Section 457 Deferred Compensation Plan, and it’s Other Post-Employment Benefits Trust which are separately organized and administered. Except for cash in certain restricted funds, the Aviation Authority will, when feasible and appropriate, consolidate cash balances from all funds to maximize investment earnings. Investment income will be allocated to the various funds based on their respective participation and in accordance with generally accepted accounting principles.
II. OBJECTIVES
The following objectives establish the framework of the permitted investments in Section VI of this Investment Policy. Safety
Safety of principal is the foremost objective of the Aviation Authority. Each investment transaction shall seek to avoid capital losses from securities defaults or erosion of market value. The objective will be to mitigate credit risk and interest rate risk. The Aviation Authority will minimize the risk of loss due to the failure of the security issuer or backer by limiting investments to the safest types of securities. The Aviation Authority will minimize interest rate risk through asset diversification, maturity variations and maturity limits.
The Aviation Authority will minimize the risk of realized losses due to
market value fluctuations as interest rates change by structuring the investment portfolio so that securities mature to meet cash requirements for ongoing operations, thereby avoiding, to the extent feasible, the need to sell securities on the open market prior to maturity.
Liquidity
The investment portfolio shall remain sufficiently liquid to meet all operating requirements that may be reasonably anticipated. This will be accomplished by structuring the portfolioAsset/Liability portfolios to match investment maturities with known cash needs and anticipated cash flow requirements. To the extent feasible, funds held for future capital projects shall be invested in securities that reasonably can be expected to produce enough income to offset inflationary construction cost increases.
Organizational Policy: Section 470.01 Investment Policy Finance
GREATER ORLANDO AVIATION AUTHORITY March 3, 2014April 19, 2017 POLICY AND PROCEDURE MANUAL Page 5 of 1432
Additionally, the Authority may utilize or authorize a Total Return strategy whereas portfolios shall be managed in such a manner that funds are available to meet reasonably anticipated cash flow requirements in an orderly manner. Periodic cash flow analyses will be completed in order to ensure that the portfolios are positioned to provide sufficient liquidity.
Yield
The investment portfolioInvestment portfolios shall be designed to attainwith the objective of attaining a market-average rates rate of return throughout budgetary and economic cycles, taking into account the Aviation Authority's investment risk, arbitrage constraints, and liquidity needs. The Aviation Authority's management recognizes that in a diversified portfolio, occasional measured losses due to market volatility are inevitable, and must be considered within the context of the overall portfolio's investment return, provided that adequate diversification has been achieved. Return on investment is of secondaryleast importance compared to the safety and liquidity objectives described above. However, for Total Return portfolios, return is attempted through active management where the Investment Advisor utilizes a total return strategy (which includes both realized and unrealized gains and losses in the portfolio). This total return strategy seeks to increase the value of the portfolio through investment for certain funds as allowable under the various Bond Resolutions in accordance with guidelines described in Section V (Authorized Investments) or as may be amended from time to time. The core of investments is limited to relatively low risk securities in anticipation of earning a fair return relative to the risk being assumed. Despite this, an Investment Advisor may trade to recognize a loss from time to time to achieve a perceived relative value based on its potential to enhance the total return of the portfolio.
Securities shall notmay also be sold prior to maturity except inunder the following circumstances:
1. A security with declining credit may be sold early to minimize loss of principal.
2. A security swap would improve the quality, yield, or investment maturity in the portfolio.
3. Liquidity needs of the portfolio require that the security be sold. 4. A security is no longer in compliance with the Investment Policy,
permitted investments of relevant Bond Indentures, or Florida statutes. III. Performance Measurements
Organizational Policy: Section 470.01 Investment Policy Finance
GREATER ORLANDO AVIATION AUTHORITY March 3, 2014April 19, 2017 POLICY AND PROCEDURE MANUAL Page 6 of 1432
Performance measures that the Aviation Authority utilize to benchmark the investment portfolio are as follows: The Aviation Authority may measure performance of the Asset/Liability and Total Return Portfolios and funds in money markets, demand deposit accounts or LGIP’s, held separately from Asset/Liability and Total Return Portfolios using any of the following benchmarks as approved by the Chief Financial Officer of the Authority: 1. Overnight repurchase rate – Bloomberg L.P. ServiceRepurchase Rate 2. Short-Term Investments – 3 months treasury billiMoneyNet’s First
Tier Rated Retail Net 30-Day Median Yield 3. MidShort-Term-Treasury 1-10 year – Investments – iMoneyNet’s
Government Retail Net 30-Day Median Yield 4. iMoneyNet First Tier Institutional Average 5. Local Government Investment Pools – S&P Rated GIP Index/All 3.6.Short-Term Investments – Bank of America Merrill Lynch Bond3
Months U.S. Treasury Bill Index 4.7.Long-Term-Treasury 10+ year –Bank of America Merrill Lynch
Bond1 Year U.S. Treasury Index 8. Bank of America Merrill Lynch 1-3 Year U.S. Treasury Index 9. Bank of America Merrill Lynch 1-5 Year U.S. Treasury Index 10. Bank of America Merrill Lynch 1-10 Year U.S. Treasury Index 11. Bank of America Merrill Lynch 10+ Year U.S. Treasury Index 12. Bank of America Merrill Lynch 1-3 Year AAA-A Corporate &
Government Index 13. Bank of America Merrill Lynch 1-3 Year Government Index 14. Bank of America Merrill Lynch 1-3 Year Corporate Index
In the event that the above benchmarks are no longer available or not
applicable, an Index that is comprised of underlying assets of comparable asset classes, ratings quality and duration may be used.
IV. Standards of Care
Prudence
The standard of prudence to be used by the Authorized Investment Officer (as defined in “Delegation and Authority” below) shall be the “prudent person” standard and shall be applied in the context of managing an overall portfolio. The Authorized Investment Officer and other employees designated pursuant to this investment policy assigned to manage the portfolio shall be relieved of personal responsibility from credit risk or market price changes, provided their actions have been taken in accordance with the provisions of this investment policy and any significant
Organizational Policy: Section 470.01 Investment Policy Finance
GREATER ORLANDO AVIATION AUTHORITY March 3, 2014April 19, 2017 POLICY AND PROCEDURE MANUAL Page 7 of 1432
deviations from reasonable expectations are reported to the Finance Committee in a timely manner.
Investments shall be made with the exercise of judgment and due care,
under circumstances then prevailing, which persons of prudence, discretion and intelligence exercise in the management of their own affairs, not for speculation, but for investment, considering the probable safety of their capital as well as the probable income to be derived from the investment.
Ethics and Conflicts of Interest
The Authorized Investment Officer and other employees designated pursuant to this investment policy involved in the investment process shall refrain from personal business activities, other than routine banking relations, that conflict with proper execution of the investment program or impair their ability to make impartial investment decisions. Any material financial interests that may be related to the performance of the Aviation Authority's investment portfolio shall be disclosed promptly to the Finance Committee.
Legality
The Aviation Authority shall invest its funds in accordance with the Airport Facilities Revenue Bond Resolution Authorizing Airport Facilities Revenue Bonds (the "Bond Resolution") as adopted on June 13, 1978 as amended24, 2015; and restatedthe Amended and adopted September 17, 2008; the Restated Master Subordinated Indenture of Trust for Airport Facilities Subordinated Revenue Bonds (the "Subordinated Bonds ResolutionIndenture") dated AugustJuly 1, 1992; the Airport Facilities Secondary Subordinated Revenue Bonds Resolution (the “Secondary Subordinated Bonds Resolution”) dated December 1, 1997; each as supplemented and amended from time to time2016.
Delegation and
Authority
Section 603 of the Bond Resolution delegates the responsibility for investment of funds to an Authorized Officer of the Aviation Authority defined as the Chairman, the Vice Chairman, the Treasurer, the Secretary, or any other officer or employee of the Aviation Authority authorized by resolution to perform specific acts or duties related to the subject matter of the authorization. The Subordinated Bonds ResolutionIndenture delegates this responsibility to an Authorized Aviation Authority Representative
Organizational Policy: Section 470.01 Investment Policy Finance
GREATER ORLANDO AVIATION AUTHORITY March 3, 2014April 19, 2017 POLICY AND PROCEDURE MANUAL Page 8 of 1432
defined as the Chairman, Vice-Chairman, Treasurer or, Secretary of the Board, the Executive Director or Chief Financial Officer, or any other officer or employee of the Aviation Authority authorized by resolution to perform specific acts, or duties as designated by written certificate furnished to the Trustee. The Aviation Authority adopted a Resolution stating that the Executive Director, Chief Financial Officer, and Director of Finance are Authorized Officers. The individual authorized to invest funds on behalf of the Aviation Authority under all the foregoing will be referred to as the Authorized Investment Officer.
The Authorized Investment Officer shall be nominated by the Finance
Committee and appointed by the Aviation Authority Board for a term of two years. The Authorized Investment Officer may designate one or more employees to approve sales and purchases of investment securities in accordance with this policy. The Aviation Authority may also utilize Investment Advisors to perform various portfolio services within the parameters of this policy. Trustees shall be notified in writing of the appointment of the Authorized Investment Officer and those employees acting as designees.
The Finance Committee shall review investment policies and procedures and make recommendations to the Aviation Authority Board regarding significant financial and investment matters.
Use of Investment Managers The Aviation Authority may utilize investment managers to perform various portfolio services.
V. Authorized Investments
A. Under the Bond Resolution
Article VI of the Bond Resolution permits certain investments in Investment Securities, as defined in attached Exhibit A.
The Debt Service Reserve Account that secures the Series 1998 Bonds may
not be invested in obligations described in clause (xiii) of the definition of Investment Securities without prior written consent of National Public Finance, formerly known as MBIA, the insurer of these bonds.
The Debt Service Reserve Account that secures the Series 2007A and
2008A Bonds may not be invested in obligations described in clause (xiii) of the definition of Investment Securities without prior written consent of Assured Guaranty, formerly known as FSA, the insurer of these bonds.
Organizational Policy: Section 470.01 Investment Policy Finance
GREATER ORLANDO AVIATION AUTHORITY March 3, 2014April 19, 2017 POLICY AND PROCEDURE MANUAL Page 9 of 1432
B. Under the Subordinated Bonds ResolutionIndenture Section 9.02 of the Subordinated Bonds ResolutionIndenture provides that
moneys may be invested and reinvested in "Investment ObligationsPermitted Investments" as defined in attached Exhibit B.
C. Under the Secondary Subordinated Bonds Resolution
Section 15.C (3) of the Secondary Subordinated Bond Resolution provides that the Sinking Fund (except the Reserve Account in the Sinking Fund) and the Rebate Fund may be invested and reinvested in Authorized Investments, as defined in Exhibit C, in the manner provided by law provided such investments mature or are redeemable at not less than par at the option of the Aviation Authority not later than the dates on which monies on deposit will be needed. Amounts in the Reserve Account may be invested and reinvested only in Authorized Investments as permitted by law.
Section 3.01 of the Loan Agreement, dated as of December 1, 1997, relating to the Secondary Subordinated Bonds Resolution states that all undisbursed amounts shall be invested by the trustee under the Gulf Breeze Funding Program in an Eligible Investment as defined in attached Exhibit C.
G. Loan Agreements with City of Gulf Breeze
The Aviation Authority’s Loan Agreements, dated as of July 1, 1998, with SunTrust Bank, Central Florida, National Association, the City of Gulf Breeze, Florida, and The City of Orlando, Florida relating to a $14,700,000 Series B loan and a $19,290,000 Series C loan do not contain a restriction on investment proceeds and so proceeds from these loans may be invested as surplus cash of the Aviation Authority as described in Section (E) below.
C. EFuture Bond Resolutions
Notwithstanding the foregoing, all investments shall be made subject to
and in accordance with any future bond resolutions that may be in effect or amended from time to time.
D. Surplus Cash Surplus cash under the Bond Resolution, the Subordinated Bonds
Resolution, and the Secondary Subordinated Bonds ResolutionIndenture and any other future Bond Resolutions shall be invested in accordance with
Organizational Policy: Section 470.01 Investment Policy Finance
GREATER ORLANDO AVIATION AUTHORITY March 3, 2014April 19, 2017 POLICY AND PROCEDURE MANUAL Page 10 of 1432
the applicable requirements of Article V of this policy. Surplus cash that is not governed by the requirements of Sections (A) through (DC) of this Article V shall be invested in only high quality fixed income securities described under Section (A) of this article V as well as those explicitly listed below in section VI.
Organizational Policy: Section 470.01 Investment Policy Finance
GREATER ORLANDO AVIATION AUTHORITY March 3, 2014April 19, 2017 POLICY AND PROCEDURE MANUAL Page 11 of 1432
VI. OtherPermitted Investments
A. Government Sponsored Enterprises (“GSE’s”)
US Export-Import Bank, Farmer’s Home Admin., Federal Financing Bank, Federal Housing Admin., General Services Admin., Aid for International Development,Attachment C shows in tabular form the permitted investments and associated requirements as well as their sector benchmarks. Below are definitions applicable to permitted investments.
1) U.S. Treasury & Government Guaranteed - U.S. Treasury obligations, and obligations the principal and interest of which are backed or guaranteed by the full faith and credit of the U.S. Government.
GNMA – The Government National Mortgage Ass’n., US Maritime, US Department of Housing and Urban Development,, Resolution Funding Corp., Small Business Admin.
Organizational Policy: Section 470.01 Investment Policy Finance
GREATER ORLANDO AVIATION AUTHORITY March 3, 2014April 19, 2017 POLICY AND PROCEDURE MANUAL Page 12 of 1432
E. Federally Related Entities (“FREs”)
Federal Home Loan Bank, Student Loan Marketing Ass’n., Federal Farm Credit, Federal Housing Administration, Federal National Mortgage Association, Federal Home Loan Mortgage Corporation, Private Export, Tennessee Valley Authority, Resolution Funding Corporation, Inter-American Development Bank, Farmer’s Mortgage Association.
I. Floating-Rate Notes (“FRNs”) issued by the above listed GSEs and FREs.
K. (GNMA or “Ginnie Mae”) is a government-owned Federal Agency Mortgage-Backed Securities (“MBS”) and Collateralized Mortgage Obligations (“CMOs”) issued by the above listed FREs and GSEs
M. Certificates of Deposit (“CDs”) rated A or better by two of the
three ratings agencies: Moody’s, S&Pthat acquires, packages, and Fitch (without regard to gradation)resells mortgages and fully insured by the FDIC at all times.
O. Commercial Paper issued as 3a3 and rated in the highest ratings
category (A1, P1, F1) for short-term investments by two of the three ratings agencies: S&P, Moody’s and Fitch (without regard to gradation).
Q. Taxable and Tax-Exempt Municipalmortgage purchase
commitments in the form of mortgage-backed securities rated A or better by two of the three ratings agencies: Moody’s, S&P and Fitch (without regard to gradation).
S.2) Dollar denominated Corporate. Largest issuer of mortgage pass-through
securities issued. GNMA debt is guaranteed by companies in the United States which are rated A or better by twofull faith and credit of the three ratingsU.S. government (one of the few agencies: Moody’s, S&P and Fitch (without regard to gradation). that are actually full faith and credit of the U.S. government).
3) Federal Agency/GSE - Debt obligations, participations or other instruments issued or fully guaranteed by any U.S. Federal agency, instrumentality or government-sponsored enterprise (GSE).
Organizational Policy: Section 470.01 Investment Policy Finance
GREATER ORLANDO AVIATION AUTHORITY March 3, 2014April 19, 2017 POLICY AND PROCEDURE MANUAL Page 13 of 1432
4) Supranationals – Debt obligations issued by multi-national financial organizations of which the U.S. is a shareholder and voting member, and which are denominated in U.S. dollars.
5) Corporates – U.S. dollar denominated corporate notes, bonds or other debt obligations issued or guaranteed by a domestic or foreign corporation, financial institution, non-profit, or other entity.
6) Municipals – Obligations, including both taxable and tax-exempt, issued or guaranteed by any State, territory or possession of the United States, political subdivision, public corporation, authority, agency board, instrumentality or other unit of local government of any State or territory.
7) Agency Mortgage Backed Securities - Mortgage-backed securities (MBS), backed by residential, multi-family or commercial mortgages, that are issued or fully guaranteed as to principal and interest by a U.S. Federal agency or government sponsored enterprise, including but not limited to pass-throughs, collateralized mortgage obligations (CMOs) and REMICs.
8) Asset-Backed Securities - Asset-backed securities (ABS) whose underlying collateral consists of loans, leases or receivables, including but not limited to auto loans/leases, credit card receivables, student loans, equipment loans/leases, or home-equity loans.
9) Non-Negotiable Certificate of Deposits and Savings Accounts - Non-negotiable interest bearing time certificates of deposit, or savings accounts in banks organized under the laws of this state or in national banks organized under the laws of the United States and doing business in this state, provided that any such deposits are secured by the Florida Security for Public Deposits Act, Chapter 280, Florida Statutes.
10) Prime Commercial Paper – U.S. dollar denominated commercial paper issued or guaranteed by a domestic or foreign corporation, company, financial institution, trust or other entity, including both unsecured debt and asset-backed programs.
S. Repurchase Agreements
11) - Repurchase agreements may be transacted on(Repo or RP) that meet the following terms, subject to such further restrictions that may be contained in
the applicable requirements of Article V:
( ) Such repurchase agreements must conform to Public Securities Association standards;
( ) The issuing entity (or its parent corporation or entity) must be rated at least A3/A- long-term or P-1/A-1 short-term by Moody’s
Organizational Policy: Section 470.01 Investment Policy Finance
GREATER ORLANDO AVIATION AUTHORITY March 3, 2014April 19, 2017 POLICY AND PROCEDURE MANUAL Page 14 of 1432
Investors Service, Inc. (“Moody’s”) and Standard & Poor’s Rating Services (“S&P”), respectively, and a downgrade by either rating agency below such requirement will allow the Aviation Authority to direct a withdrawal of the funds from such repurchase agreement;
a. The term of the repurchase agreement must be less than or equal to one (1) year for operating funds, less than or equal to five years for Improvement and Development funds, Capital Expenditure funds and Renewal and Replacement funds, or no later than the life of the project for construction funds or such other
period agreed to by the Finance Committee;Must be governed by a written SIFMA Master Repurchase Agreement which specifies securities eligible for purchase and resale, and which provides the unconditional right to liquidate the underlying securities should the Counterparty default or fail to provide full timely repayment.
b. Counterparty must be a Federal Reserve Bank, a Primary Dealer as designated by the Federal Reserve Bank of New York, or a nationally chartered commercial bank.
c. Securities underlying repurchase agreements must be delivered to a third party custodian under a written custodial agreement and may be of deliverable or tri-party form. Securities must be held in the County’s custodial account or in a separate account in the name of the County.
d. Acceptable underlying securities include only securities that are direct obligations of, or that are fully guaranteed by, the United States or any agency of the United States, or U.S. Agency-backed mortgage related securities.
e. Underlying securities must have an aggregate current market value of at least 102% (or 100% if the counterparty is a Federal Reserve Bank) of the purchase price plus current accrued price differential at the close of each business day.
f. Final term of the agreement must be 1 year or less.
12) Money Market Funds - Shares in open-end and no-load money market mutual funds, provided such funds are registered under the Investment Company Act of 1940 and operate in accordance with Rule 2a-7.
A thorough investigation of any money market fund is required prior to investing, and on an annual basis. Attachment B is a questionnaire that contains a list of questions, to be answered as applicable to the type of investment (i.e. LGIP, Money Market Fund or demand deposit account) prior to investing, that cover the major aspects of any investment pool/fund. A current prospectus must be obtained.
13) Local Government Investment Pools – State, local government or privately-sponsored investment pools that are authorized pursuant to state law. These are pools that only government and not-for-profit entities are allowed to invest in. A thorough investigation of any intergovernmental investment pool is required prior
Organizational Policy: Section 470.01 Investment Policy Finance
GREATER ORLANDO AVIATION AUTHORITY March 3, 2014April 19, 2017 POLICY AND PROCEDURE MANUAL Page 15 of 1432
to investing, and on an annual basis. A current prospectus must be obtained and questions noted on Attachment B as applicable to the type of investment (i.e. LGIP, Money Market Fund or demand deposit account) should be answered prior to investing.
General Investment and Portfolio Limits
1. General investment limitations: a. Investments must be denominated in U.S. dollars and issued for legal sale
in U.S. markets. b. Minimum ratings are based on the highest rating by any one Nationally
Recognized Statistical Ratings Organization (“NRSRO”), unless otherwise specified.
c. All limits and rating requirements apply at time of purchase. ( ) Should a security fall below the minimum credit rating requirement for
purchase, the Investment Advisor will notify ( ) The Aviation Authority or Trustee as applicable, or a third party,
acting solely as agent for the Aviation Authority or Trustee as applicable, shall be given custody of the collateral, which must be free and clear of any third party liens; and
( ) Collateral, consisting only of Investment Securities described in clause (i) of the definition of “Investment Securities” in Exhibit A, or, if rated “AA+” by S&P and “Aaa” by Moody’s, Investment Securities described in clause (ii) of the definition of such term, unless otherwise approved by the Finance Committee, shall be maintained, at a minimum, at 102% marked-to-market daily or 103% marked-to-market weekly, or at such other levels acceptable to the Finance Committee, and failure to maintain such collateral shall require the Trustee to liquidate the securities. A Master Repurchase Agreement is required for all such transactions.
( ) In the event that a repurchase agreement provider is downgraded below A3/A-, the collateralization requirement will increase to 104% marked-to-market daily or 105% marked-to-market weekly, otherwise GOAA must be able to terminate the repurchase agreement at no loss or penalty.
E. Reverse Repurchase Agreements
The Aviation Authority may not invest in reverse repurchase agreements. E. Derivative Products
Organizational Policy: Section 470.01 Investment Policy Finance
GREATER ORLANDO AVIATION AUTHORITY March 3, 2014April 19, 2017 POLICY AND PROCEDURE MANUAL Page 16 of 1432
The Aviation Authority may invest in derivative products under the following conditions:
m)d. Both the Aviation Authority’s Chief Finance Committee; andOfficer or designee. the Aviation Authority’s Board approves the transaction. m) the Authorized Officers will have developed a sufficient understanding
of the derivative products and have the expertise to manage them.
e. Maturity and average life (MBS/ABS) are measured from settlement date. The final maturity date can be based on any mandatory call, put, pre-refunding date, or other mandatory redemption date.
i. Average life will be used to measure the maximum maturity for MBS and ABS. Average life is the date that reflects the point at which an investor will have received back half of the original principal (face) amount. The average life may be different from the stated legal maturity included in a security’s description.
2. General portfolio limitations: a. Investments in non-U.S. entities
3. Investment in the following are permitted, provided they meet all other policy requirements:
a. Callable, step-up callable, called, pre-refunded, putable and extendable securities, as long as the effective final maturity meets the maturity limits for the sector
b. Variable-rate and floating-rate securities c. Subordinated, secured and covered debt, if it meets the ratings requirements
for the sector d. Zero coupon issues and strips, excluding agency mortgage-backed Interest-
only structures (I/Os) e. Treasury TIPS
4. A minimum of 1/6th of the Operations and Maintenance Budget must be invested in securities with an explicit backing or guarantee of the US Government.
5. Investments not specifically identified in the policy are not permitted. VII. Safekeeping and Custody
All securities owned by the Aviation Authority shall be held in safekeeping by a third party as agent for the Aviation Authority under the terms of a custodian agreement or Bond Market Association Master Repurchase Agreement, except for those funds held by the Trustee(s). It shall not be necessary for the Trustee(s) to lodge such collateral security with any other bank or trust company, but it shall be sufficient for the Trustee(s) to lodge such collateral security within its Trust Department.
Organizational Policy: Section 470.01 Investment Policy Finance
GREATER ORLANDO AVIATION AUTHORITY March 3, 2014April 19, 2017 POLICY AND PROCEDURE MANUAL Page 17 of 1432
All securities transactions must be made on a “delivery vs. payment” basis, if applicable, to ensure that the third party acting as agent for the Aviation Authority will have the security or money, as appropriate, in hand at the conclusion of the transaction.
A. DepositariesDepositories
Under Section 601 of the Bond Resolution, all moneys received and funds held by the Aviation Authority mustTrustee or Special Trustee shall be deposited with the Trustee, Special Trustee or with a Depositary or the Special Trustee as the case may be, including one or more Depositaries in trust for the Trustee or the Special Trustee. All moneys held by the Authority under the Resolution shall be deposited in one or more Depositaries in the name of the Authority. Each depositary shall be (1) a bank or trust company organized under the laws of any state of the United States of America or a national banking association, having capital stock and surplus aggregating at least $50,000,000 or such lesser amount as the Aviation Authority, with the consent of the bond insurer, may designate and the Trustees approve,1,000,000, and (2) willing and able to accept the office on reasonable and customary terms and authorized by law to act in accordance with the provisions of the Trust Agreement and the Bond Resolution, and (3) approved in writing by the Trustee and Special TrusteeResolution. B. Qualified Public Depositories
Pursuant to Chapter 280 of the Florida Statutes, all public funds must be
deposited in a qualified public depository as defined in F.S. 280.02 and as designated by the State of Florida’s Chief Financial Officer. It is the Aviation Authority’s intention to deposit funds only at Qualified Public Depositories.
Organizational Policy: Section 470.01 Investment Policy Finance
GREATER ORLANDO AVIATION AUTHORITY March 3, 2014April 19, 2017 POLICY AND PROCEDURE MANUAL Page 18 of 1432
VIII. Investment Parameters
A. Valuation and Sale of Investments
Investments purchased as an investment of moneys in any account or fund shall be deemed at all times to be a part of such account or fund, and any profit realized or loss resulting from the liquidation of such investment shall be credited or charged to such account or fund. Investments under the Bond Resolution and Subordinated Bonds ResolutionIndenture shall be valued at cost or principal amount thereof, whichever is lower, exclusive of accrued interest, except that such investments in the Debt Service Reserve AccountFund under the Bond Resolution and Subordinated Indenture shall be valued on March 31 and September 30 in each year and such investments in the Reserve Fund in the Subordinated Bond Resolution shall be valued on April 1 and October 1 in each year at cost or market, whichever is lower, exclusive of accrued interest. Investments under the Secondary Subordinated Bonds Resolution shall be valued at the lower of cost or market, except that investments which are intended to be held to maturity shall be valued at par.
When the sale of a security prior to maturity is authorized by this investment
policy, the Investment Advisor, Authorized Investment Officer or employee designated pursuant to this investment policy may direct the Trustee, Special Trustee or Depositary in writing to sell such security at the best price obtainable.
B. Investment Maturities
Investments under the Bond Resolution shall mature no later than needed, except for 1) investments in the Debt Service Reserve Account which shall mature not later than fifteen years (unless such investment is redeemable at the option of the holder, in which event the maturity shall not exceed the final maturity date of the Bonds secured by such investment), 2) investments in the Operation and Maintenance Fund and Operation and Maintenance Reserve Account shall mature within twelve months, and 3) investments in the Capital Expenditure Fund, the Renewal and Replacement Fund, Improvement and Development Fund, and the Discretionary Fund shall mature within five years.
Investments under the Subordinated Bonds ResolutionSubordinate
Indenture shall mature no later than needed, except for investments in the Reserve Fund which shall mature not later than fifteen years from the date of such investment.
Organizational Policy: Section 470.01 Investment Policy Finance
GREATER ORLANDO AVIATION AUTHORITY March 3, 2014April 19, 2017 POLICY AND PROCEDURE MANUAL Page 19 of 1432
Investments under the Secondary Subordinated Bonds Resolutionfuture
bond resolutions and Surplus Cash shall mature no later than the dates on which such funds are needed.
C. Diversification The Aviation Authority’s investments shall be diversified by: 1. limiting investments in securities from a specific issuer or business
sector (excluding U.S. Treasury securities) to avoid over concentration, 2. limiting investment in securities that have higher credit risks, 3. investing in securities with varying maturities, and 4. continuously investing a portion of the portfolio in readily available
funds such as money market funds, LGIP’s, demand deposit accounts, or overnight repurchase agreements to ensure that appropriate liquidity is maintained in order to meet ongoing obligations.
D. Authorized Investment Institutions and Dealers The Authorized Investment Officer shall only purchasetrade securities fromwith financial institutions which are qualified as public depositories by the Chief Financial Officer of the State of Florida, from primary securities dealers as designated by the Federal Reserve Bank of New York, regional broker/dealers approved by the Investment Advisor or Chief Financial Officer of the Authority, or entities and their affiliates that are currently serving as a Trustee for the Aviation Authority.
E. Bid Policy
Staff shall determine the approximate maturity date of investments based upon cash flow needs and market conditions, analyze and select one or more optional types of investment, and competitively bid when feasible and appropriate.
F. Wire Transfers The Authorized Investment Officer shall designate those employees
authorized to transact wire transfers and the Trustee, Special Trustee and Depositaries shall be so notified in writing.
G. Arbitrage Yield Restrictions The investment of funds will comply with the applicable arbitrage and other
limitations under Section 103(b)(2), 148 and 149 of the Internal Revenue
Organizational Policy: Section 470.01 Investment Policy Finance
GREATER ORLANDO AVIATION AUTHORITY March 3, 2014April 19, 2017 POLICY AND PROCEDURE MANUAL Page 20 of 1432
Code of 1986, as amended. A Certificate Relating to Tax, Arbitrage and Other Matters and Investment Letter is prepared by bond counsel for each bond issue and indicates the arbitrage yield restrictions. Form 8038-T is filed with the rebate payment, if any.
H. Master Repurchase Agreement All approved institution and dealers transacting repurchase agreements must execute and perform as stated in the Master Repurchase agreement.
Investments subject to yield calculations shall be structured and reviewed
periodically so that earnings thereon are limited to the arbitrage yield restrictions.
IX. Reporting
The Authorized Investment Officer shall submit a semi-annual report as of
March 31 and September 30 to the Finance Committee summarizing the investment portfolio by fund type, investment type, cost, interest rate, maturity date, amount of deposit, current market value and accrued interest due. The report shall include:
a) Listing of individual securities held at the end of the reporting period. b) Realized and unrealized gains or losses resulting from appreciation or
depreciation by listing the cost and market value of securities. b) Total Principal (cost basis) and Market Value of the portfolio.
c) Average weighted yield to maturity of portfolio as compared to applicable benchmarks. d) Percentage of the total portfolio which each type of investment represents.
e) Investment yield computed and disclosed by fund type.
The report will be submitted to the Aviation Authority’s Board after review by the Finance Committee.
X. Internal Controls
The Aviation Authority’s Chief Financial Officer shall establish and monitor a set of written controls designed to protect the Aviation Authority’s funds and ensure proper accounting and reporting of the securities transactions. The Aviation Authority’s independent auditors will review the internal controls as part of their financial audit of the Aviation Authority.
Organizational Policy: Section 470.01 Investment Policy Finance
GREATER ORLANDO AVIATION AUTHORITY March 3, 2014April 19, 2017 POLICY AND PROCEDURE MANUAL Page 21 of 1432
XI. Continuing Education
The Authorized Investment Officer of the Aviation Authority or the Aviation Authority’s Chief Financial Officer must complete 8 hours of continuing education annually in subjects or courses of study related to investment practices or products.
APPROVAL AND UPDATE HISTORY
Last Approval Aviation Authority Board: February 19, 2014
Executive Director: January 22, 2014 Supersedes
All Previous
Organizational Policy: Section 470.01 Investment Policy Finance
GREATER ORLANDO AVIATION AUTHORITY March 3, 2014April 19, 2017 POLICY AND PROCEDURE MANUAL Page 22 of 1432
Attachment A Glossary of Cash and Investment Management Terms
The following is a glossary of key investing terms, many of which appear in the Authority’s investment policy. This glossary clarifies the meaning of investment terms generally used in cash and investment management. This glossary has been adapted from the GFOA Sample Investment Policy and the Association of Public Treasurers of the United States and Canada’s Model Investment Policy. Investment types that appear in this glossary may or may not be Authorized Investments. Authorized Investments are defined herein under Section V: Authorized Investments and within the various Bond Resolutions
Accrued Interest. Interest earned but which has not yet been paid or received.
Agency. See "Federal Agency Securities."
Ask Price. Price at which a broker/dealer offers to sell a security to an investor. Also known as “offered price.”
Asset Backed Securities (ABS). A fixed-income security backed by notes or receivables against assets other than real estate. Generally issued by special purpose companies that “own” the assets and issue the ABS. Examples include securities backed by auto loans, credit card receivables, home equity loans, manufactured housing loans, farm equipment loans, and aircraft leases.
Asset/Liability Portfolio. Entails managing assets and cash inflows to satisfy various future obligations. As portfolios are sensitive to interest rates, strategies such as this may be employed to protect them from rate fluctuations. The primary objective is to match security maturities with future obligations (e.g. debt service or project funds). Success in the process of maximizing assets to meet complex liabilities may increase profitability.
Average Life. This date reflects the point at which an investor will have received back half of the original principal (face) amount. The average life may be different from the stated legal maturity included in a security’s description.
Bankers' Acceptance (BA's). A draft or bill of exchange drawn upon and accepted by a bank. Frequently used to finance shipping of international goods. Used as a short-term credit instrument, bankers' acceptances are traded at a discount from face value as a money market instrument in the secondary market on the basis of the credit quality of the guaranteeing bank.
Basis Point. One hundredth of one percent, or 0.01%. Thus 1% equals 100 basis points.
Bearer Security. A security whose ownership is determined by the holder of the physical security. Typically, there is no registration on the issuer’s books. Title to bearer securities is transferred by delivery of the physical security or certificate. Also known as “physical securities.”
Benchmark Bills: In November 1999, FNMA introduced its Benchmark Bills program, a short-term debt securities issuance program to supplement its existing discount note program. The program includes a schedule of larger, weekly issues in three- and six-month maturities and biweekly issues in one-year for Benchmark Bills. Each issue is brought to market via a Dutch (single price) auction. FNMA conducts a weekly auction for each Benchmark Bill maturity and accepts both competitive and non-competitive bids through a web based auction system. This
Organizational Policy: Section 470.01 Investment Policy Finance
GREATER ORLANDO AVIATION AUTHORITY March 3, 2014April 19, 2017 POLICY AND PROCEDURE MANUAL Page 23 of 1432
program is in addition to the variety of other discount note maturities, with rates posted on a daily basis, which FNMA offers. FNMA's Benchmark Bills are unsecured general obligations that are issued in book-entry form through the Federal Reserve Banks. There are no periodic payments of interest on Benchmark Bills, which are sold at a discount from the principal amount and payable at par at maturity. Issues under the Benchmark program constitute the same credit standing as other FNMA discount notes; they simply add organization and liquidity to the short-term Agency discount note market.
Benchmark Notes/Bonds: Benchmark Notes and Bonds are a series of FNMA “bullet” maturities (non-callable) issued according to a pre-announced calendar. Under its Benchmark Notes/Bonds program, 2, 3, 5, 10, and 30-year maturities are issued each quarter. Each Benchmark Notes new issue has a minimum size of $4 billion, 30-year new issues having a minimum size of $1 billion, with re-openings based on investor demand to further enhance liquidity. The amount of non-callable issuance has allowed FNMA to build a yield curve in Benchmark Notes and Bonds in maturities ranging from 2 to 30 years. The liquidity emanating from these large size issues has facilitated favorable financing opportunities through the development of a liquid overnight and term repo market. Issues under the Benchmark program constitute the same credit standing as other FNMA issues; they simply add organization and liquidity to the intermediate- and long-term Agency market.
Benchmark. A market index used as a comparative basis for measuring the performance of an investment portfolio. A performance benchmark should represent a close correlation to investment guidelines, risk tolerance, and duration of the actual portfolio's investments.
Bid Price. Price at which a broker/dealer offers to purchase a security from an investor.
Bond. Financial obligation for which the issuer promises to pay the bondholder (the purchaser or owner of the bond) a specified stream of future cash-flows, including periodic interest payments and a principal repayment.
Book Entry Securities. Securities that are recorded in a customer’s account electronically through one of the financial markets electronic delivery and custody systems, such as the Fed Securities wire, DTC, and PTC
(as opposed to bearer or physical securities). The trend is toward a certificate-free society in order to cut down on paperwork and to diminish investors’ concerns about the certificates themselves. The vast majority of securities are now book entry securities.
Book Value. The value at which a debt security is reflected on the holder's records at any point in time. Book value is also called “amortized cost” as it represents the original cost of an investment adjusted for amortization of premium or accretion of discount. Also called “carrying value.” Book value can vary over time as an investment approaches maturity and differs from “market value” in that it is not affected by changes in market interest rates.
Broker/Dealer. A person or firm transacting securities business with customers. A “broker” acts as an agent between buyers and sellers, and receives a commission for these services. A “dealer” buys and sells financial assets from its own portfolio. A dealer takes risk by owning inventory of securities, whereas a broker merely matches up buyers and sellers. See also "Primary Dealer."
Bullet Notes/Bonds. Notes or bonds that have a single maturity date and are non-callable.
Organizational Policy: Section 470.01 Investment Policy Finance
GREATER ORLANDO AVIATION AUTHORITY March 3, 2014April 19, 2017 POLICY AND PROCEDURE MANUAL Page 24 of 1432
Call Date. Date at which a call option may be or is exercised.
Call Option. The right, but not the obligation, of an issuer of a security to redeem a security at a specified value and at a specified date or dates prior to its stated maturity date. Most fixed-income calls are a par, but can be at any previously established price. Securities issued with a call provision typically carry a higher yield than similar securities issued without a call feature. There are three primary types of call options (1) European - one-time calls, (2) Bermudan - periodically on a predetermined schedule (quarterly, semi-annual, annual), and (3) American - continuously callable at any time on or after the call date. There is usually a notice period of at least 5 business days prior to a call date.
Callable Bonds/Notes. Securities which contain an imbedded call option giving the issuer the right to redeem the securities prior to maturity at a predetermined price and time.
Certificate of Deposit (CD). Bank obligation issued by a financial institution generally offering a fixed rate of return (coupon) for a specified period of time (maturity). Can be as long as 10 years to maturity, but most CDs purchased by public agencies are one year and under.
Collateral. Investment securities or other property that a borrower pledges to secure repayment of a loan, secure deposits of public monies, or provide security for a repurchase agreement.
Collateralization. Process by which a borrower pledges securities, property, or other deposits for securing the repayment of a loan and/or security.
Collateralized Mortgage Obligation (CMO). A security that pools together mortgages and separates them into short, medium, and long-term positions (called tranches). Tranches are set up to pay different rates of interest depending upon their maturity. Interest payments are usually paid monthly. In “plain vanilla” CMOs, principal is not paid on a tranche until all shorter tranches have been paid off. This system provides interest and principal in a more predictable manner. A single pool of mortgages can be carved up into numerous tranches each with its own payment and risk characteristics.
Commercial Paper. Short term unsecured promissory note issued by a company or financial institution. Issued at a discount and matures for par or face value. Usually a maximum maturity of 270 days and given a short-term debt rating by one or more NRSROs.
Competitive Bid. Receipt of bids/offers from approved broker/dealers on securities in question where a minimum of three potential bidders exist.
Convexity. A measure of a bond's price sensitivity to changing interest rates. A high convexity indicates greater sensitivity of a bond's price to interest rate changes.
Corporate Note. A debt instrument issued by a corporation with a maturity of greater than one year and less than ten years.
Counterparty. The other party in a two party financial transaction. "Counterparty risk" refers to the risk that the other party to a transaction will fail in its related obligations. For example, the bank or broker/dealer in a repurchase agreement.
Coupon Rate. Annual rate of interest on a debt security, expressed as a percentage of the bond’s face value.
Organizational Policy: Section 470.01 Investment Policy Finance
GREATER ORLANDO AVIATION AUTHORITY March 3, 2014April 19, 2017 POLICY AND PROCEDURE MANUAL Page 25 of 1432
Current Yield. Annual rate of return on a bond based on its price. Calculated as (coupon rate / price), but does not accurately reflect a bond’s true yield level.
Custody. Safekeeping services offered by a bank, financial institution, or trust company, referred to as the “custodian.” Service normally includes the holding and reporting of the customer's securities, the collection and disbursement of income, securities settlement, and market values.
Dealer. A dealer, as opposed to a broker, acts as a principal in all transactions, buying and selling for his/her own account.
Delivery Versus Payment (DVP). Settlement procedure in which securities are delivered versus payment of cash, but only after cash has been received. Most security transactions, including those through the Fed Securities Wire system and DTC, are done DVP as a protection for both the buyer and seller of securities.
Depository Trust Company (DTC). A firm through which members can use a computer to arrange for securities to be delivered to other members without physical delivery of certificates. A member of the Federal Reserve System and owned mostly by the New York Stock Exchange, the Depository Trust Company uses computerized debit and credit entries. Most corporate securities, commercial paper, CDs, and BAs clear through DTC.
Derivatives. (1) Financial instruments whose return profile is linked to, or derived from, the movement of one or more underlying index or security, and may include a leveraging factor, or (2) financial contracts based upon notional amounts whose value is derived from an underlying index or security (interest rates, foreign exchange rates, equities, or commodities). For hedging purposes, common derivatives are options, futures, interest rate swaps, and swaptions. All Collateralized Mortgage Obligations (CMOs) are derivatives.
Derivative Security. Financial instrument created from, or whose value depends upon, one or more underlying assets or indexes of asset values.
Designated Bond. FFCB’s regularly issued, liquid, non-callable securities that generally have a 2 or 3 year original maturity. New issues of Designated Bonds are $1 billion or larger. Re-openings of existing Designated Bond issues are generally a minimum of $100 million. Designated Bonds are offered through a syndicate of two to six dealers. Twice each month the Funding Corporation announces its intention to issue a new Designated Bond, reopen an existing issue, or to not issue or reopen a Designated Bond. Issues under the Designated Bond program constitute the same credit standing as other FFCB issues; they simply add organization and liquidity to the intermediate- and long-term Agency market.
Discount Notes. Unsecured general obligations issued by Federal Agencies at a discount. Discount notes mature at par and can range in maturity from overnight to one year. Very large primary (new issue) and secondary markets exist.
Discount Rate. Rate charged by the system of Federal Reserve Banks on overnight loans to member banks. Changes to this rate are administered by the Federal Reserve and closely mirror changes to the “fed funds rate.”
Organizational Policy: Section 470.01 Investment Policy Finance
GREATER ORLANDO AVIATION AUTHORITY March 3, 2014April 19, 2017 POLICY AND PROCEDURE MANUAL Page 26 of 1432
Discount Securities. Non-interest bearing money market instruments that are issued at discount and redeemed at maturity for full face value. Examples include: U.S. Treasury Bills, Federal Agency Discount Notes, Bankers' Acceptances, and Commercial Paper.
Discount. The amount by which a bond or other financial instrument sells below its face value. See also "Premium."
Diversification. Dividing investment funds among a variety of security types, maturities, industries, and issuers offering potentially independent returns.
Dollar Price. A bond’s cost expressed as a percentage of its face value. For example, a bond quoted at a dollar price of 95 ½, would have a principal cost of $955 per $1,000 of face value.
Duff & Phelps. One of several NRSROs that provide credit ratings on corporate and bank debt issues.
Duration. The weighted average maturity of a security’s or portfolio’s cash-flows, where the present values of the cash-flows serve as the weights. The greater the duration of a security/portfolio, the greater its percentage price volatility with respect to changes in interest rates. Used as a measure of risk and a key tool for managing a portfolio versus a benchmark and for hedging risk. There are also different kinds of duration used for different purposes (e.g. Macaulay Duration, Modified Duration).
Fannie Mae. See "Federal National Mortgage Association."
Fed Money Wire. A computerized communications system that connects the Federal Reserve System with its member banks, certain U. S. Treasury offices, and the Washington D.C. office of the Commodity Credit Corporation. The Fed Money Wire is the book entry system used to transfer cash balances between banks for themselves and for customer accounts.
Fed Securities Wire. A computerized communications system that facilitates book entry transfer of securities between banks, brokers and customer accounts, used primarily for settlement of U.S. Treasury and Federal Agency securities.
Fed. See "Federal Reserve System."
Federal Agency Security. A debt instrument issued by one of the Federal Agencies. Federal Agencies are considered second in credit quality and liquidity only to U.S. Treasuries.
Federal Agency. Government sponsored/owned entity created by the U.S. Congress, generally for the purpose of acting as a financial intermediary by borrowing in the marketplace and directing proceeds to specific areas of the economy considered to otherwise have restricted access to credit markets. The largest Federal Agencies are GNMA, FNMA, FHLMC, FHLB, FFCB, SLMA, and TVA.
Federal Deposit Insurance Corporation (FDIC). Federal agency that insures deposits at commercial banks, currently to a limit of $250,000 per depositor per bank.
Federal Farm Credit Bank (FFCB). One of the large Federal Agencies. A government sponsored enterprise (GSE) system that is a network of cooperatively-owned lending institutions that provides credit services to farmers, agricultural cooperatives and rural utilities. The FFCBs act
Organizational Policy: Section 470.01 Investment Policy Finance
GREATER ORLANDO AVIATION AUTHORITY March 3, 2014April 19, 2017 POLICY AND PROCEDURE MANUAL Page 27 of 1432
as financial intermediaries that borrow money in the capital markets and use the proceeds to make loans and provide other assistance to farmers and farm-affiliated businesses. Consists of the consolidated operations of the Banks for Cooperatives, Federal Intermediate Credit Banks, and Federal Land Banks. Frequent issuer of discount notes, agency notes and callable agency securities. FFCB debt is not an obligation of, nor is it guaranteed by the U.S. government, although it is considered to have minimal credit risk due to its importance to the U.S. financial system and agricultural industry. Also issues notes under its “designated note” program.
Federal Funds (Fed Funds). Funds placed in Federal Reserve Banks by depository institutions in excess of current reserve requirements, and frequently loaned or borrowed on an overnight basis between depository institutions.
Federal Funds Rate (Fed Funds Rate). The interest rate charged by a depository institution lending Federal Funds to another depository institution. The Federal Reserve influences this rate by establishing a "target" Fed Funds rate associated with the Fed's management of monetary policy.
Federal Home Loan Bank System (FHLB). One of the large Federal Agencies. A government sponsored enterprise (GSE) system, consisting of wholesale banks (currently twelve district banks) owned by their member banks, which provides correspondent banking services and credit to various financial institutions, financed by the issuance of securities. The principal purpose of the FHLB is to add liquidity to the mortgage markets. Although FHLB does not directly fund mortgages, it provides a stable supply of credit to thrift institutions that make new mortgage loans. FHLB debt is not an obligation of, nor is it guaranteed by the U.S. government, although it is considered to have minimal credit risk due to its importance to the U.S. financial system and housing market. Frequent issuer of discount notes, agency notes and callable agency securities. Also issues notes under its “global note” and “TAP” programs.
Federal Home Loan Mortgage Corporation (FHLMC or "Freddie Mac"). One of the large Federal Agencies. A government sponsored public corporation (GSE) that provides stability and assistance to the secondary market for home mortgages by purchasing first mortgages and participation interests financed by the sale of debt and guaranteed mortgage backed securities. FHLMC debt is not an obligation of, nor is it guaranteed by the U.S. government, although it is considered to have minimal credit risk due to its importance to the U.S. financial system and housing market. Frequent issuer of discount notes, agency notes, callable agency securities, and MBS. Also issues notes under its “reference note” program.
Federal National Mortgage Association (FNMA or "Fannie Mae"). One of the large Federal Agencies. A government sponsored public corporation (GSE) that provides liquidity to the residential mortgage market by purchasing mortgage loans from lenders, financed by the issuance of debt securities and MBS (pools of mortgages packaged together as a security). FNMA debt is not an obligation of, nor is it guaranteed by the U.S. government, although it is considered to have minimal credit risk due to its importance to the U.S. financial system and housing market. Frequent issuer of discount notes, agency notes, callable agency securities and MBS. Also issues notes under its “benchmark note” program.
Federal Reserve Bank. One of the 12 distinct banks of the Federal Reserve System.
Federal Reserve System (the Fed). The independent central bank system of the United States that establishes and conducts the nation's monetary policy. This is accomplished in three major ways: (1) raising or lowering bank reserve requirements, (2) raising or lowering the target Fed Funds Rate
Organizational Policy: Section 470.01 Investment Policy Finance
GREATER ORLANDO AVIATION AUTHORITY March 3, 2014April 19, 2017 POLICY AND PROCEDURE MANUAL Page 28 of 1432
and Discount Rate, and (3) in open market operations by buying and selling government securities. The Federal Reserve System is made up of twelve Federal Reserve District Banks, their branches, and many national and state banks throughout the nation. It is headed by the seven member Board of Governors known as the “Federal Reserve Board” and headed by its Chairman.
Financial Industry Regulatory Authority, Inc. (FINRA). A private corporation that acts as a self-regulatory organization (SRO). FINRA is the successor to the National Association of Securities Dealers, Inc. (NASD). Though sometimes mistaken for a government agency, it is a non-governmental organization that performs financial regulation of member brokerage firms and exchange markets. The government also has a regulatory arm for investments, the Securities and Exchange Commission (SEC).
Fiscal Agent/Paying Agent. A bank or trust company that acts, under a trust agreement with a corporation or municipality, in the capacity of general treasurer. The agent performs such duties as making coupon payments, paying rents, redeeming bonds, and handling taxes relating to the issuance of bonds.
Fitch Investors Service, Inc. One of several NRSROs that provide credit ratings on corporate and municipal debt issues.
Floating Rate Security (FRN or “floater”). A bond with an interest rate that is adjusted according to changes in an interest rate or index. Differs from variable-rate debt in that the changes to the rate take place immediately when the index changes, rather than on a predetermined schedule. See also “Variable Rate Security.”
Freddie Mac. See "Federal Home Loan Mortgage Corporation."
Ginnie Mae. See "Government National Mortgage Association."
Global Notes: Notes designed to qualify for immediate trading in both the domestic U.S. capital market and in foreign markets around the globe. Usually large issues that are sold to investors worldwide and therefore have excellent liquidity. Despite their global sales, global notes sold in the U.S. are typically denominated in U.S. dollars.
Government National Mortgage Association (GNMA or "Ginnie Mae"). One of the large Federal Agencies. Government-owned Federal Agency that acquires, packages, and resells mortgages and mortgage purchase commitments in the form of mortgage-backed securities. Largest issuer of mortgage pass-through securities. GNMA debt is guaranteed by the full faith and credit of the U.S. government (one of the few agencies that are actually full faith and credit of the U.S. government).
Government Securities. An obligation of the U.S. government, backed by the full faith and credit of the government. These securities are regarded as the highest quality of investment securities available in the U.S. securities market. See "Treasury Bills, Notes, Bonds, and SLGS."
Government Sponsored Enterprise (GSE). Privately owned entity subject to federal regulation and supervision, created by the U.S. Congress to reduce the cost of capital for certain borrowing sectors of the economy such as students, farmers, and homeowners. GSEs carry the implicit backing of the U.S. government, but they are not direct obligations of the U.S. government. For this reason,
Organizational Policy: Section 470.01 Investment Policy Finance
GREATER ORLANDO AVIATION AUTHORITY March 3, 2014April 19, 2017 POLICY AND PROCEDURE MANUAL Page 29 of 1432
these securities will offer a yield premium over U.S. Treasuries. Examples of GSEs include: FHLB, FHLMC, FNMA, and SLMA.
Government Sponsored Enterprise Security. A security issued by a Government Sponsored Enterprise. Considered Federal Agency Securities.
Index. A compilation of statistical data that tracks changes in the economy or in financial markets.
Interest-Only (IO) STRIP. A security based solely on the interest payments from the bond. After the principal has been repaid, interest payments stop and the value of the security falls to nothing. Therefore, IOs are considered risky investments. Usually associated with mortgage-backed securities.
Internal Controls. An internal control structure ensures that the assets of the entity are protected from loss, theft, or misuse. The internal control structure is designed to provide reasonable assurance that these objectives are met. The concept of reasonable assurance recognizes that 1) the cost a control should not exceed the benefits likely to be derived and 2) the valuation of costs and benefits requires estimates and judgements by management. Inverse Floater. A floating rate security structured in such a way that it reacts inversely to the direction of interest rates. Considered risky as their value moves in the opposite direction of normal fixed-income investments and whose interest rate can fall to zero.
Investment Advisor. A company that provides professional advice managing portfolios, investment recommendations, and/or research in exchange for a management fee.
Investment Adviser Act of 1940. Federal legislation that sets the standards by which investment companies, such as mutual funds, are regulated in the areas of advertising, promotion, performance reporting requirements, and securities valuations.
Investment Grade. Bonds considered suitable for preservation of invested capital, including bonds rated a minimum of Baa3 by Moody’s, BBB- by Standard & Poor’s, or BBB- by Fitch. Although “BBB” rated bonds are considered investment grade, most public agencies cannot invest in securities rated below “A.”
Liquidity. Relative ease of converting an asset into cash without significant loss of value. Also, a relative measure of cash and near-cash items in a portfolio of assets. Additionally, it is a term describing the marketability of a money market security correlating to the narrowness of the spread between the bid and ask prices.
Local Government Investment Pool (LGIP). An investment by local governments in which their money is pooled as a method for managing local funds.
Long-Term Core Investment Program. Funds that are not needed within a one-year period.
Market Value. The fair market value of a security or commodity. The price at which a willing buyer and seller would pay for a security.
Mark-to-market. Adjusting the value of an asset to its market value, reflecting in the process unrealized gains or losses.
Organizational Policy: Section 470.01 Investment Policy Finance
GREATER ORLANDO AVIATION AUTHORITY March 3, 2014April 19, 2017 POLICY AND PROCEDURE MANUAL Page 30 of 1432
Master Repurchase Agreement. A widely accepted standard agreement form published by the Securities Industry and Financial Markets Association (SIFMA) that is used to govern and document Repurchase Agreements and protect the interest of parties in a repo transaction.
Maturity Date. Date on which principal payment of a financial obligation is to be paid.
Medium Term Notes (MTN's). Used frequently to refer to corporate notes of medium maturity (5-years and under). Technically, any debt security issued by a corporate or depository institution with a maturity from 1 to 10 years and issued under an MTN shelf registration. Usually issued in smaller issues with varying coupons and maturities, and underwritten by a variety of broker/dealers (as opposed to large corporate deals issued and underwritten all at once in large size and with a fixed coupon and maturity).
Money Market. The market in which short-term debt instruments (bills, commercial paper, bankers’ acceptance, etc.) are issued and traded.
Money Market Mutual Fund (MMF). A type of mutual fund that invests solely in money market instruments, such as: U.S. Treasury bills, commercial paper, bankers' acceptances, and repurchase agreements. Money market mutual funds are registered with the SEC under the Investment Company Act of 1940 and are subject to “rule 2a-7” which significantly limits average maturity and credit quality of holdings. MMF’s are managed to maintain a stable net asset value (NAV) of $1.00. Many MMFs carry ratings by a NRSRO.
Moody's Investors Service. One of several NRSROs that provide credit ratings on corporate and municipal debt issues.
Mortgage Backed Securities (MBS). Mortgage-backed securities represent an ownership interest in a pool of mortgage loans made by financial institutions, such as savings and loans, commercial banks, or mortgage companies, to finance the borrower's purchase of a home or other real estate. The majority of MBS are issued and/or guaranteed by GNMA, FNMA, and FHLMC. There are a variety of MBS structures with varying levels of risk and complexity. All MBS have reinvestment risk as actual principal and interest payments are dependent on the payment of the underlying mortgages which can be prepaid by mortgage holders to refinance and lower rates or simply because the underlying property was sold.
Mortgage Pass-Through Securities. A pool of residential mortgage loans with the monthly interest and principal distributed to investors on a pro-rata basis. The largest issuer is GNMA.
Municipal Note/Bond. A debt instrument issued by a state or local government unit or public agency. The vast majority of municipals are exempt from state and federal income tax, although some non-qualified issues are taxable.
Mutual Fund. Portfolio of securities professionally managed by a registered investment company that issues shares to investors. Many different types of mutual funds exist (e.g., bond, equity, and money market funds); all except money market funds operate on a variable net asset value (NAV).
Negotiable Certificate of Deposit (Negotiable CD). Large denomination CDs ($100,000 and larger) that are issued in bearer form and can be traded in the secondary market.
Organizational Policy: Section 470.01 Investment Policy Finance
GREATER ORLANDO AVIATION AUTHORITY March 3, 2014April 19, 2017 POLICY AND PROCEDURE MANUAL Page 31 of 1432
Net Asset Value. The market value of one share of an investment company, such as a mutual fund. This figure is calculated by totaling a fund's assets including securities, cash, and any accrued earnings, then subtracting the total assets from the fund's liabilities, and dividing this total by the number of shares outstanding. This is calculated once a day based on the closing price for each security in the fund's portfolio. (See below.)
[(Total assets) - (Liabilities)]/(Number of shares outstanding)
NRSRO. A “Nationally Recognized Statistical Rating Organization” (NRSRO) is a designated rating organization that the SEC has deemed a strong national presence in the U.S. NRSROs provide credit ratings on corporate and bank debt issues. Only ratings of a NRSRO may be used for the regulatory purposes of rating. Includes Moody’s, S&P, Fitch, and Duff & Phelps.
Offered Price. See also "Ask Price."
Open Market Operations. A Federal Reserve monetary policy tactic entailing the purchase or sale of government securities in the open market by the Federal Reserve System from and to primary dealers in order to influence the money supply, credit conditions, and interest rates.
Par Value. The face value, stated value, or maturity value of a security.
Physical Delivery. Delivery of readily available underlying assets at contract maturity.
Portfolio. Collection of securities and investments held by an investor.
Premium. The amount by which a bond or other financial instrument sells above its face value. See also "Discount."
Primary Dealer. A designation given to certain government securities dealer by the Federal Reserve Bank of New York. Primary dealers can buy and sell government securities directly with the Fed. Primary dealers also submit daily reports of market activity and security positions held to the Fed and are subject to its informal oversight. Primary dealers are the largest buyers and sellers by volume in the U.S. Treasury securities market.
Prime Paper. Commercial paper of high quality. Highest rated paper is A-1+/A-1 by S&P and P-1 by Moody’s.
Principal. Face value of a financial instrument on which interest accrues. May be less than par value if some principal has been repaid or retired. For a transaction, principal is par value times price and includes any premium or discount.
Prudent Expert Rule. Standard that requires that a fiduciary manage a portfolio with the care, skill, prudence, and diligence, under the circumstances then prevailing, that a prudent person acting in a like capacity and familiar with such matters would use in the conduct of an enterprise of a like character and with like aims. This statement differs from the “prudent person” rule in that familiarity with such matters suggests a higher standard than simple prudence.
Prudent Investor Standard. Standard that requires that when investing, reinvesting, purchasing, acquiring, exchanging, selling, or managing public funds, a trustee shall act with care, skill, prudence, and diligence under the circumstances then prevailing, including, but not limited to, the
Organizational Policy: Section 470.01 Investment Policy Finance
GREATER ORLANDO AVIATION AUTHORITY March 3, 2014April 19, 2017 POLICY AND PROCEDURE MANUAL Page 32 of 1432
general economic conditions and the anticipated needs of the agency, that a prudent person acting in a like capacity and familiarity with those matters would use in the conduct of funds of a like character and with like aims, to safeguard the principal and maintain the liquidity needs of the agency. More stringent than the “prudent person” standard as it implies a level of knowledge commensurate with the responsibility at hand.
Qualified Public Depository - Per Subsection 280.02(26), F.S., “qualified public depository” means any bank, savings bank, or savings association that:
1. Is organized and exists under the laws of the United States, the laws of this state or any other state or territory of the United States.
2. Has its principal place of business in this state or has a branch office in this state which is
authorized under the laws of this state or of the United States to receive deposits in this state.
3. Has deposit insurance under the provision of the Federal Deposit Insurance Act, as
amended, 12 U.S.C. ss.1811 et seq.
4. Has procedures and practices for accurate identification, classification, reporting, and collateralization of public deposits.
5. Meets all requirements of Chapter 280, F.S.
6. Has been designated by the Chief Financial Officer as a qualified public depository.
Range Note. A type of structured note that accrues interest daily at a set coupon rate that is tied to an index. Most range notes have two coupon levels; a higher accrual rate for the period the index is within a designated range, the lower accrual rate for the period that the index falls outside the designated range. This lower rate may be zero and may result in zero earnings.
Rate of Return. Amount of income received from an investment, expressed as a percentage of the amount invested.
Realized Gains (Losses). The difference between the sale price of an investment and its book value. Gains/losses are “realized” when the security is actually sold, as compared to “unrealized” gains/losses which are based on current market value. See “Unrealized Gains (Losses).”
Reference Bills: FHLMC’s short-term debt program created to supplement its existing discount note program by offering issues from one month through one year, auctioned on a weekly or on an alternating four-week basis (depending upon maturity) offered in sizeable volumes ($1 billion and up) on a cycle of regular, standardized issuance. Globally sponsored and distributed, Reference Bill issues are intended to encourage active trading and market-making and facilitate the development of a term repo market. The program was designed to offer predictable supply, pricing transparency, and liquidity, thereby providing alternatives to U.S. Treasury bills. FHLMC’s Reference Bills are unsecured general corporate obligations. This program supplements the corporation’s existing discount note program. Issues under the Reference program constitute the same credit standing as other FHLMC discount notes; they simply add organization and liquidity to the short-term Agency discount note market.
Organizational Policy: Section 470.01 Investment Policy Finance
GREATER ORLANDO AVIATION AUTHORITY March 3, 2014April 19, 2017 POLICY AND PROCEDURE MANUAL Page 33 of 1432
Reference Notes: FHLMC’s intermediate-term debt program with issuances of 2, 3, 5, 10, and 30-year maturities. Initial issuances range from $2 - $6 billion with re-openings ranging $1 - $4 billion.
The notes are high-quality bullet structures securities that pay interest semiannually. Issues under the Reference program constitute the same credit standing as other FHLMC notes; they simply add organization and liquidity to the intermediate- and long-term Agency market.
Repurchase Agreement (Repo). A short-term investment vehicle where an investor agrees to buy securities from a counterparty and simultaneously agrees to resell the securities back to the counterparty at an agreed upon time and for an agreed upon price. The difference between the purchase price and the sale price represents interest earned on the agreement. In effect, it represents a collateralized loan to the investor, where the securities are the collateral. Can be DVP, where securities are delivered to the investor’s custodial bank, or “tri-party” where the securities are delivered to a third party intermediary. Any type of security can be used as “collateral,” but only some types provide the investor with special bankruptcy protection under the law. Repos should be undertaken only when an appropriate Securities Industry and Financial Markets Association (SIFMA) approved master repurchase agreement is in place.
Reverse Repurchase Agreement (Reverse Repo). A repo from the point of view of the original seller of securities. Used by dealers to finance their inventory of securities by essentially borrowing at short-term rates. Can also be used to leverage a portfolio and in this sense, can be considered risky if used improperly.
Safekeeping. Service offered for a fee, usually by financial institutions, for the holding of securities and other valuables. Safekeeping is a component of custody services.
Secondary Market. Markets for the purchase and sale of any previously issued financial instrument.
Securities Industry and Financial Markets Association (SIFMA). The bond market trade association representing the largest securities markets in the world. In addition to publishing a Master Repurchase Agreement, widely accepted as the industry standard document for Repurchase Agreements, the SIFMA also recommends bond market closures and early closes due to holidays.
Securities Lending. An arrangement between an investor and a custody bank that allows the custody bank to “loan” the investors investment holdings, reinvest the proceeds in permitted investments, and shares any profits with the investor. Should be governed by a securities lending agreement. Can increase the risk of a portfolio in that the investor takes on the default risk on the reinvestment at the discretion of the custodian.
Sinking Fund. A separate accumulation of cash or investments (including earnings on investments) in a fund in accordance with the terms of a trust agreement or indenture, funded by periodic deposits by the issuer (or other entity responsible for debt service), for the purpose of assuring timely availability of moneys for payment of debt service. Usually used in connection with term bonds.
Spread. The difference between the price of a security and similar maturity U.S. Treasury investments, expressed in percentage terms or basis points. A spread can also be the absolute
Organizational Policy: Section 470.01 Investment Policy Finance
GREATER ORLANDO AVIATION AUTHORITY March 3, 2014April 19, 2017 POLICY AND PROCEDURE MANUAL Page 34 of 1432
difference in yield between two securities. The securities can be in different markets or within the same securities market between different credits, sectors, or other relevant factors.
Standard & Poor's. One of several NRSROs that provide credit ratings on corporate and municipal debt issues.
STRIPS (Separate Trading of Registered Interest and Principal of Securities). Acronym applied to U.S. Treasury securities that have had their coupons and principal repayments separated into individual zero-coupon Treasury securities. The same technique and "strips" description can be applied to non-Treasury securities (e.g., FNMA strips).
Structured Notes. Notes that have imbedded into their structure options such as step-up coupons or derivative-based returns.
Supranational. Supranational organizations are international financial institutions that are generally established by agreements among nations, with member nations contributing capital and participating in management. These agreements provide for limited immunity from the laws of member countries. Bonds issued by these institutions are part of the broader class of Supranational, Sovereign, and Non-U.S. Agency (SSA) sector bonds. Supranational bonds finance economic and infrastructure development and support environmental protection, poverty reduction, and renewable energy around the globe. For example, the World Bank, International Finance Corporation (IFC), and African Development Bank (AfDB) have “green bond” programs specifically designed for energy resource conservation and management. Supranational bonds, which are issued by multi-national organizations that transcend national boundaries. Examples include the World Bank, African Development Bank, and European Investment Bank.
Swap. Trading one asset for another.
TAP Notes: Federal Agency notes issued under the FHLB TAP program. Launched in 6/99 as a refinement to the FHLB bullet bond auction process. In a break from the FHLB’s traditional practice of bringing numerous small issues to market with similar maturities, the TAP Issue Program uses the four most common maturities and reopens them up regularly through a competitive auction. These maturities (2, 3, 5, and 10 year) will remain open for the calendar quarter, after which they will be closed and a new series of TAP issues will be opened to replace them. This reduces the number of separate bullet bonds issued, but generates enhanced awareness and liquidity in the marketplace through increased issue size and secondary market volume.
Tennessee Valley Authority (TVA). One of the large Federal Agencies. A wholly owned corporation of the United States government that was established in 1933 to develop the resources of the Tennessee Valley region in order to strengthen the regional and national economy and the national defense. Power operations are separated from non-power operations. TVA securities represent obligations of TVA, payable solely from TVA's net power proceeds, and are neither obligations of nor guaranteed by the United States. TVA is currently authorized to issue debt up to $30 billion. Under this authorization, TVA may also obtain advances from the U.S. Treasury of up to $150 million. Frequent issuer of discount notes, agency notes, and callable agency securities.
Total Return. Investment performance measured over a period of time that includes coupon interest, interest on interest, and both realized and unrealized gains or losses. Total return includes, therefore, any market value appreciation/depreciation on investments held at period end.
Organizational Policy: Section 470.01 Investment Policy Finance
GREATER ORLANDO AVIATION AUTHORITY March 3, 2014April 19, 2017 POLICY AND PROCEDURE MANUAL Page 35 of 1432
Total Return Portfolio. Entails use of an active management style in which return is pursued by utilizing a total return strategy (which includes both realized and unrealized gains and losses in the portfolio). Periodic cash flow analyses are needed in order to ensure that the portfolios are positioned to provide sufficient liquidity.
Treasuries. Collective term used to describe debt instruments backed by the U.S. government and issued through the U.S. Department of the Treasury. Includes Treasury bills, Treasury notes, and Treasury bonds. Also a benchmark term used as a basis by which the yields of non-Treasury securities are compared (e.g., "trading at 50 basis points over Treasuries").
Treasury Bills (T-Bills). Short-term direct obligations of the United States government issued with an original term of one year or less. Treasury bills are sold at a discount from face value and do not pay interest before maturity. The difference between the purchase price of the bill and the maturity value is the interest earned on the bill. Currently, the U.S. Treasury issues 4-week, 13-week, and 26-week T-Bills.
Treasury Bonds. Long-term interest-bearing debt securities backed by the U.S. government and issued with maturities of ten years and longer by the U.S. Department of the Treasury.
Treasury Notes. Intermediate interest-bearing debt securities backed by the U.S. government and issued with maturities ranging from one to ten years by the U.S. Department of the Treasury. The Treasury currently issues 2-year, 3-year, 5-year, and 10-year Treasury Notes.
Trustee. A bank designated by an issuer of securities as the custodian of funds and official representative of bondholders. Trustees are appointed to insure compliance with the bond documents and to represent bondholders in enforcing their contract with the issuer.
Uniform Net Capital Rule. SEC Rule 15c3-1 that outlines the minimum net capital ratio (ratio of indebtedness to net liquid capital) of member firms and non-member broker/dealers.
Unrealized Gains (Losses). The difference between the market value of an investment and its book value. Gains/losses are “realized” when the security is actually sold, as compared to “unrealized” gains/losses which are based on current market value. See also “Realized Gains (Losses).”
Variable-Rate Security. A bond that bears interest at a rate that varies over time based on a specified schedule of adjustment (e.g., daily, weekly, monthly, semi-annually, or annually). See also “Floating Rate Note.”
Weighted Average Maturity (or just “Average Maturity”). The average maturity of all securities and investments of a portfolio, determined by multiplying the par or principal value of each security or investment by its maturity (days or years), summing the products, and dividing the sum by the total principal value of the portfolio. A simple measure of risk of a fixed-income portfolio.
Weighted Average Maturity to Call. The average maturity of all securities and investments of a portfolio, adjusted to substitute the first call date per security for maturity date for those securities with call provisions.
Organizational Policy: Section 470.01 Investment Policy Finance
GREATER ORLANDO AVIATION AUTHORITY March 3, 2014April 19, 2017 POLICY AND PROCEDURE MANUAL Page 36 of 1432
Yield Curve. A graphic depiction of yields on like securities in relation to remaining maturities spread over a time line. The traditional yield curve depicts yields on U.S. Treasuries, although yield curves exist for Federal Agencies and various credit quality corporates as well. Yield curves can be positively sloped (normal) where longer-term investments have higher yields, or “inverted” (uncommon) where longer-term investments have lower yields than shorter ones.
Yield to Call (YTC). Same as “Yield to Maturity,” except the return is measured to the first call date rather than the maturity date. Yield to call can be significantly higher or lower than a security’s yield to maturity.
Yield to Maturity (YTM). Calculated return on an investment, assuming all cash-flows from the security are reinvested at the same original yield. Can be higher or lower than the coupon rate depending on market rates and whether the security was purchased at a premium or discount. There are different conventions for calculating YTM for various types of securities.
Yield. There are numerous methods of yield determination. In this glossary, see also "Current Yield,” "Yield Curve," "Yield to Call," and "Yield to Maturity."
Organizational Policy: Section 470.01 Investment Policy Finance
GREATER ORLANDO AVIATION AUTHORITY March 3, 2014April 19, 2017 POLICY AND PROCEDURE MANUAL Page 37 of 1432
Attachment B
Form of Investment Pool/Deposit/Fund Due Diligence Questionnaire
Reviewed Support Attached N/A
1. A description of eligible investment securities, and a written statement of investment policy and objectives.
2. A description of interest calculations and how it is distributed, and
how gains and losses are treated.
3. Does the pool have a stable net asset value or floating net asset value? 4. What are the liquidity gates and fees? 5. A description of how the securities are safeguarded (including the
settlement processes), and how often the securities are priced and the program audited.
6. A description of who may invest in the program, how often, what size
deposit and withdrawal are allowed. 7. A schedule for receiving statements and portfolio listings. 8. Are reserves, retained earnings, etc. utilized by the pool/fund? 9. A fee schedule, and when and how is it assessed. 10. Is the pool/fund eligible for bond proceeds and/or will it accept such
proceeds?
11. Did the pool present at least 10 years of return history?
12. Is the Pool audited? If so, by who?
13. Has the pool not been able to honor or has it limited withdrawal requests within the last 5 years?
14. Any deficiencies making the pool unsuitable? If so, what are they?
Organizational Policy: Section 470.01 Investment Policy Finance
GREATER ORLANDO AVIATION AUTHORITY March 3, 2014April 19, 2017 POLICY AND PROCEDURE MANUAL Page 38 of 1432
Reviewed By: ______________________________________ Investment Advisory Firm Representative
Organizational Policy: Section 470.01 Investment Policy Finance
GREATER ORLANDO AVIATION AUTHORITY March 3, 2014April 19, 2017 POLICY AND PROCEDURE MANUAL Page 39 of 1432
Depository Bank Due Diligence Questionnaire
Reviewed Support Attached N/A
1. Is the Bank/Institution a Qualified Public Depository (deposits are secured by the Florida Security for Public Deposits Act, Chapter 280, Florida Statutes).
2. The Authority has completed the Public Deposit Identification and
Acknowledgement Form
3. The Authority has filed the Public Depositor Annual Report by November 30, of the reporting year
Reviewed By: ______________________________________
Investment Advisory Firm
Organizational Policy: Section 470.01 Investment Policy Finance
GREATER ORLANDO AVIATION AUTHORITY March 3, 2014April 19, 2017 POLICY AND PROCEDURE MANUAL Page 40 of 1432
Attachment C
Permitted Investments/Benchmarks
Sector Sector
Maximum (%)
Per Issuer Maximum
(%)
Minimum Ratings Requirement1 Maximum Maturity2
U.S. Treasury
100%
100%
N/A See Section VIII. B. GNMA 40% Other U.S. Government
Guaranteed (e.g. AID, GTC) 10%
Federal Agency/GSE: FNMA, FHLMC, FHLB, FFCB*
75%
40%4
N/A See Section VIII. B. Federal Agency/GSE
other than those above 10%
Supranationals where U.S. is a shareholder and
voting member 10% $5 million
Highest ST or Highest LT Rating Categories
(A-1/P-1, AAA/Aaa, or equivalent by any two Rating
Agencies)
See Section VIII. B.
Corporates 30%3 $5 million3
Highest ST or Three Highest LT Rating Categories
(A-1/P-1, A-/A3 or equivalent by any two Rating Agencies)
See Section VIII. B.
Municipals 25% 5%
Highest ST or Three Highest LT Rating Categories
(SP-1/MIG 1, A-/A3, or equivalent by any two Rating
Agencies)
See Section VIII. B.
Agency Mortgage-Backed Securities (MBS) 25% 40%4 N/A See Section VIII. B.5
Asset-Backed Securities (ABS) 25% 5%
Highest ST or LT Rating (A-1+/P-1, AAA/Aaa, or
equivalent by any two Rating Agencies)
See Section VIII. B.5
Non-Negotiable Certificate of Deposits and Savings Accounts 50% None, if fully
collateralized None, if fully collateralized. 2 Years
Prime Commercial Paper (CP) 30%3 $5 million3 Highest ST Rating Category
(A-1/P-1, or equivalent by any two Rating Agencies)
270 Days
Repurchase Agreements (Repo or RP) 40% 20%
Counterparty (or if the counterparty is not rated by
an NRSRO, then the counterparty’s parent) must be rated in the Highest ST
Rating Category (A-1/P-1, or equivalent by any two Rating Agencies)
If the counterparty is a Federal Reserve Bank, no
rating is required
90 Days
Organizational Policy: Section 470.01 Investment Policy Finance
GREATER ORLANDO AVIATION AUTHORITY March 3, 2014April 19, 2017 POLICY AND PROCEDURE MANUAL Page 41 of 1432
Sector Sector
Maximum (%)
Per Issuer Maximum
(%)
Minimum Ratings Requirement1 Maximum Maturity2
Money Market Funds (MMFs) 100% 25%
Highest Fund Rating by all NRSROs who rate the fund
(AAAm/Aaa-mf, or equivalent by any two Rating
Agencies)
N/A
Local Government Investment Pools 50% 25%
Highest Fund Quality and Volatility Rating Categories
by all NRSROs,(AAAm/AAAf, S1,
or equivalent by any Two Rating Agencies)
N/A
Notes: 1 Rating by at least one SEC-registered Nationally Recognized Statistical Rating Organization (“NRSRO”), unless
otherwise noted. ST=Short-term; LT=Long-term. 2 There are bond resolutions that determine the maturity limits of the funds they govern. 3 Maximum allocation to all corporate and bank credit instruments is 30% combined. Per issuer maximum not to
exceed $5 million for corporates or commercial paper. 4 Maximum exposure to any one Federal agency, including the combined holdings of Agency debt and Agency
MBS, is 40%. 5 The maturity limit for MBS and ABS is based on the expected average life at time of purchase, measured using
Bloomberg or other industry standard methods. * Federal National Mortgage Association (FNMA); Federal Home Loan Mortgage Corporation
(FHLMC); Federal Home Loan Bank or its District banks (FHLB); Federal Farm Credit Bank (FFCB)
CONSENT AGENDA ITEM – F -
GREATER ORLANDO AVIATION AUTHORITY
Orlando International Airport One Airport Boulevard
Orlando, Florida 32827-4399
MEMORANDUM TO: Members of the Aviation Authority
FROM: Frank Kruppenbacher, Chairman DATE: May 17, 2017 ITEM DESCRIPTION Recommendation of the Finance Committee to Exercise the First One-Year Renewal Option of the Financial Advisor Services Agreement with Frasca & Associates, LLC, Raymond James and Associates, Inc., and MWBE firm National Minority Consultants, Inc. and Approval of Fees BACKGROUND On September 1, 2014, the Aviation Authority entered into Agreements with Frasca & Associates, LLC (Frasca), Raymond James & Associates, Inc. (Raymond James) and National Minority Consultants, Inc. (National Minority) an MWBE firm, to serve as the Aviation Authority’s Financial Advisors. The general scope of services includes providing of financial advice regarding market conditions and trends, financial products, credit and credit analysis, third party alternative financing and special facility financing; preparation of analyses and evaluations of potential refundings and new money bond issues; review and evaluation of financing options, derivative and other innovative products, financial feasibility studies, legal documents, and pricing of any financing and any escrow requirements; and participation in rating agency presentations and preparation of official statements. The following specific scope of services was negotiated with Frasca and Raymond James: Frasca: including but not limited to, evaluation of funding options for intermodal facilities including debt, TIFIA and other external sources; assist with PFC strategies and coordination with the FAA in the Washington office; assist with development of airline strategies to build consensus for new airport assets; assist, as needed, in evaluation of underwriters responses; assist in development of materials/strategy for onsite investor outreach; assist in bond structuring and provide second opinion on price discovery, as needed. Raymond James: including but not limited to, coordination of working group for each proposed bond issue; development of bond structure and pricing strategies; review and evaluation of unsolicited financing proposals received; assist, as needed, in the evaluation of various financial related proposals received (i.e. underwriters, bank loans, lines of credit, investment advisors, etc.); perform ongoing financial analysis as necessary. ISSUES The term of each Agreement is for three years, with two one-year options, which may be exercised at the Aviation Authority’s discretion. The agreements expire August 31, 2017. Staff recommends the first one-year option be exercised. Under the terms of each Agreement, a retainer fee is paid annually to each firm. In addition, fees for financial advisory services as they relate to bond issuance is negotiated per transaction and is calculated on the par amount of the transaction on a per bond basis, with maximum or guideline fees, as specified on Exhibit B of each Agreement. In light of the current plan of finance, including both scope and schedule, Staff is recommending the following with regard to fees for the remainder of the extension period for each Agreement. All other fees and terms and conditions, except as noted below shall remain the same.
Frasca: as proposed, Frasca receives an annual retainer fee which shall continue unchanged for the extension period. Due to the variable nature of the scope of services assigned to Frasca from time to time, Staff recommends fees be negotiated on a task by task basis, in addition to a continuation of the current annual retainer fee. Raymond James: as proposed, the maximum or guideline fees as they relate to bond transactions are $1.00 per bond for the first $100 million, $0.75 per bond for the next $100 million and $.50 per bond for additional amounts over $200 million. The proposal submitted by Raymond James provided for an annual retainer, which shall remained unchanged in the extension period, and a cap on combined retainer and financing transaction related fees of $350,000. Historically, the cap has been calculated on a calendar year basis. Although the Aviation Authority issued bonds in 2015 and 2016 that would have resulted in fees above $350,000 each year had there been no cap, the cap resulted in fees relating to 2015A and 2016ABC transactions markedly below the per bond amounts. Staff has reviewed the recent and anticipated workload for the extension period and is recommending an increase to the annual cap for the combined retainer and financing transaction related fees to $500,000, calculated and applied on a calendar year basis to both calendar years covered by the extension period (2017 and 2018). Raymond James has agreed to this revised cap amount. National Minority: as proposed, National Minority receives an annual retainer, which shall continue unchanged for the extension period, and maximum or guideline fees as they relate to bond transactions of $0.45 per bond for the first $150 million, $0.30 per bond for amounts above $150 million. Staff is recommending an annual cap for the combined retainer and financing transaction related fees of $226,000 to be calculated and applied on a calendar year basis to both calendar years covered by the extension period (2017 and 2018). On April 19, 2017, the Finance Committee accepted staff’s recommendation to exercise the f i r st one- year opt i on of the Agreements, and submit t o t he Boar d f or appr oval . ALTERNATIVES There are no reasonable alternatives under consideration. FISCAL IMPACT Combined annual fees for all three firms are $354,000 per year and are paid on a monthly retainer basis. These fees are budgeted in the Aviation Authority’s Operation and Maintenance Fund. Fees related to debt issuance would be paid from bond proceeds. Fees related to specific tasks assigned to Frasca are payable from the Aviation Authority’s Operation and Maintenance Fund or from transaction proceeds, as applicable. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board accept the Finance Committee’s recommendation and (1) exercise the first one-year option of the Financial Advisory Services Agreement with Frasca and Associates, LLC through August 31, 2018, with a continuation of the annual retainer fee and with fees for tasks negotiated on a task by task basis at the direction of the Executive Director; (2) exercise the first one-year option of the Financial Advisory Services Agreement with Raymond James and Associates, Inc. through August 31, 2018, with a continuation of the annual retainer fee and an annual cap on combined retainer and financing transaction fees of $500,000 per calendar year as described in the memorandum; (3) exercise the first one-year option of the MWBE Financial Advisory Services Agreement with National Minority Consultants, Inc. through August 31, 2018, with a continuation of the annual retainer fee and an annual cap on combined retainer and financing transaction fees of $226,000 per calendar year as described above; and (4) authorize an Aviation Authority Officer or the Executive Director to execute the necessary documents, subject to satisfactory review by legal counsel.
CONSENT AGENDA ITEM – G -
GREATER ORLANDO AVIATION AUTHORITY
Orlando International Airport
One Jeff Fuqua Boulevard Orlando, Florida 32827-4392
MEMORANDUM TO: Members of the Aviation Authority FROM: Frank Kruppenbacher, Chairman DATE: May 17, 2017 ITEM DESCRIPTION Recommendation of the Finance Committee to Exercise the One-Year Extension Option of the Agreement for Investment Advisory Services with PFM Asset Management LLC BACKGROUND The Aviation Authority entered into an Agreement with PFM Asset Management LLC effective October 1, 2014, to provide Investment Advisory Services. The scope of services to be provided include, management of the Aviation Authority’s investment portfolios pursuant to specific, stated investment objectives and in accordance with the Aviation Authority’s Investment Policy; obtaining bids and placement of orders for the purchase and sale of securities; provide advice and information regarding fixed income securities, investments and treasury management operations; work with the Aviation Authority’s staff to develop cash flow projections; perform due diligence reviews of current and proposed broker/dealers; execute investment trades on behalf of the Aviation Authority in accordance with the Investment Policy and all applicable Statutes; provide credit analysis of investment instruments purchased and held in the portfolios; provide input regarding an appropriate measurement of portfolio performance and benchmark to asset performance; review and evaluate the investment policy and provide written comments and recommend changes as appropriate; and provide an online reporting platform as well as other Investment Advisory and related services as requested. ISSUES The contract term is for three years, with two one-year extension options, which may be exercised at the Aviation Authority’s discretion. Staff has confirmed based on information currently known, that PFM has performed its duties satisfactory in accordance with the Agreement and recommends that the first one-year option be exercised. PFM has agreed to provide the services at the current rates and all other terms and conditions of the Agreement shall remain the same. On April 19, 2017, the Finance Committee accepted staff’s recommendation to exercise the first one-year option of the Agreement, and submit to the Board for approval. ALTERNATIVES There are no reasonable alternatives under consideration. FISCAL IMPACT The fee schedule for actively managed core assets is calculated on a sliding scale based on the total average assets under management. Fees for an actively managed core portfolio of $500 million plus bond proceeds of approximately $200 million, would be
approximately $350,000 annually. An increase in the portfolio size would result in an increase of annual fees. Fees are budgeted and paid from the Aviation Authority’s Operation & Maintenance Funds. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board accept the Finance Committee’s recommendation and (1) exercise the first one-year extension option of the Investment Advisory Services Agreement with PFM Asset Management LLC through September 30, 2018; and (2) authorize and Aviation Authority Officer or the Executive Director to execute the necessary documents, following satisfactory review by legal counsel.
CONSENT AGENDA ITEM – H -
GREATER ORLANDO AVIATION AUTHORITY
Orlando International Airport
One Jeff Fuqua Boulevard Orlando, Florida 32827-4399
MEMORANDUM TO: Members of the Aviation Authority FROM: Kathleen Sharman, Chair, Construction Finance Oversight Committee DATE: May 17, 2017 ITEM DESCRIPTION Recommendation of the Construction Finance Oversight Committee to Approve the Use of Capital Expenditure Funds for Project BP-00469, Loop Road Resurfacing and Related Work, at the Orlando International Airport BACKGROUND In August 2016, the Aviation Authority authorized a project to mill and overlay the existing asphalt pavement, reconstruct the isolated destructed areas, add new roadway pavement markings, and improve the roadway lighting for the Loop Road (Jeff Fuqua Boulevard) at the Orlando International Airport. Current funding for this project is from previously-approved Capital Expenditure Funds. ISSUES On April 25, 2017, the Construction Committee rejected all bids for Project BP-00465, Vehicle Access Gate E-30 Modifications, Dual Gates, at the Orlando International Airport. Additionally, the Construction Committee directed staff to incorporate the scope from Project BP-00465 as an add alternate into Project BP-00469 to take advantage of economies of scale and close proximity of the two separate projects. In order to award the additional scope of Project BP-00465, funding will need to be transferred into Project BP-00469. Because the bids received for Project BP-00465 were over the budgeted amount for the project, additional funding is required to augment the existing funding. During the review of the Project BP-00465 scope, while preparing the add alternate documents for incorporation into Project BP-00469, it was determined that additional design efforts regarding the Project BP-00465 project site were warranted. Recommendations from HNTB Corporation, the design consultant for Project BP-00469, included updating the pavement markings, installing raised pavement markers, and installing signage to alert drivers to the approaching curve. Funding for the signage will be provided by the Maintenance Department. On May 4, 2017, the Construction Finance Oversight Committee (CFOC) identified additional funding for Project BP-00469, as follows: Transfer from Transfer from Transfer from Proposed Current Project Taxiway J Maintenance - Budget Funding Budget BP-00465 Rehabilitation Signage Adjustments CapEx $ 795,000 $1,156,425 $427,600 $ 2,379,025 I&D $45,000 $ 45,000 GARBS $ 9,700,000 $ 9,700,000 TOTAL $10,495,000 $1,156,425 $427,600 $45,000 $12,124,025
Funding in the amount of $1,584,025 from Capital Expenditure Funds and $45,000 from the Improvement and Development Fund is required to proceed with Project BP-00469. Approval by the Aviation Authority Board is necessary for this non-budgeted expenditure. ALTERNATIVES There are no reasonable alternatives under consideration. FISCAL IMPACT The fiscal impact is $1,629,025. The reallocation of Capital Expenditure Funds and Improvement and Development Funds will fund Project BP-00469. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board accept the recommendation of the Construction Finance Oversight Committee to (1) approve the reallocation of Capital Expenditure funds from Project BP-00465, Vehicle Access Gate E-30 Modifications, Dual Gates, to Project BP-00469, Loop Road Resurfacing and Related Work, at the Orlando International Airport, in the amount of $1,156,425; (2) approve the reallocation of Capital Expenditure Fund from Taxiway J Rehabilitation to Project BP-00469, Loop Road Resurfacing and Related Work, at the Orlando International Airport, in the amount of $427,600; (3) approve the reallocation of Improvement and Development Funds from Maintenance – Signage to Project BP-00469, Loop Road Resurfacing and Related Work, at the Orlando International Airport, in the amount of $45,000; and (4) request Orlando City Council concurrence of this non-budgeted expenditure.
CONSENT AGENDA ITEM – I -
GREATER ORLANDO AVIATION AUTHORITY
Orlando International Airport
One Jeff Fuqua Boulevard Orlando, Florida 32827-4399
MEMORANDUM TO: Members of the Aviation Authority FROM: Kathleen Sharman, Chair, Construction Finance Oversight Committee DATE: May 17, 2017 ITEM DESCRIPTION Recommendation of the Construction Finance Oversight Committee to Approve the Use of Capital Expenditure Funds for Project V-00834, North Cell Lot Vending Enclosure (Design/Build) at the Orlando International Airport BACKGROUND The North Cell Lot currently does not have an available facility suitable to house vending machines. This equipment will require power to operate as well as protection from the weather. The North Cell Lot does have a centrally located building which provides restroom facilities, flight information monitors, and seating areas for the public. Project V-00834, North Cell Lot Vending Enclosure (Design/Build), will construct an enclosure to this centrally located building to provide suitable housing for the vending machines. The walls of the proposed enclosure will be painted and finished to match the existing structure, which will have electrical outlets to power the vending machines. A canopy will also be included as part of the enclosure to provide additional protection from the weather for both the equipment and customers. The canopy will be painted and finished to match the appearance and construction of the existing canopy on the front of the existing structure. On January 18, 2017, the Aviation Authority Board approved the reallocation of Capital Expenditure funds from Project H-00236, West Ramp Pavement Rehabilitation, to Project V-00834, North Cell Lot Vending Enclosure (Design/Build) at the Orlando International Airport, in the amount of $68,000. The estimated design and construction costs for Project V-00834 were established as follows: Description Amount Design Fees $ 6,000 Construction Fees $ 47,000 Owner’s Authorized Representative (OAR) Fees $ 6,000 Contingency $ 9,000 TOTAL $ 68,000 ISSUES In March 2017 the Aviation Authority entered into direct-negotiations with T&G Corporation d/b/a T&G Constructors, one of the Aviation Authority’s continuing vertical contractors, for the design/build services for Project V-00834. T&G Constructors proposed a direct-negotiated amount of $98,828. Because the direct-negotiated amount is higher that the construction budget for Project V-00834, additional funding is required to complete the project.
On May 4, 2017, the Construction Finance Oversight Committee (CFOC) identified additional funding from the Capital Expenditure Fund for Project V-00834, as follows: Amount Current Funding for V-00834 $ 68,000 Additional Funding from Project V-00822 $ 30,828 TOTAL $ 98,828 Funding for Project V-00834 has been identified and it is proposed that Capital Expenditure Funds be transferred from Project V-00822, Landside Level 3 Companion Restroom Modifications (Design/Build), which has been completed and is closed. Funding in the amount of $30,828 is needed from the Capital Expenditure Fund to proceed with Project V-00834. Approval by the Aviation Authority Board is necessary for this non-budgeted expenditure. ALTERNATIVES There are no reasonable alternatives under consideration. FISCAL IMPACT The fiscal impact is $30,828. The reallocation of Capital Expenditure Funds from Project V-00822 will fund Project V-00834. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board accept the recommendation of the Construction Finance Oversight Committee to approve the reallocation of Capital Expenditure funds from Project V-00822, Landside Level 3 Companion Restroom Modifications (Design/Build), to Project V-00834, North Cell Lot Vending Enclosure (Design/Build) at the Orlando International Airport, in the amount of $30,828; and request Orlando City Council concurrence in this non-budgeted expenditure.
CONSENT AGENDA ITEM – J -
GREATER ORLANDO AVIATION AUTHORITY
Orlando International Airport
One Jeff Fuqua Boulevard Orlando, Florida 32827-4399
MEMORANDUM TO: Members of the Aviation Authority FROM: Kathleen Sharman, Chair, Construction Finance Oversight Committee DATE: May 17, 2017 ITEM DESCRIPTION Recommendation of the Construction Finance Oversight Committee to Approve the Use of Capital Expenditure Funds for Budget Reallocation of the North Program for Airside 4 and Ticket Lobby, at the Orlando International Airport BACKGROUND The Airside 4 Improvements Program is a multi-year program that will consist of multiple projects to achieve the intended scope. The scope of the program may include, but is not limited to, Federal Inspection Station (FIS)/U.S. Customs and Border Protection (CBP) improvement and expansion, aircraft gate conversion to international swing gates, aircraft apron and systems improvements, public restroom renovations, and new central chiller plant at the Orlando International Airport. In the future, the scope could be expanded to include facility improvements for finishes and systems (public and non-public areas) and concessions optimization. Project BP No. 443, Airside 4 Improvements Program – FIS/CBP Renovation and Wing Expansion, at the Orlando International Airport, provides for the renovation and expansion of the FIS, relocation and reconfiguration of the TSA screening, renovation and expansion to the 90s gates to create four swing gates for jumbo aircraft and international service, renovation of the 90s gates for door hardware and egress, replacement of the majority of the HVAC units and extension of the fire alarm system in expanded areas. The ticket lobby modifications and improvements is a multi-year program that will consist of several projects to achieve the intended scope. The scope of the program may include, but is not limited to, modifications to the landside building areas from the enplane drive to the airline ticket offices, new and renovated curbside facilities, entries, ticket lobbies, seating, backwalls, ticket counters, airline ticket offices, new airline ticket offices (location to be determined), stair/escalators from Level 3 to Level 2, east and west great halls, transition areas, checkpoints, Automated People Mover (APM) stations, baggage belts (ticketing to baggage make-up), and technologies associated with these areas. BP No. 447, Ticket Lobby Program, Main Ticket Lobby Modifications, at the Orlando International Airport, provides for public area improvements, expansion at the front wall, new/expanded systems, finishes, wayfinding, add alternates for the eight inside self-assisted check-in areas and two back-of-house conveyors, and design for the ancillary HVAC (Heating, Ventilation, and Air Conditioning) units at Level 3 on A and B Sides. On April 12, 2017, the Capital Management Committee (CMC) approved the reallocation of the funding plan to the September 21, 2016, Capital Improvement Plan (CIP) for the Orlando International Airport. The reallocation of funding decreased the overall Ticket Lobby Program by $4 million and increased the Airside 4 Program by $4 million.
Additional Airside 4 Program requirements include, but are not limited to, U.S. Customs and Border Protection (CBP) requests for Information Technology (IT) equipment and hard flooring, sewer system improvements, additional portering, customer service support for passengers, miscellaneous unforeseen conditions as well as associated design and Owner’s Authorized Representative (OAR) support. The offsetting savings have been identified as unused Airline Relocation budget in the Ticket Lobby Program and unallocated budget. Table 1 below reflects the summary of proposed budget reallocations to the September 16, 2016, CIP associated with the Ticket Lobby and Airside 4 Programs as presented to the CMC on April 12, 2017. Table 1
Table 2 below reflects the budget adjustments by program and fund source. Table 2
The $1,178,660 net reduction in prior Passenger Facility Charges (PFC) bonds results in the transfer of 2015A PFC 16.2 bonds from the Airside 4 Improvements Program to Fund Balance.
DescriptionSept 2016 CIP Board Item
CMC Adj.12/28/16
RevisedCIP
CMC ADJ.4/12/17
Current ProposedCIP
Ticket Lobby ProgramTicket Lobby Improvements 125,563,670$ (20,000)$ 125,543,670$ 1,894,628$ 127,438,298$ Airline Relocation 13,193,142 - 13,193,142 (4,783,878) 8,409,264 CUSS/CUPPS Improvements 6,000,000 - 6,000,000 - 6,000,000 Signage Improvements, Other 1,424,524 20,000 1,444,524 (1,110,750) 333,774
TOTAL TICKET LOBBY PROGRAM 146,181,336$ -$ 146,181,336$ (4,000,000)$ 142,181,336$
Airside 1 & 3 Automated People Mover (APM) 90,000,000$ -$ 90,000,000$ -$ 90,000,000$
Airside 4 ImprovementsAS4-FIS Improvements 50,292,400$ 33,723,554$ 84,015,954$ 3,144,560$ 87,160,514$ 90s Wing Improvements 44,444,000 (21,871,677) 22,572,323 855,440 23,427,763 Central Plant Improvements & AHU Replacement 30,649,000 (8,895,230) 21,753,770 - 21,753,770 Restroom Improvements 3,614,600 (56,647) 3,557,953 - 3,557,953
TOTAL AIRSIDE 4 IMPROVEMENTS 129,000,000$ 2,900,000$ 131,900,000$ 4,000,000$ 135,900,000$
NET CHANGE TO CIP THIS REQUEST 365,181,336$ 2,900,000$ 368,081,336$ -$ 368,081,336$
CIP Program GOAA FundsPrior PFC Bonds Prior GARB Net Change
Ticket Lobby Ticket Lobby Improvements 1,894,628$ 1,894,628$ Airline Relocation (4,783,878) - - (4,783,878) Signage Improvements, Other (1,110,750) - - (1,110,750)
Total Ticket Lobby (4,000,000)$ -$ -$ (4,000,000)$
Airside 1 & 3 -$ -$ -$ -$
Airside 4 ImprovementsAS4-FIS Improvements 3,144,560$ -$ -$ 3,144,560$ 90s Wing Improvements 855,440 - - 855,440 Central Plant Improvements 1,178,660 (1,178,660) - -
Total Airside 4 5,178,660$ (1,178,660)$ -$ 4,000,000$
Net Change 1,178,660$ (1,178,660)$ -$ -$
The $1,178,660 net increase in Aviation Authority funds comprises transfers of funds from the following CIRs: Table 3
ISSUES
To execute the proposed reallocation of the funding plan to the September 21, 2016, CIP recommended for Board approval by CMC, budget transfers are required by project within each impacted program to re-purpose funding between the programs. ALTERNATIVES
There are no other alternatives under consideration. FISCAL IMPACT
The Ticket Lobby Program budget is decreased by $4 million, and the Airside 4 Program is increased by $4 million. The overall CIP budget is unchanged as a result of this reallocation of resources. RECOMMENDED ACTION
It is respectfully requested that the Aviation Authority Board accept the recommendation of the Construction Finance Oversight Committee and approve (1) the transfer of $4 million of Capital Expenditure Funds from the Ticket Lobby Program to fund balance; (2) the transfer of $1,178,660 of PFC Bond Funds from the Airside 4 Program to Fund Balance; (3) the transfer of $4,513,612 of Capital Expenditure Funds and $665,048 of Discretionary Funds from Fund Balance to the Airside 4 Program; and (4) request City Council concurrence for these non-budgeted expenditures.
CIR AccountCurrent Budget
Proposed Transfer
Proposed Budget
Optimization of Pod C 308.613.210.5660003.000.500854 100,000 (100,000) - Optimization of Pod D 308.613.210.5660003.000.500855 163,613 (163,613) - Aircraft Noise Compatability Planning 308.711.170.5660003.000.501155 500,000 (250,000) 250,000 Planning/Engineering Revolving Funds 305.711.170.5660003.000.501163 865,046 (665,048) 199,999
Total 1,628,659$ (1,178,660)$ 449,999$
CONSENT AGENDA ITEM – K -
GREATER ORLANDO AVIATION AUTHORITY
Orlando International Airport
One Jeff Fuqua Boulevard Orlando, Florida 32827-4399
MEMORANDUM TO: Members of the Aviation Authority FROM: Ronald N. Lewis, Chair, Concessions/Procurement Committee DATE: May 17, 2017 ITEM DESCRIPTION Recommendation of the Concessions/Procurement Committee to Award Purchasing Contract 14-17, Smoke/Fire and Overhead Door Maintenance and Repair to Arbon Equipment Corporation BACKGROUND This contract provides inspection, maintenance, certification and repairs of all smoke, fire and overhead rolling steel and sectional doors located throughout the Orlando International Airport. It is for three years with initial service to commence on or about August 15, 2017, and with the Aviation Authority having 2 options to renew for additional periods of one-year each. ISSUES The pricing for this service contract is based on unit prices, hourly rates for additional maintenance and repair work, and a percent markup over the cost of parts and materials. The amount paid to the contractor is based on actual work requested, satisfactorily performed and approved by the Aviation Authority. This Contract does not include a Minority and Women Business Enterprises (MWBE) and/or a Local Developing Business (LDB) participation requirement due to the limited scope. The following bid was received: Company Name Total 3 Year Bid Price Arbon Equipment Corporation $505,979.20 Florida Door Solutions No Bid DH Pace No Bid There were no clarifications required during the bidding process and there were no irregularities that impacted ranking. The bidder was determined to be responsible and responsive. On April 17, 2017, the Concessions/Procurement Committee recommended to award Purchasing Contract 14-17, Smoke/Fire and Overhead Door Maintenance and Repair to Arbon Equipment Corporation as the low responsible and responsive bidder for the not-to-exceed amount of $505,979.20. ALTERNATIVES There are no reasonable alternatives under consideration.
FISCAL IMPACT The three-year bid price for Purchasing Contract 14-17 is $505,979.20 which will be allocated from the Operation and Maintenance Fund. The department intends to submit budget requests for those funds to be spent under the Contract in future fiscal years and such requests, when considered with other known or anticipated obligations of the department for such future years, do not exceed expected or reasonable funding approvals. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to accept the recommendation of the Concessions/Procurement Committee and (1) award Purchasing Contract 14-17, Smoke/Fire and Overhead Door Maintenance and Repair to Arbon Equipment Corporation; (2) authorize funding from the Operation and Maintenance Fund in the not-to-exceed amount of $505,979.20; and (3) authorize an Aviation Authority Officer or the Executive Director to execute the necessary documents following satisfactory review by legal counsel.
CONSENT AGENDA ITEM – L –
GREATER ORLANDO AVIATION AUTHORITY
________________________________________________________________ Orlando International Airport
One Jeff Fuqua Boulevard Orlando, Florida 32827-4392
MEMORANDUM TO: Members of the Aviation Authority FROM: Ronald N.Lewis, Chair, Concessions/Procurement Committee DATE: May 17, 2017 ITEM DESCRIPTION Recommendation of the Concessions Procurement Committee to Enter into the Second Renewal Option Year and Amend Purchasing Contract 22-13, Personnel Screening Services with Covenant Aviation Services, LLC BACKGROUND The initial term of the contract was for 36 months with initial service commencing on November 1, 2013, and with the Authority having options to renew the contract for 2 additional periods of 1 year each. The first renewal option expires October 31, 2017. This Contract includes an MWBE participation goal of 18% and LDB goal of 2%. The Office of Small Business Development certifies that the contractor is in good standing as it relates to MWBE and LDB participation. ISSUES This is a service contract for the provision of personnel screeners. Pricing is based on an hourly rate. The actual amount of the contract will be based upon the services ordered and received for the agreed upon hourly rate. This is the second renewal option and increase in value for Novemeber 1, 2017, through October 31, 2018. Funding for the second renewal option is $4,067,832.60. The Aviation Authority is also providing additional Personnel Screening Services for construction projects. This will be an increase in contract value to the Personnel Screening Contract 22-13 of $102,730.01. The initial 3 year term contract value was $9,085,239.92. The first renewal option, approved by the Board on June 15,2016, increased the contract value by $4,166,868.88. The Executive Director approved an increase in value for $235,000 on June 22, 2016. On April 17,2017, the Concessions/Procurement Committee recommednded to exercise the second and final renewal option and to amend Purchasing Contract 22-13, Personnel Screening Services with Covenant Aviation Services, LLC. The total increase for option year two including the increase in value for additional construction personnel screening services is $4,170,562.61. The total contract value with all changes is $17,657,671.41. ALTERNATIVES There are no reasonable alternatives under consideration. FISCAL IMPACT This renewal will increase the contract value by an additional $4,170,562.61 which will be allocated from the Operation and Maintenance Fund and from BP-443 2015 A GARB and PFC bonds to the extent eligible. The department intends to submit requests for
funds expected to be spend under the Contract in future years and such requests, when considered with other known or anticipated obligations of the department for such future years, do not exceed expected or reasonable funding approvals RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to (1) accept the recommendation of the Concessions/Procurement Committee to renew and amend Contract 22-13, Personnel Screening Services with Covenant Aviation Services, LLC; (2) authorize funding from the Operations and Maintenance Fund in the not-to-exceed amount of $4,170,562.61 which includes construction from 2015 A Garb and PFC bonds; and (3) authorize an Aviation Authority Officer or Executive Director to execute the necessary documents following satisfactory review by Legal Counsel.
CONSENT AGENDA ITEM – M -
GREATER ORLANDO AVIATION AUTHORITY
Orlando International Airport
One Jeff Fuqua Boulevard Orlando, Florida 32827-4392
MEMORANDUM TO: Members of the Aviation Authority FROM: Raymond D. Anderson, Esq., Senior Director, Commercial Properties and
Concessions DATE: May 17, 2017 ITEM DESCRIPTION Recommendation to Approve a Land Lease with AFCO GSE MCO, LLC for Development, Maintenance and Operation of a Ground Service Equipment Maintenance Facility (GSE) Facility and Related Funding for Common Use Infrastructure Improvements
BACKGROUND
AFCO GSE MCO, LLC (AFCO MCO) is a Virginia based company authorized to conduct business in the state of Florida, and is a wholly owned subsidiary of Aviation Facilities Company, Inc. (AFCO). The Aviation Authority entered into a lease agreement with AFCO, dated January 23, 2006, for the development, maintenance and operation of a 38,250 square foot GSE Facility at the Orlando International Airport (Agreement), which Agreement is scheduled to expire January 22, 2036. The Agreement includes 2 additional 5 year terms that may be exercised by AFCO, subject to compliance with all terms of the Agreement. AFCO remains in compliance with the terms of the Agreement at this time. ISSUES The existing AFCO GSE Facility is currently fully occupied and there is a waiting list of prospective future tenants. As a result, AFCO MCO proposes to construct a second GSE Facility of approximately 40,500 square feet, which cost to construct including all related infrastructure is estimated at $4,510,000. The proposed second GSE Facility is to be constructed on a 4.72 acre vacant site immediately adjacent to the existing GSE Facility, located off Bear Road. To that end, based on a fair market rental valuation of the site, which valuation is subject to adjustment each 5 years during the term of the lease, AFCO MCO is requesting, consistent with the existing Agreement, a separate 30 year lease with a one-year option on an immediately adjoining 2.39 acre site and a first right of refusal for an additional 4 years on the same site in the event the option is not exercised. In order to construct the proposed second GSE Facility and provide airside access, the proposed site will require the Aviation Authority to relocate the common use secure road, which now exists between the proposed site and the adjacent taxiway. AFCO MCO has proposed to relocate the common use secure road during its construction at a cost not-to-exceed $265,000, which cost is intended to be reimbursed by the Aviation Authority to AFCO MCO upon successful completion from discretionary funds. Staff and Legal Counsel have reviewed the proposal submitted by AFCO MCO and concur with the proposal as presented. ALTERNATIVES There are no reasonable alternatives under consideration.
FISCAL IMPACT The fair market valuation of the proposed site has been determined by a recent appraisal at $0.65 per square foot per year or $133,642 per annum. The one-time not-to-exceed cost to the Aviation Authority for the relocation of the common use secure road is $265,000, to be funded from discretionary funds. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to: (1) approve a 30 year land lease with AFCO GSE MCO, LLC, based on the terms described in the memorandum; (2) approve the allocation of an amount not-to-exceed $265,000 from discretionary funds; (3) request Orlando City Council concurrence with a lease term in excess of 10 years; and (4) authorize an Aviation Authority Officer or Executive Director to execute the necessary documents following satisfactory review by legal counsel.
EX
ISTIN
G TU
G R
OA
D
EX
ISTIN
G G
SE
MA
INTE
NA
NC
E FA
CILITY
38,250 SF
**MCO**ORLANDO
INTERNATIONALAIRPORT
OF
PROJECT NO.:REQUESTED BY:DRAWN BY:CHECKED BY:DATE CREATED:
REFERENCE INFO
SHEET NO.
DATE CHANGELAST REVISED
REVISION HISTORY
NTS
KEY MAPN
S
W E
GRAPHIC SCALE IN FEET
0
TITLEAFCO GSE MAINTENANCE FACILITY
EXHIBIT A-1
35 70
05/05/17P-7034APKAAP05/03/2017
1 3
DRAFTCONCEPTUAL
LAND205,685± SF4.72 ACRES
ADDITIONAL LAND104,200± SF2.39 ACRES
AERIAL DATE: NOVEMBER 2016
CONSENT AGENDA ITEM – N -
GREATER ORLANDO AVIATION AUTHORITY
________________________________________________________________ Orlando International Airport
One Jeff Fuqua Boulevard Orlando, Florida 32827-4399
MEMORANDUM TO: Members of the Aviation Authority FROM: Raymond D. Anderson, Esq., Senior Director, Commercial Properties and
Concessions DATE: May 17, 2017 ITEM DESCRIPTION Recommendation to Approve an Amendment to the Display Advertising Management Concession Agreement at Orlando International Airport with JCDecaux Airport, Inc. BACKGROUND Pursuant to the Display Advertising Management Concession Agreement between the Aviation Authority and JCDecaux Airport, Inc. (JCDecaux), effective October 14, 2015, as amended, (the Concession Agreement) JCDecaux provides for the sale and display of commercial advertising throughout the North Terminal Complex, in accordance with the locations and display units designated in Exhibit A-1 and Exhibit A-2 of the Concession Agreement (the Advertising Plan). According to the Concession Agreement and Advertising Plan, the Aviation Authority provided 16 LCD screens in the baggage claim area of the North Terminal, referred to as the Baggage Claim Back Wall Screens. Advertising on the Baggage Claim Back Wall Screens consist of dynamic advertising displayed on a two minute loop, with one minute of content provided by the Aviation Authority and one minute of content sold by JCDecaux. On August 10, 2016, the Aviation Authority approved 19 additional Baggage Claim Back Wall Screens, for a total of 35 Baggage Claim Back Wall Screens. The Aviation Authority subsequently determined that additional Baggage Claim Back Wall Screens may be accommodated on the back wall of the baggage claim area between each baggage claim carousels and provide additional opportunities for airport messaging and commercial advertising. ISSUES The proposed amendment will provide 10 additional Baggage Claim Back Wall Screens, for a total of 45 Baggage Claim Back Wall Screens, to be installed in the same manner as the existing Baggage Claim Back Wall Screens. ALTERNATIVES There are no reasonable alternatives under consideration. FISCAL IMPACT The estimated additional net annual revenue estimated to be received by the Aviation Authority attributable to the proposed installation of additional Baggage Claim Back Wall Screens is $210,000.
RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to (1) approve the proposed amendment to the Display Advertising Management Concession Agreement at Orlando International Airport with JCDecaux Airport, Inc. based on the terms described in the memorandum; and (2) authorize an Aviation Authority Officer or Executive Director to execute the necessary documents following satisfactory review by legal counsel.
CONSENT AGENDA ITEM – O -
GREATER ORLANDO AVIATION AUTHORITY
Orlando International Airport
One Jeff Fuqua Boulevard Orlando, Florida 32827-4399
MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: May 17, 2017 ITEM DESCRIPTION Recommendation of the Construction Committee to Approve an Amendment to Addendum No. 11 to the Construction Management at Risk Services Agreement with Hensel Phelps Construction Co. for BP No. S104, South Airport Automated People Mover (APM) Complex – APM Parking Garage (GMP No. 5) at the Orlando International Airport BACKGROUND The South Airport APM Complex is a multi-year program that will consist of several projects. The scope of the program may include, but is not limited to, parking garage(s), a new APM station in the south, modifications to the existing APM station in the North Terminal, completion of the APM Parking Garage structure to the South Airport Complex APM station, modifications to the APM Parking Garage structures (fixed facilities only) to Airsides 1 and 3 to accept the new Operating System, a new south Commercial Curb, roadway(s)/bridge(s), site grading, drainage, signage, lighting, and utilities as required to support the projects, all associated infrastructure, and all other components to complete the program. The program may also include other components of the Aviation Authority’s South Airport APM Complex. The program does not include the future phases of the South Terminal, any other North Terminal work that is not identified above, and airfield work. On October 16, 2013, the Aviation Authority Board approved a Construction Management at Risk Services (CM@R) Agreement with Hensel Phelps Construction Co. for the South Airport Automated People Mover (APM) Complex at the Orlando International Airport. The CM@R will be required to coordinate and work with the South Airport APM Complex Prime Design Consultant (i.e., HKS, Inc. dba HKS Architects, Inc.), the Design, Build, Operate and Maintain (DBOM) Contractor for the APM Operating System (OS) (i.e., Mitsubishi Heavy Industries America, Inc.), and the Fixed Facilities Design Consultant (i.e., T. Y. Lin International). The CM@R will provide pre-construction, construction, commissioning, and close-out phase services for the program. These services include constructability review of design submittals, value engineering, coordination with the design consultants to define packaging of the design into separate Guaranteed Maximum Price (GMP) Addenda, and negotiation and award of the GMPs for each separate construction scope. The CM@R Agreement provides for the following compensation to the CM@R Contractor: • The direct cost of the work is defined as the actual cost for the subcontractor
costs, self-performed work, if any, direct labor, materials, and equipment required to construct the work.
• Allowances in direct cost of the work will only be used in situations where the payment for direct work to a third-party service provider, such as a utility company, is unknown at the time due to an incomplete scope of work, or a portion of the work that is not well-defined, or there are known factors that could
significantly increase the cost to perform a specific portion of the work. Allowances are assumed to be a direct cost of the work.
• The CM@R contingency shall be utilized to compensate for an increase in the cost of work incurred by the CM@R due to unforeseen circumstances relating to construction of the project, which resulted in an unavoidable increase in cost, except when deemed the responsibility of the Owner in accordance with the CM@R Services Agreement. The CM@R’s Contingency is determined as a percentage of the direct cost of the work.
• The Owner’s contingency shall be an amount, determined by the Owner, which will be available to compensate the CM@R for the increased cost of the work incurred by the CM@R due to a Contract Modification or to other increases in the cost of the work, which the Owner determines, in its sole discretion, is its responsibility. The Owner’s Contingency is determined as a percentage of the direct cost of the work.
• The fee covers the CM@R Contractor’s overhead, profit, and all other costs not
allowed as direct costs or general conditions. The fee will be paid as a negotiated percentage of the actual direct cost of the work only. A fee has been negotiated with Hensel Phelps Construction Co. for a value of 5.27% of the actual direct cost.
• The general conditions expenses are defined as the actual or negotiated costs,
without any fee, for services, equipment, and materials such as office space and supplies, phones, computers, and other expenses required to support the services.
On May 20, 2015, the Aviation Authority Board approved Addendum No. 11 to the Construction Management at Risk Services Agreement with Hensel Phelps Construction Co. for BP No. S104, South Airport Automated People Mover (APM) Complex – APM Parking Garage (GMP No. 5) at the Orlando International Airport, for a total negotiated GMP amount of $53,647,230. The scope of BP No. S104 includes the balance of the construction for the parking garage and toll plazas. The parking garage is connected to the APM and ITF via a two-level bridge that connects at the third and fifth levels of the garage. This project encompasses the complete construction of a six-level cast-in-place concrete parking garage with approximately 2,400 parking spaces, future rental car operations, and the components required for a fully functional parking garage. The components within the garage include five stair towers, four electrical rooms, one stack of elevators with three elevator cabs, fire pump room, a complete fire suppression system, generator and underground storage tank system, HVAC and plumbing within the garage and toll plazas, and numerous tenant and owner Intermediate Distribution Frame (IDF) rooms. The scope also includes the development of numerous systems, including a fire alarm system, paging system, lightning protection, voice and data systems, and a complete security and camera system. New signage will be provided within the parking garage and the toll plazas. Parking control toll plazas at the garage entrance and exit will be constructed as part of this package. The toll plazas will include restrooms, a mechanical and electrical room, telecommunications room, and office space. The scope includes an allowance in direct cost of work for slip ramps, parking control equipment and technology, and vertical circulation at the Owner's request. On August 19, 2015, the Aviation Authority Board approved Amendment No. 1 to Addendum No. 11 to the Construction Management at Risk Services Agreement with Hensel Phelps Construction Co. for South Airport Automated People Mover (APM) Complex at the Orlando International Airport, for a no cost change to replace the project schedule with the new integrated Master Baseline Schedule for the South Airport APM/Intermodal Terminal Facility (ITF) Programs. On October 21, 2015, the Aviation Authority Board approved Amendment No. 2 to Addendum No. 11 to the Construction Management at Risk Services Agreement with Hensel Phelps Construction Co. for South Airport Automated People Mover (APM) Complex at the Orlando International Airport for a reduction in Allowances, Contingency, Fees and General Conditions, including the associated CM@R fee amount, for a total negotiated GMP Amendment amount of ($2,984,024). On August 16, 2016, the Construction Committee recommended approval of Amendment No. 3 to Addendum No. 11 to the Construction Management at Risk Services Agreement with Hensel Phelps Construction Co. for BP No. S104, South APM – APM Parking Garage (GMP
No. 5) at the Orlando International Airport for a reduction in Owner Contingency and CM@R Contingency, including the associated CM@R fee amount, for a total negotiated GMP Amendment amount of ($654,831). On August 23, 2016, the Construction Committee recommended approval of Amendment No. 4 to Addendum No. 11 to the Construction Management at Risk Services Agreement with Hensel Phelps Construction Co. for BP No. S104, South APM – APM Parking Garage (GMP No. 5) at the Orlando International Airport for a reduction in Direct Cost of Work and CM@R Contingency, including the associated CM@R fee amount, for a total negotiated GMP Amendment amount of ($163,169). On December 6, 2016, the Construction Committee recommended approval of Amendment No. 5 to Addendum No. 11 to the Construction Management at Risk Services Agreement with Hensel Phelps Construction Co. for BP No. S104, South APM – APM Parking Garage (GMP No. 5) at the Orlando International Airport for a reduction in CM@R Contingency, including the associated CM@R fee amount, for a total negotiated GMP Amendment amount of ($64,998). On January 31, 2017, the Construction Committee recommended approval of Amendment No. 6 to Addendum No. 11 to the Construction Management at Risk Services Agreement with Hensel Phelps Construction Co. for BP No. S104, South APM – APM Parking Garage (GMP No. 5) at the Orlando International Airport, for a no cost change to revise the Substantial Completion date to July 1, 2017, and the Final Completion date to October 29, 2017. ISSUES The Owner’s Authorized Representative (i.e., URS Corporation) and Hensel Phelps Construction Co. have reviewed the current financial status and progress of the work in BP No. S104, and have determined that, in accordance with the contract documents, it is appropriate at this time to reduce the Allowances (direct cost of work), including the associated CM@R fee amount, and the General Conditions (no fee applied) as shown below. There is no impact to the GMP schedule.
GMP
Original GMP Budget (A)
Current GMP Budget* (B)
Proposed GMP Amendment
(C) Proposed GMP
(D) = (B) + (C) Direct Cost of Work (DCOW) $ 37,445,571 $ 40,351,590 $ 0 $ 40,351,590 Allowances (DCOW) $ 8,650,828 $ 3,043,741 ($ 2,458,559) $ 585,182 CMAR Contingency $ 2,081,736 $ 958,842 $ 0 $ 958,842 Owner Contingency $ 2,081,736 $ 2,322,510 $ 0 $ 2,322,510
Total Direct Cost of Work $ 50,259,871 $ 46,676,683 ($ 2,458,559) $ 44,218,124 CMAR Fee (fixed fee of 5.27%) $ 2,648,695 $ 2,459,861 ($ 129,566) $ 2,330,295 General Conditions (no fee applied) $ 738,664 $ 643,664 ($ 21,275) $ 622,389
Total Approved GMP $ 53,647,230 $ 49,780,208 ($ 2,609,400) $ 47,170,808 *Column B above represents the current budget as a result of authorized GMP subcontract awards and other budget reallocations as a result of the GMP buyout process and the awards of CM@R’s contracts and/or purchase orders through the Buyout and Contingency requests approved by the Construction Committee through April 11, 2017. The GMP buyout process results in internal cost transfers between the different GMP elements within the GMP without changing the overall GMP amount previously-approved by the Aviation Authority Board. Hensel Phelps Construction Co. is committed to exceeding 30% MWBE participation and 8% LDB participation for construction management services and 20% MWBE participation and 4% LDB participation for construction services related to this GMP. There is no small business participation associated with the proposed decrease to BP No. S104, South Airport Automated People Mover (APM) Complex – APM Parking Garage (GMP No. 5). On May 2, 2017, the Construction Committee recommended approval of an Amendment to Addendum No. 11 to the Construction Management at Risk Services Agreement with Hensel Phelps Construction Co. for BP No. S104, South APM – APM Parking Garage (GMP No. 5) at the Orlando International Airport, as outlined above.
ALTERNATIVES There are no reasonable alternatives under consideration. FISCAL IMPACT The fiscal impact is a credit amount of ($2,609,400). Funding is from the Facility Improvement Fund. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to accept the recommendation of the Construction Committee and approve an Amendment to Addendum No. 11 to the Construction Management at Risk Services Agreement with Hensel Phelps Construction Co. for BP No. S104, South Airport Automated People Mover (APM) Complex – APM Parking Garage (GMP No. 5) at the Orlando International Airport, for a total negotiated GMP Amendment credit amount of ($2,609,400), which includes a credit of amount of ($2,458,559) for Allowances (direct cost of the work), a credit amount of ($21,275) for the General Conditions (no fee applied), and a credit amount of ($129,566) for the CM@R’s fee (5.27% of actual direct cost), resulting in a revised GMP amount of $47,170,808, with funding credited to the Facility Improvement Fund; and authorize an Aviation Authority Officer or the Executive Director to execute the necessary documents following satisfactory review by legal counsel.
CONSENT AGENDA ITEM – P -
GREATER ORLANDO AVIATION AUTHORITY
Orlando International Airport
One Jeff Fuqua Boulevard Orlando, Florida 32827-4399
MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: May 17, 2017 ITEM DESCRIPTION Recommendation of the Construction Committee to Approve an Amendment to Addendum No. 5 to the Construction Management at Risk Services Agreement with Hensel Phelps Construction Co. for BP No. S108, South Airport Automated People Mover (APM) Complex – APM Foundations (GMP No. 2) at the Orlando International Airport BACKGROUND The South Airport APM Complex is a multi-year program that will consist of several projects. The scope of the program may include, but is not limited to, parking garage(s), a new APM station in the south, modifications to the existing APM station in the North Terminal, completion of the APM guideway structure to the South Airport Complex APM station, modifications to the APM guideway structures (fixed facilities only) to Airsides 1 and 3 to accept the new Operating System, a new south Commercial Curb, roadway(s)/bridge(s), site grading, drainage, signage, lighting, and utilities as required to support the projects, all associated infrastructure, and all other components to complete the program. The program may also include other components of the Aviation Authority’s South Airport APM Complex. The program does not include the future phases of the South Terminal, any other North Terminal work that is not identified above, and airfield work. On October 16, 2013, the Aviation Authority Board approved a Construction Management at Risk Services Agreement with Hensel Phelps Construction Co. for the South Airport Automated People Mover (APM) Complex at the Orlando International Airport. The Construction Management at Risk (CM@R) will be required to coordinate and work with the South Airport APM Complex Prime Design Consultant (i.e., HKS, Inc. dba HKS Architects, Inc.), the Design, Build, Operate and Maintain (DBOM) Contractor for the APM Operating System (OS) (i.e., Mitsubishi Heavy Industries America, Inc.), and the Fixed Facilities Design Consultant (i.e., T. Y. Lin International). The CM@R will provide pre-construction, construction, commissioning, and close-out phase services for the program. These services include constructability review of design submittals, value engineering, coordination with the design consultants to define packaging of the design into separate Guaranteed Maximum Price (GMP) Addenda, and negotiation and award of the GMPs for each separate construction scope. The CM@R Agreement provides for the following compensation to the CM@R Contractor: The direct cost of the work is defined as the actual cost for the subcontractor costs, self-performed work, if any, direct labor, materials, and equipment required to construct the work. Allowances in direct cost of the work will only be used in situations where the payment for direct work to a third-party service provider, such as a utility company, is unknown at the time due to an incomplete scope of work, or a portion of the work that is not well-defined, or there are known factors that could significantly increase
the cost to perform a specific portion of the work. Allowances are assumed to be a direct cost of the work. The CM@R contingency shall be utilized to compensate for an increase in the cost of work incurred by the CM@R due to unforeseen circumstances relating to construction of the project, which resulted in an unavoidable increase in cost, except when deemed the responsibility of the Owner in accordance with the CM@R Services Agreement. The CM@R’s Contingency is determined as a percentage of the direct cost of the work. The Owner’s contingency shall be an amount, determined by the Owner, which will be available to compensate the CM@R for the increased cost of the work incurred by the CM@R due to a Contract Modification or to other increases in the cost of the work, which the Owner determines, in its sole discretion, is its responsibility. The Owner’s Contingency is determined as a percentage of the direct cost of the work. The fee covers the CM@R Contractor’s overhead, profit, and all other costs not allowed as direct costs or general conditions. The fee will be paid as a negotiated percentage of the actual direct cost of the work only. A fee has been negotiated with Hensel Phelps Construction Co. for a value of 5.27% of the actual direct cost. The general conditions expenses are defined as the actual or negotiated costs, without any fee, for services, equipment, and materials such as office space and supplies, phones, computers, and other expenses required to support the services. On February 18, 2015, the Aviation Authority Board approved Addendum No. 5 to the Construction Management at Risk Services Agreement with Hensel Phelps Construction Co. for BP No. S108, South Airport Automated People Mover (APM) Complex – APM Foundations (GMP No. 2) at the Orlando International Airport, for a total negotiated GMP amount of $2,632,293. The scope of BP No. S108 includes the construction of the pile foundation systems for the Automated People Mover (APM) building, which includes all Auger Pressure Grouted Piles (APGD), pile caps, and shallow foundations. On August 19, 2015, the Aviation Authority Board approved Amendment No. 1 to Addendum No. 5 to the Construction Management at Risk Services Agreement with Hensel Phelps Construction Co. for South Airport Automated People Mover (APM) Complex at the Orlando International Airport for a no cost change to replace the project schedule with the new integrated Master Baseline Schedule for the South Airport APM/Intermodal Terminal Facility (ITF) Programs. On September 22, 2015, the Aviation Authority Board approved Amendment No. 2 to Addendum No. 5 to the Construction Management at Risk Services Agreement with Hensel Phelps Construction Co. for BP No. S108, South Airport APM Foundations (GMP No. 2) at the Orlando International Airport, for a reduction in the Direct Cost of Work, Owner’s Contingency and CM@R’s Contingency, for a total negotiated GMP Amendment amount of ($497,722). ISSUES The Owner’s Authorized Representative (i.e., URS Corporation) and Hensel Phelps Construction Co. have reviewed the current financial status and progress of the work in BP No. S108, and have determined that, in accordance with the contract documents, it is appropriate at this time to reduce the direct cost of work, current Owner’s and CM@R’s contingency amounts, including the associated CM@R fee amount, as shown below. There is no impact to the GMP schedule.
GMP Original GMP Budget (A)
Current GMP Budget* (B)
Proposed GMP Amendment
(C)
Revised GMP (D) = (B)+(C)
Direct Cost of the Work $ 2,299,427.00 $ 1,860,481.25 ($ 71,836.18) $ 1,788,645.07 CM@R Contingency $ 40,180.00 $ 38,650.00 ($ 38,650.00) $ 0.00 Owner Contingency $ 40,180.00 $ 7,850.75 ($ 7,850.75) $ 0.00 Subtotal – Direct Cost $ 2,379,787.00 $ 1,906,982.00 ($ 118,336.93) $ 1,788,645.07 CM@R’s Fee $ 125,415.00 $ 100,498.00 ($ 6,236.40) $ 94,261.60 General Conditions $ 127,091.00 $ 127,091.00 ($ 55,358,13) $ 71,732.87 Total Approved GMP $ 2,632,293.00 $ 2,134,571.00 ($ 179,931.46) $ 1,954,639.54
*Column B above represents the current budget as a result of authorized GMP subcontract awards and other budget reallocations as a result of the GMP buyout process and the awards of CM@R’s contracts and/or purchase orders through the Budget, Buyout and Contingency requests approved by the Construction Committee through February 28, 2017. The GMP buyout process results in internal cost transfers between the different GMP elements within the GMP without changing the overall GMP amount previously-approved by the Aviation Authority Board. Hensel Phelps Construction Co. is committed to exceeding 30% MWBE participation and 8% LDB participation for construction management services and 20% MWBE participation and 4% LDB participation for construction services related to this GMP. There is no small business participation associated with the proposed decrease to BP No. S108, South Airport Automated People Mover (APM) Complex – APM Foundations (GMP No. 2). On April 25, 2017, the Construction Committee recommended approval of an Amendment to Addendum No. 5 to the Construction Management at Risk Services Agreement with Hensel Phelps Construction Co. for BP No. S108, South Airport APM Foundations (GMP No. 2) at the Orlando International Airport as outlined above. ALTERNATIVES There are no reasonable alternatives under consideration. FISCAL IMPACT The fiscal impact is a credit amount of ($179,931.46). For the APM-related scope, funding is from the Aviation Authority’s Line of Credit to be reimbursed by future Passenger Facility Charges, future Revenue Bonds and Aviation Authority funds. For the garage-related scope, funding is from the Aviation Authority’s Line of Credit to be reimbursed by Facility Improvement Funds and Aviation Authority funds. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board accept the recommendation of the Construction Committee and approve an Amendment to Addendum No. 5 to the Construction Management at Risk Services Agreement with Hensel Phelps Construction Co. for BP No. S108, South Airport Automated People Mover (APM) Complex – APM Foundations (GMP No. 2) at the Orlando International Airport, for a total negotiated GMP Amendment credit amount of ($179,931.46), which includes a credit of amount of ($71,836.18) for direct cost of the work, a credit amount of ($38,650) for the CM@R’s Contingency, a credit amount of ($7,850.75) for the Owner’s Contingency, a credit amount of ($55,358.13) for the General Conditions (no fee applied), and a credit amount of ($6,236.40) for the CM@R’s fee (5.27% of actual direct cost), resulting in a revised GMP amount of $1,954,639.54, with funding credited to the Aviation Authority’s Line of Credit to be reimbursed by future Passenger Facility Charges, future Revenue Bonds and Aviation Authority funds for the APM-related scope, and with funding credit to the Aviation Authority’s Line of Credit to be reimbursed by Facility Improvement Funds and Aviation Authority funds for the garage-related scope; and authorize an Aviation Authority Officer or the Executive Director to execute the necessary documents following satisfactory review by legal counsel.
CONSENT AGENDA ITEM – Q -
GREATER ORLANDO AVIATION AUTHORITY
Orlando International Airport
One Jeff Fuqua Boulevard Orlando, Florida 32827-4399
MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: May 17, 2017 ITEM DESCRIPTION Recommendation of the Construction Committee to Approve an Addendum to the Construction Management at Risk Services Agreement for the South Terminal C, Phase 1, with Hensel Phelps Construction, for BP-S127, South Terminal C, Phase 1 - Mass Clearing, Grubbing and Expansion of Lake Gillooly (GMP No. 2-S) at the Orlando International Airport BACKGROUND On May 20, 2015, the Aviation Authority Board authorized the design of a 16-gate South Terminal C at the Orlando International Airport. The South Terminal C, Phase 1, Program provides for a world-class domestic and international airport terminal building, consisting of a new airside terminal with 16 airline gates and a landside terminal with both secure and non-secure areas, and may include, but is not limited to: all associated improvements and infrastructure required or related thereto, such as site work, roadways, aprons, runways, taxiways, other airfield work, utilities, landscaping, lighting, walkways, pedestrian bridges, expansion of the parking garage, a new and/or expanded chiller plant, aircraft loading bridges, and all interior design, such as concessions planning, ticketing, and security improvements, and baggage handling systems. The Program may include expansion of existing facilities and structures in the South Airport Automated People Mover (APM) Complex Program and the Intermodal Terminal Facility (ITF) Program and will require interfacing and integration with both of these programs and other ground infrastructure, transportation facilities, and improvements. On March 19, 2017, the Aviation Authority’s Finance Committee approved the award of a Construction Management at Risk Services (CM@R) Agreement to Hensel Phelps Construction for the South Terminal C, Phase 1, at the Orlando International Airport. Under the CM@R Agreement, the CM@R is entitled to reimbursement and compensation for the following, upon acceptable performance: • Direct cost of the work is the actual cost for the subcontractor costs, direct
labor, materials, and equipment required to construct the work,
• General condition expenses, as allowed per the CM@R Contract,
• Allowances are estimated dollar amounts that are separately identified in a GMP for the purpose of encumbering funds to cover certain costs that are not completely defined when the GMP is approved, but may be necessary to complete the Project. An allowance means that the scope is not fully known or additional review is needed to determine whether the item is reimbursable,
• General condition expenses, such as CM@R management staff, limited to those set
forth in the CM@R Agreement,
• CM@R Contingency is the negotiated amount or percentage of the Cost of the Work to
be utilized for over-budget buyout of the work and for increases in the cost due to unforeseen circumstances relating to construction of the project, except when deemed the responsibility of the Owner in accordance with the Agreement,
• Owner Contingency is an amount or percentage of the Cost of the Work to be utilized by the Owner for items deemed the responsibility of the Owner in accordance with the Agreement,
• Performance and Payment rate set forth in the CM@R Contract is 0.66%, and
• The CM@R Fee covers the CM@R’s overhead, profit and all other costs not reimbursable under the CM@R Contract. For Hensel Phelps Construction, the CM@R Fee is 6.031%.
Cost of allowances, contingencies and insurance will not be incurred until approved by the Aviation Authority. The construction phase will not begin until the Aviation Authority Board approves a GMP Addendum, the GMP is fully executed, and a Notice to Proceed is issued for the particular construction work. ISSUES GMP No. 2-S for South Terminal C, Phase 1, has been negotiated with Hensel Phelps Construction for BP-S127, South Terminal C, Phase 1 - Mass Clearing, Grubbing and Expansion of Lake Gillooly (GMP No. 2-S) at the Orlando International Airport for a total GMP amount as shown below. The scope of BP No. S127 includes the necessary mass clearing and grubbing for the airside site, mass grading at the airside terminal site, airside basement excavation and the civil works for the expansion of Lake Gillooly and General Requirements required for construction.
General Requirements: $ 1,741,900 Subcontract Award: Junior Davis $ 17,994,800 Allowance: Airfield Site Electrical $ 2,498,000 Allowance: Dynamic Compaction $ 1,000,000 Allowance: SAMS Checkpoint $ 476,000 Allowance: Dewatering for Infrastructure $ 1,044,093 Allowance: Road Repair $ 100,000 Allowance: Permits $ 6,937 Allowance: Basement Removal ($ 2,036,065) Allowance: Box Culvert $ 3,600,000 Insurance (GL, UM, P/P) $ 166,243 CM@R Contingency: $ 986,835 Owner Contingency: $ 986,835 SUBTOTAL: $ 28,565,578 Perf. & Payment Bond (0.66% of GMP Contract Value) $ 201,148 Fee (6.031%) $ 1,722,790 Total GMP Addendum Cost: $ 30,489,516
The schedule included in the GMP proposal provides for the BP No. S127 substantial completion date of July 3, 2018. The overall GMP proposal has been thoroughly reviewed by the Owner’s Authorized Representative (i.e., Geotech Consultants International, Inc. dba GCI, Inc.), the Aviation Authority’s Construction-Engineering-Financial Consultant (i.e., R. W. Block Consulting, Inc.), legal counsel, and staff. Payment for work will be for the work and services performed up to but not exceeding the total GMP amount in accordance with the CM@R Agreement. Hensel Phelps Construction is committed to exceeding the established MWBE and LDB participation goals of 33% and 5%, respectively, for Construction Management Services, and 20% MWBE and 4% LDB participation for Construction Services. The Office of Small Business Development has reviewed the proposal and determined that Hensel Phelps Construction has committed to 20% MWBE and 4% LDB participation for Construction Services for this GMP.
On May 2, 2017, the Construction Committee recommended approval of an Addendum to the Construction Management at Risk Services Agreement with Hensel Phelps Construction for BP-S127, South Terminal C, Phase 1 - Mass Clearing, Grubbing and Expansion of Lake Gillooly (GMP No. 2-S), at the Orlando International Airport, as outlined in the memorandum. ALTERNATIVES There are no reasonable alternatives under consideration. FISCAL IMPACT The fiscal impact is $30,489,516. Funding is from the Aviation Authority’s Line of Credit to be reimbursed by General Airport Revenue Bonds. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board accept the recommendation of the Construction Committee and approve an Addendum to the Construction Management at Risk Services Agreement with Hensel Phelps Construction for BP-S127, South Terminal C, Phase 1 - Mass Clearing, Grubbing and Expansion of Lake Gillooly (GMP No. 2-S) at the Orlando International Airport for a total negotiated GMP amount of $30,489,516, which includes $1,741,900 for direct cost of the work – general requirements, $17,994,800 for direct cost of work – subcontract award to JR Davis, $6,688,965 for allowances, $986,835 for the Owner Contingency, $986,835 for the CM@R Contingency, $166,243 for insurance, $201,148 for P&P bonds (0.66%), and a maximum fee amount of $1,722,790 (6.031%), with funding from the Aviation Authority’s Line of Credit to be reimbursed by General Airport Revenue Bonds; and authorize an Aviation Authority Officer or the Executive Director to execute the necessary documents following satisfactory review by legal counsel.
CONSENT AGENDA ITEM – R -
GREATER ORLANDO AVIATION AUTHORITY
Orlando International Airport
One Jeff Fuqua Boulevard Orlando, Florida 32827-4399
MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: May 17, 2017 ITEM DESCRIPTION Recommendation of the Construction Committee to Approve an Addendum to the Construction Management at Risk Services Agreement for the South Terminal C, Phase 1, with Turner-Kiewit Joint Venture, for BP-S129, South Terminal C, Phase 1 – Turner-Kiewit Joint Venture General Conditions (GMP No. 4-S) at the Orlando International Airport BACKGROUND On May 20, 2015, the Aviation Authority Board authorized the design of a 16-gate South Terminal C at the Orlando International Airport. The South Terminal C, Phase 1, Program provides for a world-class domestic and international airport terminal building, consisting of a new airside terminal with 16 airline gates and a landside terminal with both secure and non-secure areas, and may include, but is not limited to: all associated improvements and infrastructure required or related thereto, such as site work, roadways, aprons, runways, taxiways, other airfield work, utilities, landscaping, lighting, walkways, pedestrian bridges, expansion of the parking garage, a new and/or expanded chiller plant, aircraft loading bridges, and all interior design, such as concessions planning, ticketing, and security improvements, and baggage handling systems. The Program may include expansion of existing facilities and structures in the South Airport Automated People Mover (APM) Complex Program and the Intermodal Terminal Facility (ITF) Program and will require interfacing and integration with both of these programs and other ground infrastructure, transportation facilities, and improvements. On May 18, 2016, the Aviation Authority Board approved the award of a Construction Management at Risk Services (CM@R) Agreement to Turner-Kiewit Joint Venture for the South Terminal C, Phase 1, at the Orlando International Airport. Under the CM@R Agreement, the CM@R is entitled to reimbursement and compensation for the following, upon acceptable performance:
• Direct cost of the work is the actual cost for the subcontractor costs, direct labor, materials, and equipment required to construct the work,
• General condition expenses, as allowed per the CM@R Contract,
• Allowances are estimated dollar amounts that are separately identified in a GMP
for the purpose of encumbering funds to cover certain costs that are not completely defined when the GMP is approved, but may be necessary to complete the Project. An allowance means that the scope is not fully known or additional review is needed to determine whether the item is reimbursable,
• General condition expenses, such as CM@R management staff, limited to those set
forth in the CM@R Agreement,
• CM@R Contingency is the negotiated amount or percentage of the Cost of the Work to be utilized for over-budget buyout of the work and for increases in the cost due to unforeseen circumstances relating to construction of the project, except when deemed the responsibility of the Owner in accordance with the Agreement,
• Owner Contingency is an amount or percentage of the Cost of the Work to be
utilized by the Owner for items deemed the responsibility of the Owner in accordance with the Agreement,
• Performance and Payment Bond rate set forth in the CM@R Contract is 0.664%, and
• The CM@R Fee covers the CM@R’s overhead, profit and all other costs not
reimbursable under the CM@R Contract. For Turner-Kiewit Joint Venture, the CM@R Fee is 4.211%.
• Cost of allowances, contingencies and insurance will not be incurred until
approved by the Aviation Authority. The construction phase will not begin until the Aviation Authority Board approves a GMP Addendum, the GMP is fully executed, and a Notice to Proceed is issued for the particular construction work. ISSUES GMP No. 4-S for South Terminal C, Phase 1, has been negotiated with Turner-Kiewit Joint Venture for BP-S129, South Terminal C, Phase 1 - Turner-Kiewit Joint Venture General Conditions (GMP No. 4-S) at the Orlando International Airport for a total GMP amount as shown below. The scope of BP No. S129 provides staff and general conditions necessary to support all GMPs related to the Landside Terminal and related scope under Turner-Kiewit Joint Venture’s CM@R Agreement for the South Terminal C, Phase 1, Program. This GMP is to provide the necessary staff and general conditions to manage and maintain continuity through GMPs from pre-construction until substantial complete. Additional amendments will be required to continue staff and general conditions beyond September 30, 2017.
Staff – Direct Cost: $ 1,806,691 General Conditions $ 952,015 Allowance: Trailer Compound $ 4,773,516 Allowance: Site Safety, Security and Access Control $ 289,657 Allowance: Surveying $ 466,610 Allowance: QC Testing and Inspections $ 577,071 Allowance: CCIP $ 222,628 CM@R Contingency: $ 55,174 Owner Contingency: $ 500,000 SUBTOTAL: $ 9,643,362 Perf. & Payment Bond (0.664% of GMP Contract Value) $ 67,193 Fee (4.211%) $ 408,911 Total GMP Addendum Cost: $ 10,119,466
The schedule included in the GMP proposal provides for the BP No. S129 general conditions through September 30, 2017. The overall GMP proposal has been thoroughly reviewed by the Owner’s Authorized Representative (i.e., Geotech Consultants International, Inc. dba GCI, Inc.), the Aviation Authority’s Construction-Engineering-Financial Consultant (i.e., R. W. Block Consulting, Inc.), legal counsel, and staff. Payment for work will be for the work and services performed up to but not exceeding the total GMP amount in accordance with the CM@R Agreement. Turner-Kiewit Joint Venture is committed to exceeding the established MWBE and LDB participation goals of 26% and 5%, respectively, for Construction Management Services, and 20% MWBE and 4% LDB participation for Construction Services. The Office of Small Business Development has reviewed the proposal and determined that Turner-Kiewit Joint Venture has committed to 26% MWBE and 5% LDB participation for Construction Management Services and 20% MWBE and 4% LDB participation for Construction Services for this GMP.
On May 2, 2017, the Construction Committee recommended approval of an Addendum to the Construction Management at Risk Services Agreement with Turner-Kiewit Joint Venture for BP-S129, South Terminal C, Phase 1 - Turner-Kiewit Joint Venture General Conditions (GMP No. 4-S), at the Orlando International Airport, as outlined above. ALTERNATIVES There are no reasonable alternatives under consideration. FISCAL IMPACT The fiscal impact is $10,119,466. Funding is from the Aviation Authority’s Line of Credit to be reimbursed by future General Airport Revenue Bonds, Passenger Facility Charges, Aviation Authority Funds, Facility Improvement Funds, and future FDOT Grants to the extent eligible. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board accept the recommendation of the Construction Committee and approve an Addendum to the Construction Management at Risk Services Agreement with Turner-Kiewit Joint Venture for BP-S129, South Terminal C, Phase 1 - Turner-Kiewit Joint Venture General Conditions (GMP No. 4-S) at the Orlando International Airport for a total negotiated GMP amount of $10,119,466, which includes $1,806,691 for staff - direct cost, $952,015 for general conditions, $6,329,482 for allowances, $500,000 for the Owner Contingency, $55,174 for the CM@R Contingency, $67,193 for P&P bonds (0.664%), and a maximum fee amount of $408,911 (4.211%), with funding from the Aviation Authority’s Line of Credit to be reimbursed by future General Airport Revenue Bonds, Passenger Facility Charges, Aviation Authority Funds, Facility Improvement Funds, and future FDOT Grants to the extent eligible; and authorize an Aviation Authority Officer or the Executive Director to execute the necessary documents following satisfactory review by legal counsel.
CONSENT AGENDA ITEM – S -
GREATER ORLANDO AVIATION AUTHORITY
Orlando International Airport
One Jeff Fuqua Boulevard Orlando, Florida 32827-4399
MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: May 17, 2017 ITEM DESCRIPTION Recommendation of the Construction Committee to Approve an Addendum to the Construction Management at Risk Services Agreement for the South Terminal C, Phase 1, with Turner-Kiewit Joint Venture, for BP-S130, South Terminal C, Phase 1 – Landside Clearing, Grubbing, Earthwork and Grading (GMP No. 5-S) at the Orlando International Airport BACKGROUND On May 20, 2015, the Aviation Authority Board authorized the design of a 16-gate South Terminal C at the Orlando International Airport. The South Terminal C, Phase 1, Program provides for a world-class domestic and international airport terminal building, consisting of a new airside terminal with 16 airline gates and a landside terminal with both secure and non-secure areas, and may include, but is not limited to: all associated improvements and infrastructure required or related thereto, such as site work, roadways, aprons, runways, taxiways, other airfield work, utilities, landscaping, lighting, walkways, pedestrian bridges, expansion of the parking garage, a new and/or expanded chiller plant, aircraft loading bridges, and all interior design, such as concessions planning, ticketing, and security improvements, and baggage handling systems. The Program may include expansion of existing facilities and structures in the South Airport Automated People Mover (APM) Complex Program and the Intermodal Terminal Facility (ITF) Program and will require interfacing and integration with both of these programs and other ground infrastructure, transportation facilities, and improvements. On May 18, 2016, the Aviation Authority Board approved the award of a Construction Management at Risk Services (CM@R) Agreement to Turner-Kiewit Joint Venture for the South Terminal C, Phase 1, at the Orlando International Airport. Under the CM@R Agreement, the CM@R is entitled to reimbursement and compensation for the following, upon acceptable performance: • Direct cost of the work is the actual cost for the subcontractor costs, direct
labor, materials, and equipment required to construct the work,
• General condition expenses, as allowed per the CM@R Contract,
• Allowances are estimated dollar amounts that are separately identified in a GMP for the purpose of encumbering funds to cover certain costs that are not completely defined when the GMP is approved, but may be necessary to complete the Project. An allowance means that the scope is not fully known or additional review is needed to determine whether the item is reimbursable,
• General condition expenses, such as CM@R management staff, limited to those set
forth in the CM@R Agreement,
• CM@R Contingency is the negotiated amount or percentage of the Cost of the Work to
be utilized for over-budget buyout of the work and for increases in the cost due to unforeseen circumstances relating to construction of the project, except when deemed the responsibility of the Owner in accordance with the Agreement,
• Owner Contingency is an amount or percentage of the Cost of the Work to be utilized by the Owner for items deemed the responsibility of the Owner in accordance with the Agreement,
• Performance and Payment rate set forth in the CM@R Contract is 0.664%, and
• The CM@R Fee covers the CM@R’s overhead, profit and all other costs not reimbursable under the CM@R Contract. For Turner-Kiewit Joint Venture, the CM@R Fee is 4.211%.
Cost of allowances, contingencies and insurance will not be incurred until approved by the Aviation Authority. The construction phase will not begin until the Aviation Authority Board approves a GMP Addendum, the GMP is fully executed, and a Notice to Proceed is issued for the particular construction work. ISSUES GMP No. 5-S for South Terminal C, Phase 1, has been negotiated with Turner-Kiewit Joint Venture for BP-S130, South Terminal C, Phase 1 - Landside Clearing, Grubbing, Earthwork and Grading (GMP No. 5-S) at the Orlando International Airport for a total GMP amount as shown below. The scope of BP No. S130 is to provide site clearing and grubbing for the Landside Terminal and related scope.
General Conditions (SWPPP Permit: $ 1,000 Subcontract Award: The Middlesex Corporation $ 6,455,213 Allowance: Pre-Treatment and Pumping of Surface Water $ 250,000 Allowance: Importing of A-3 Structural Fill $ 500,000 Allowance: CCIP $ 187,769 CM@R Contingency: $ 369,699 Owner Contingency: $ 369,699 SUBTOTAL: $ 8,133,380 Perf. & Payment Bond (0.664% of GMP Contract Value) $ 56,672 Fee (4.211%) $ 344,883 Total GMP Addendum Cost: $ 8,534,935
The schedule included in the GMP proposal provides for the BP No. S130 substantial completion date of June 19, 2018. The overall GMP proposal has been thoroughly reviewed by the Owner’s Authorized Representative (i.e., Geotech Consultants International, Inc. dba GCI, Inc.), the Aviation Authority’s Construction-Engineering-Financial Consultant (i.e., R. W. Block Consulting, Inc.), legal counsel, and staff. Payment for work will be for the work and services performed up to but not exceeding the total GMP amount in accordance with the CM@R Agreement. Turner-Kiewit Joint Venture is committed to exceeding the established MWBE and LDB participation goals of 26% and 5%, respectively, for Construction Management Services, and 20% MWBE and 4% LDB participation for Construction Services. The Office of Small Business Development has reviewed the proposal and determined that Turner-Kiewit Joint Venture has committed to 20% MWBE and 4% LDB participation for Construction Services for this GMP. On April 25, 2017, the Construction Committee recommended approval of an Addendum to the Construction Management at Risk Services Agreement with Turner-Kiewit Joint Venture for BP-S130, South Terminal C, Phase 1 - Landside Clearing, Grubbing, Earthwork and Grading (GMP No. 5-S), at the Orlando International Airport, as outlined above.
ALTERNATIVES There are no reasonable alternatives under consideration. FISCAL IMPACT The fiscal impact is $8,534,935. Funding is from the Aviation Authority’s Line of Credit to be reimbursed by future General Airport Revenue Bonds, Passenger Facility Charges, Aviation Authority Funds, and Customer Facility Charges to the extent eligible. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board accept the recommendation of the Construction Committee and approve an Addendum to the Construction Management at Risk Services Agreement with Turner-Kiewit Joint Venture for BP-S130, South Terminal C, Phase 1 - Landside Clearing, Grubbing, Earthwork and Grading (GMP No. 5-S), at the Orlando International Airport for a total negotiated GMP amount of $8,534,935, which includes $1,000 for direct cost of work – SWPPP permit, $6,455,213 for direct cost of work – subcontract award to The Middlesex Corporation, $937,769 for allowances, $369,699 for the Owner Contingency, $369,699 for the CM@R Contingency, $56,672 for P&P bonds (0.664%), and a maximum fee amount of $344,883 (4.211%), with funding from the Aviation Authority’s Line of Credit to be reimbursed by future General Airport Revenue Bonds, Passenger Facility Charges, Aviation Authority Funds, and Customer Facility Charges to the extent eligible; and authorize an Aviation Authority Officer or the Executive Director to execute the necessary documents following satisfactory review by legal counsel.
CONSENT AGENDA ITEM – T -
GREATER ORLANDO AVIATION AUTHORITY
Orlando International Airport
One Jeff Fuqua Boulevard Orlando, Florida 32827-4399
MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: September 21, 2016 ITEM DESCRIPTION Recommendation of the Construction Committee to Approve an Addendum to the Continuing Program and Project Management Agreement with Geotech Consultants International, Inc. dba GCI, Inc. for Fiscal Year (FY) 2017 Planning, Engineering and Construction Staff Support Services Related to Project Coordination and Scheduling for the Capital Improvement Program at the Orlando International Airport BACKGROUND Staff support is needed to provide project coordination and scheduling for Capital Improvement Program (CIP) projects at the Orlando International Airport. These staff extension services include scheduling on projects including assistance with development of design schedules and analysis of contractor’s schedules using Primavera P6 software. These services also include constructability reviews, cost control, assisting with development and preparation of operational readiness and tenant communication plans for CIP projects, which include, but are not limited to, Bid Package (BP) BP No. 443, Airside 4 Improvements Program – Federal Inspection Station (FIS) / Custom Border Protection (CPB) Renovation and Wing Expansion; BP No. 447, Ticket Lobby Improvements and Modifications Program – Main Ticket Lobby Modifications; and, BP No. S100, APM Operating System for Airsides 1 and 3 and the South Airport Automated People Mover (APM) / Intermodal Terminal Facility (ITF). ISSUES A fee has been negotiated with Geotech Consultants International, Inc. dba GCI, Inc., for a not-to-exceed amount of $415,789 for FY 2017 planning, engineering and construction staff support services related to project coordination and scheduling on CIP projects at the Orlando International Airport. The services will be provided from June 1, 2017, through September 30, 2017. The Office of Small Business Development has reviewed the proposal and determined that because of the limited scope of the required services, Geotech Consultants International, Inc. dba GCI, Inc. does not proposes any MWBE/LDB participation, and is eligible for award of these services. On May 2, 2017, the Construction Committee recommended approval of an Addendum to the Continuing Program and Project Management Agreement with Geotech Consultants International, Inc. dba GCI, Inc. for FY 2017 planning, engineering and construction staff support services related to project coordination and scheduling on CIP projects at the Orlando International Airport. ALTERNATIVES There are no reasonable alternatives under consideration.
FISCAL IMPACT The fiscal impact is $415,789. Funding is from Ticket Lobby Program funds, Airsides 1 and 3 Program funds, Airside 4 Program funds, South Airport APM and ITF Complex Program funds, South Terminal C, Phase 1, Program funds, and Operations and Maintenance Funds. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board accept the recommendation of the Construction Committee and approve an Addendum to the Continuing Program and Project Management Agreement with Geotech Consultants International, Inc. dba GCI, Inc. for Fiscal Year (FY) 2017 planning, engineering and construction staff support services related to Project Coordination and Scheduling on Capital Improvement Program Projects at the Orlando International Airport, for a not-to-exceed fee amount of $415,789, with funding from Ticket Lobby Program funds, Airsides 1 and 3 Program funds, Airside 4 Program funds, South Airport APM and ITF Complex Program funds, South Terminal C, Phase 1, Program funds, and Operations and Maintenance Funds; and authorize an Aviation Authority Officer or the Executive Director to execute the necessary documents following satisfactory review by legal counsel.
CONSENT AGENDA ITEM – U -
GREATER ORLANDO AVIATION AUTHORITY
Orlando International Airport
One Jeff Fuqua Boulevard Orlando, Florida 32827-4399
MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: May 17, 2017 ITEM DESCRIPTION Recommendation of the Construction Committee to Approve an Addendum to the Continuing Program and Project Management Agreement (OAR Prime Entity) with Geotech Consultants International, Inc. dba GCI, Inc. for Fiscal Year (FY) 2017 Staff Extension Support Services for the Risk Management and Construction Departments at the Orlando International Airport BACKGROUND On March 15, 2017, the Aviation Authority Board approved a Continuing Program and Project Management Services Agreement (OAR Prime Entity) with Geotech Consultants International, Inc. dba GCI, Inc. The services included all services necessary for the management of the design and construction of both individual projects and programs consisting of two or more individual projects, including the management of design from planning and conceptual design phase through detailed design, bidding and award of construction contracts; development of design criteria documents, and management of design/build contracts; management of the construction and commissioning of projects including performing as the Owner’s Authorized Representative (OAR); providing material testing, quantity surveying, construction inspection, construction safety compliance inspection, and other services required to verify compliance of construction with contract documents; providing cost estimating, cost control, scheduling, progress reporting, and planning services to support both design and construction activities; negotiating contracts for program and project related professional and construction services required from the Aviation Authority’s other consultants and contractors; coordination of the activities of multiple consultants and contractors onsite; and all other related services, which may be required to accomplish the planning, funding, design, bidding and award, construction, commissioning and operation of projects and programs for the Aviation Authority’s existing and future facilities. ISSUES A fee has been negotiated with Geotech Consultants International, Inc. dba GCI, Inc., for a total amount of $311,394 for FY 2017 staff extension support services for the Risk Management and Construction Departments at the Orlando International Airport. The services will be provided from June 1, 2017, through September 30, 2017. Staff extension support services for senior inspector and safety manager and safety program support are required at the Orlando International and Executive Airports. Services will include, but are not limited, to assisting the Risk Management and Construction Departments with safety-related issues, safety compliance management and safety program services.
The Office of Small Business Development has reviewed the proposal and determined that Geotech Consultants International, Inc. dba GCI, Inc. proposes 79.3% MWBE participation, and is eligible for award of these services. On May 2, 2017, the Construction Committee recommended approval of an Addendum to the Continuing Program and Project Management Agreement (OAR Prime Entity) with Geotech Consultants International, Inc. dba GCI, Inc. for FY 2017 Staff Extension Support Services for the Risk Management and Construction Departments at the Orlando International Airport, in the total amount of $311,394. ALTERNATIVES There are no reasonable alternatives under consideration. FISCAL IMPACT The fiscal impact is $311,394. Funding is from Program and Project Funds, and the Operations and Maintenance Fund. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board accept the recommendation of the Construction Committee and approve an Addendum to the Continuing Program and Project Management Agreement (OAR Prime Entity) with Geotech Consultants International, Inc. dba GCI, Inc. for Fiscal Year (FY) 2017 Staff Extension Support Services for the Risk Management and Construction Departments at the Orlando International Airport, in the total not-to-exceed fee amount of $311,394, which includes a not-to-exceed fee amount of $309,344 and a not-to-exceed reimbursable expenses amount of $2,050, with funding from Program and Project Funds, and the Operations and Maintenance Fund; and authorize an Aviation Authority Officer or the Executive Director to execute the necessary documents following satisfactory review by legal counsel.
CONSENT AGENDA ITEM – V -
GREATER ORLANDO AVIATION AUTHORITY
Orlando International Airport
One Jeff Fuqua Boulevard Orlando, Florida 32827-4399
MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: May 17, 2017 ITEM DESCRIPTION Recommendation of the Construction Committee to Award Project H288, ORL Miscellaneous Airfield Improvements – Phase 3 at the Orlando Executive Airport to Hi-Lite Airfield Services, LLC BACKGROUND Project H288, ORL Miscellaneous Airfield Improvements – Phase 3 at the Orlando Executive Airport, provides for the remarking of airfield pavement areas at various locations, to include Runway 7-25, and Taxiways A, E, E3, E4, E5, E6, B, B1 and G, and other related areas, at the Orlando Executive Airport. Construction is scheduled to start in May 2017 and complete in August 2017. ISSUES The Aviation Authority’s Policy 450.03 (Non-Competitive Procurements) provides that when it is in the best interest of the Aviation Authority, the Aviation Authority may procure goods, services or professional services from a supplier having a requirements contract, annual agreement or multi-year contract with any public entity (e.g., federal, state, county, city, authority, school board, Buying Cooperative, etc.). Hi-Lite Airfield Services, LLC has a State Contract (Contract No. BDX68) with the Florida Department of Transportation. Due to the critical nature and timeliness of Project H288, the scope was directly-negotiated with Hi-Lite Airfield Services, LLC under its State Contract (Contract No. BDX68) with the Florida Department of Transportation. Hi-Lite Airfield Services, LLC has proposed a direct-negotiated amount of $389,293.48 for construction services for Project H288. Hi-Lite Airfield Services, LLC’s pricing has been reviewed and determined to be reasonable and the scope has been verified. The Office of Small Business Development has reviewed the bid from Hi-Lite Airfield Services, LLC and determined that, due to the limited and specialized scope of the required services, Hi-Lite Airfield Services, LLC does not propose any DBE participation and that Hi-Lite Airfield Services, LLC is eligible for award of this contract. On May 2, 2017, the Construction Committee recommended the approval of the award of Project H288, ORL Miscellaneous Airfield Improvements – Phase 3 at the Orlando Executive Airport to Hi-Lite Airfield Services, LLC for the direct-negotiated amount of $389,293.48. ALTERNATIVES There are no reasonable alternatives under consideration.
FISCAL IMPACT The fiscal impact is $389,293.48. Funding is from CFX/OOCEA Property Exchange Funds and FDOT Grants to the extent eligible. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board accept the recommendation of the Construction Committee and approve the award of Project H288, ORL Miscellaneous Airfield Improvements – Phase 3 at the Orlando Executive Airport to Hi-Lite Airfield Services, LLC for the direct-negotiated amount of $389,293.48, with funding from CFX/OOCEA Property Exchange Funds and FDOT Grants to the extent eligible; and authorize an Aviation Authority Officer or the Executive Director to execute the necessary documents following satisfactory review by legal counsel.
CONSENT AGENDA ITEM – W -
GREATER ORLANDO AVIATION AUTHORITY
Orlando International Airport
One Jeff Fuqua Boulevard Orlando, Florida 32827-4399
MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: May 17, 2017 ITEM DESCRIPTION Recommendation of the Construction Committee to Approve an Addendum to the Continuing Program and Project Management Agreement (OAR Prime Entity) with Parsons Brinckerhoff, Inc. for Fiscal Year (FY) 2017 Staff Extension Support Services for the Construction, Project Controls, Small Business and Information Technology Departments at the Orlando International Airport BACKGROUND On March 15, 2017, the Aviation Authority Board approved a Continuing Program and Project Management Services Agreement (OAR Prime Entity) with Parsons Brinckerhoff, Inc. The services included all services necessary for the management of the design and construction of both individual projects and programs consisting of two or more individual projects, including the management of design from planning and conceptual design phase through detailed design, bidding and award of construction contracts; development of design criteria documents, and management of design/build contracts; management of the construction and commissioning of projects including performing as the Owner’s Authorized Representative (OAR); providing material testing, quantity surveying, construction inspection, construction safety compliance inspection, and other services required to verify compliance of construction with contract documents; providing cost estimating, cost control, scheduling, progress reporting, and planning services to support both design and construction activities; negotiating contracts for program and project related professional and construction services required from the Aviation Authority’s other consultants and contractors; coordination of the activities of multiple consultants and contractors onsite; and all other related services, which may be required to accomplish the planning, funding, design, bidding and award, construction, commissioning and operation of projects and programs for the Aviation Authority’s existing and future facilities. ISSUES A fee has been negotiated with Parsons Brinckerhoff, Inc. for a total amount of $363,894.72 for FY 2017 staff extension support services for the Construction, Project Controls, Small Business and Information Technology (IT) Departments at the Orlando International Airport. The services will be provided from June 1, 2017, through September 30, 2017. Staff extension support services will include, but are not limited, to assisting the Construction, Project Controls, Small Business and Information Technology Departments with administrative services to include Project Controls’ Sunshine Committee and administrative support, small business contract compliance, Construction Department assistant project manager support, and IT Department administrative support.
The Office of Small Business Development has reviewed the proposal and determined that Parsons Brinckerhoff, Inc. proposes 82.1% MWBE participation, and is eligible for award of these services. On May 2, 2017, the Construction Committee recommended approval of an Addendum to the Continuing Program and Project Management Agreement (OAR Prime Entity) with Parsons Brinckerhoff, Inc. for Fiscal Year (FY) 2017 Staff Extension Support Services for the Construction, Project Controls, Small Business and Information Technology Departments at the Orlando International Airport, in the total amount of $363,894.72. ALTERNATIVES There are no reasonable alternatives under consideration. FISCAL IMPACT The fiscal impact is $363,894.72. Funding is from the Operations and Maintenance Fund. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board accept the recommendation of the Construction Committee and approve an Addendum to the Continuing Program and Project Management Agreement (OAR Prime Entity) with Parsons Brinckerhoff, Inc. for Fiscal Year (FY) 2017 Staff Extension Support Services for the Construction, Project Controls, Small Business and Information Technology Departments at the Orlando International Airport, in the total not-to-exceed fee amount of $363,894.72, with funding from the Operations and Maintenance Fund; and authorize an Aviation Authority Officer or the Executive Director to execute the necessary documents following satisfactory review by legal counsel.
CONSENT AGENDA ITEM – X -
GREATER ORLANDO AVIATION AUTHORITY
Orlando International Airport
One Jeff Fuqua Boulevard Orlando, Florida 32827-4399
MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: May 17, 2017 ITEM DESCRIPTION Recommendation of the Construction Committee to Approve an Amendment to Addendum No. 7 to the Construction-Engineering-Financial Consulting Services Agreement with R. W. Block Consulting, Inc. for Additional Program Compliance Services for the South Airport Intermodal Terminal Facility (ITF) Complex Program at the Orlando International Airport BACKGROUND On August 10, 2016, the Aviation Authority Board approved the Construction-Engineering-Financial Consulting Services Agreement with R. W. Block Consulting, Inc. The services include performing third-party reviews of change orders and addenda/amendments prior to submission to the Aviation Authority’s Construction Committee and Professional Services Committee as well as assisting the Planning, Engineering, and Construction, and Finance Departments in preparation for Construction Committee and other meetings. Services also include assistance in grant compliance in support of Aviation Authority projects funded by federal grants. ISSUES On September 27, 2016, the Construction Committee approved Addendum No. 7 to the Construction-Engineering-Financial Consulting Services Agreement with R. W. Block Consulting, Inc. for a total not-to-exceed amount of $211,409, for program compliance services in support of the South Airport Automated People Mover (APM) Complex Program at the Orlando International Airport. Since that time, it has been determined that R. W. Block Consulting, Inc.’s services are required for additional program compliance services in support of the South Airport Intermodal Terminal Facility (ITF) Complex Program at the Orlando International Airport. Services will include project and program cost tracking and reporting, project and program budget development, funding plans, cost segregation, review of project and program expenditures for contract compliance, funding recommendations, assistance with Guaranteed Maximum Price (GMP) negotiations, review of trade awards and contingency requests to Construction Committee, and other related services as required by the Aviation Authority’s Planning, Engineering and Construction Department. The services will be provided through December 31, 2017. A fee has been negotiated with R. W. Block Consulting, Inc., for a total not-to-exceed amount of $389,871 for Additional Program Compliance Services for the South Airport Intermodal Terminal Facility (ITF) Complex Program at the Orlando International Airport. The Office of Small Business Development has reviewed the proposal and determined that R. W. Block Consulting, Inc. proposes to achieve 24.9% DBE participation on this
Addendum, and that R. W. Block Consulting, Inc. is eligible for award of these services. On April 25, 2017, the Construction Committee recommended approval of an Amendment to Addendum No. 7 to the Construction-Engineering-Financial Consulting Services Agreement with R. W. Block Consulting, Inc. for Additional Program Compliance Services for the South Airport Intermodal Terminal Facility (ITF) Complex Program at the Orlando International Airport for a total not-to-exceed amount of $389,871. ALTERNATIVES There are no reasonable alternatives under consideration. FISCAL IMPACT The fiscal impact is $389,871. Funding is from FDOT Grants. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board accept the recommendation of the Construction Committee and approve an Amendment to Addendum No. 7 to the Construction-Engineering-Financial Consulting Services Agreement with R. W. Block Consulting, Inc. for Additional Program Compliance Services for the South Airport Intermodal Terminal Facility (ITF) Complex Program at the Orlando International Airport for a total not-to-exceed fee amount of $389,871, with funding from FDOT Grants; and authorize an Aviation Authority Officer or the Executive Director to execute the necessary documents following satisfactory review by legal counsel.
CONSENT AGENDA ITEM – Y -
GREATER ORLANDO AVIATION AUTHORITY
Orlando International Airport
One Jeff Fuqua Boulevard Orlando, Florida 32827-4399
MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: May 17, 2017 ITEM DESCRIPTION Recommendation of the Construction Committee to Approve the Procurement of Furniture (Lounge Seats and Powered Tables) from Agati, Inc. for WS125, South Airport Automated People Mover (APM)/Intermodal Terminal Facility (ITF) Complex – Furnishings, Fixtures and Equipment (FF&E), at the Orlando International Airport BACKGROUND The South Airport APM Complex is a multi-year program that will consist of several projects. The scope of the program may include, but is not limited to, parking garage(s), a new APM station in the south, modifications to the existing APM station in the North Terminal, completion of the APM guideway structure to the South Airport Complex APM station, modifications to the APM guideway structures (fixed facilities only) to Airsides 1 and 3 to accept the new Operating System, a new south Commercial Curb, roadway(s)/bridge(s), site grading, drainage, signage, lighting, and utilities as required to support the projects, all associated infrastructure, and all other components to complete the program. The South Airport ITF is also a multi-year program that includes an intermodal terminal that may serve various modes of rail (including inter-city rail, commuter rail, and light rail) and vehicle transport for the Orlando International Airport. The South Airport ITF will be a stand-alone structure connected to the new APM station and parking garage. ISSUES WS125 requires multiple furniture components to achieve a fully-functioning and complete complex for the multiple buildings at the South Airport APM/ITF Complex at the Orlando International Airport. On February 20, 2015, the State of Florida awarded Agati, Inc. a contract (Contract No. 56121000-15-1, entitled Furniture Library) for the purpose of supplying state agencies with library furnishings and associated space planning, design, assembly, installation and debris removal and disposal services. The Aviation Authority’s Policy 450.03, Page 4, Government Contract/Annual Contract, permits the procurement of items and/or services from a supplier based on a requirements contract/annual agreement with any public entity for items described in such contract and at prices or discounts no less favorable than any set forth in such contract. The total quotation from Agati, Inc. is based upon the sum of products at the unit prices listed in the State of Florida contract pricing schedule times the stated quantity of each item listed in the quotation less contract allowable discounts. The Aviation Authority’s Purchasing Department has reviewed the pricing and does not believe that the Aviation Authority’s issuance of its own Request for Quotations would result in a lower cost for this furniture and the associated services.
On April 24, 2017, the Aviation Authority received a quote from Agati, Inc. for a total not-to-exceed amount of $327,463.08 for lounge seating and powered tables for WS125. The procurement will include 83 lounge seat units, including 60 single seats, 8 double-seat units, 13 triple-seat units and 2 semi-circle triple-seat units, and 35 powered tables, including 30 side tables and 5 round tables, which will be located at various locations in the public areas of the South Airport APM/ITF Complex. This procurement does not include custom upholstery fabric which will be purchased separately. This procurement also does not include the electrical work needed to provide electrical service at the selected locations for the seating units. Agati, Inc. has confirmed its quote was prepared in accordance with all bid documents and addenda and that it is able to complete the subject procurement for the amount quoted and within the Aviation Authority’s schedule. 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, Agati, Inc.does not propose any MWBE/LDB participation on this purchase request and Agati, Inc. is eligible for award of the subject purchase request. On May 2, 2017, the Construction Committee recommended approval for the procurement of Furniture (Lounge Seats and Powered Tables) from Agati, Inc. for WS125, South Airport APM/ ITF Complex – FF&E, at the Orlando International Airport, for the total not-to-exceed amount of $327,463.08. ALTERNATIVES There are no reasonable alternatives under consideration. FISCAL IMPACT The fiscal impact is $327,463.08. Funding is from General Airport Revenue Bonds, Aviation Authority Funds, Facility Improvement Funds and FDOT Grants to the extent eligible. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board accept the recommendation of the Construction Committee for the procurement of Furniture (Lounge Seats and Powered Tables) from Agati, Inc. for WS125, South Airport APM/ ITF Complex – FF&E, at the Orlando International Airport, for the total not-to-exceed amount of $327,463.08, with funding from General Airport Revenue Bonds, Aviation Authority Funds, Facility Improvement Funds and FDOT Grants to the extent eligible; and authorize an Aviation Authority Officer or the Executive Director to execute the necessary documents following satisfactory review by legal counsel.
CONSENT AGENDA ITEM – Z -
GREATER ORLANDO AVIATION AUTHORITY
Orlando International Airport
One Jeff Fuqua Boulevard Orlando, Florida 32827-4399
MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: May 17, 2017 ITEM DESCRIPTION Recommendation of the Construction Committee to Authorize the Single Source Procurement of Planter Pots from Dura Art Stone for WS125, South Airport Automated People Mover (APM)/Intermodal Terminal Facility (ITF) Complex – Furnishings, Fixtures and Equipment (FF&E), at the Orlando International Airport BACKGROUND The South Airport APM Complex is a multi-year program that will consist of several projects. The scope of the program may include, but is not limited to, parking garage(s), a new APM station in the south, modifications to the existing APM station in the North Terminal, completion of the APM guideway structure to the South Airport Complex APM station, modifications to the APM guideway structures (fixed facilities only) to Airsides 1 and 3 to accept the new Operating System, a new south Commercial Curb, roadway(s)/bridge(s), site grading, drainage, signage, lighting, and utilities as required to support the projects, all associated infrastructure, and all other components to complete the program. The South Airport ITF is also a multi-year program that includes an intermodal terminal that may serve various modes of rail (including inter-city rail, commuter rail, and light rail) and vehicle transport for the Orlando International Airport. The South Airport ITF will be a stand-alone structure connected to the new APM station and parking garage. ISSUES WS125 requires multiple furnishings, fixtures and equipment components to achieve a fully-functioning and complete complex for the multiple buildings at the South Airport APM/ITF Complex at the Orlando International Airport. This procurement will include 81 planter pots of various sizes which will house interior landscaping at various locations in the public areas of the South Airport APM/ITF Complex. Ramski & Company, the design consultant, evaluated various types of planter pots and presented its options to the Aviation Authority’s Design Review Committee (DRC), with the recommendation to select the Dura Art Stone planters as being the best planters consistent with the design intent and consistent with the Aviation Authority’s standard uses in previous North Terminal projects. The DRC consensed this recommendation at its May 27, 2015, meeting. On April 25, 2017, Dura Art Stone submitted its quotation for planter pots for WS125, South Airport APM/ ITF Complex –FF&E for the total not-to-exceed amount of $213,639.19. The Aviation Authority’s Purchasing Policy 450.03 allows for the Single Source procurement of goods and services. 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, Dura Art Stone does not propose any MWBE/LDB participation on this purchase request and Dura Art Stone is eligible for award of the subject purchase request. On May 2, 2017, the Construction Committee recommended the single source procurement of planter pots from Dura Art Stone for WS125, South Airport APM/ ITF Complex – FF&E, at the Orlando International Airport, for the total not-to-exceed amount of $213,639.19. ALTERNATIVES There are no reasonable alternatives under consideration. FISCAL IMPACT The fiscal impact is $213,639.19. Funding is from General Airport Revenue Bonds, Aviation Authority Funds, Facility Improvement Funds, and FDOT Grants to the extent eligible. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board accept the recommendation of the Construction Committee and authorize the single source procurement of planter pots from Dura Art Stone for WS125, South Airport Automated People Mover (APM)/Intermodal Terminal Facility (ITF) Complex – Furnishings, Fixtures and Equipment (FF&E), at the Orlando International Airport, for the total not-to-exceed amount of $213,639.19, with funding from General Airport Revenue Bonds, Aviation Authority Funds, Facility Improvement Funds, and FDOT Grants to the extent eligible; authorize the Purchasing Office to issue the necessary purchase order; and authorize an Aviation Authority Officer or the Executive Director to execute the necessary documents following satisfactory review by legal counsel.
CONSENT AGENDA ITEM – AA -
GREATER ORLANDO AVIATION AUTHORITY
Orlando International Airport
One Jeff Fuqua Boulevard Orlando, Florida 32827-4399
MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: May 17, 2017 ITEM DESCRIPTION Recommendation of the Construction Committee to Approve the Purchase of LG, 65” LED Pro:CentricTM, IPTVs from MDM Commercial Enterprises, Inc. d/b/a LG Fulfillment for Project BP-00474, Hyatt Regency Guest Room/Corridor Renovations, at the Orlando International Airport BACKGROUND Project BP-00474 will renovate the Hyatt Regency guest rooms and includes the procurement of all soft goods, case goods, carpet, window treatment, bath vanity plumbing fixtures and accessories, paint, and trim for the renovation efforts. Also included is the replacement of the televisions located in the guest rooms and conference suites, and in-room safes. Renovation of the corridors will include paint, carpet, select re-upholstery of soft goods and select replacement of case goods. ISSUES On April 5, 2017, the Aviation Authority issued the Request for Quotations (RFQ) No. 92455-17 for 462 LG, 65” LED Pro:CentricTM, IPTVs, for Project BP-00474. On April 18, 2017, 18 quotes were received as follows: • MDM Commercial Enterprises, Inc. d/b/a $ 710,888.64
LG Fulfillment* • RLJ Enterprises, Inc. $ 722,036.70 • Computers Plus $ 728,574.00 • DD Office Products, Inc. d/b/a $ 735,504.00 • Liberty Paper • SDF Professional Computers, Inc. $ 736,428.00 • Colamco, Inc. $ 738,728.76 • The Office Cart, LLC $ 739,200.00 • Moredirect, Inc. d/b/a Connection $ 759,366.30 • Visions of Video $ 759,528.00 • OM Office Supply, Inc. $ 775,236.00 • Perlmutter Purchasing Power $ 784,476.00 • TriOrb Solutions, LLC $ 785,400.00 • Insight Public Sector, Inc.* $ 787,751.58 • Anixter $ 819,126.00 • Pro Sound, Inc. $ 820,512.00 • Audio Fidelity Communications d/b/a* $ 821,898.00
Whitlock • Modern Imaging Solutions, Inc. $ 824,388.18
• Presidio $ 845,630.94 *The quotations from MDM Commercial Enterprises, Inc. d/b/a LG Fulfillment and Insight Public Sector, Inc. contained arithmetical errors; the corrected amounts are shown above. The apparent low responsive bidder, MDM Commercial Enterprises, Inc. d/b/a LG Fulfillment, has confirmed its quote was prepared in accordance with all bid documents and addenda and that it will be able to complete the procurement for the amount quoted and within the Aviation Authority’s schedule. 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, MDM Commercial Enterprises, Inc. d/b/a LG Fulfillment does not propose any MWBE/LDB participation on this purchase request and MDM Commercial Enterprises, Inc. d/b/a LG Fulfillment is eligible for award of the subject purchase request. On May 9, 2017, the Construction Committee recommended approval to purchase LG, 65” LED Pro:CentricTM, IPTVs from MDM Commercial Enterprises, Inc. d/b/a LG Fulfillment for Project BP-00474, Hyatt Regency Guest Room/Corridor Renovations, at the Orlando International Airport, for the total not-to-exceed amount of $710,888.64. ALTERNATIVES There are no reasonable alternatives under consideration. FISCAL IMPACT The fiscal impact is $710,888.64. Funding is from previously-approved Capital Expenditure Funds. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board accept the recommendation of the Construction Committee for the purchase of LG, 65” LED Pro:CentricTM, IPTVs from MDM Commercial Enterprises, Inc. d/b/a LG Fulfillment for Project BP-00474, Hyatt Regency Guest Room/Corridor Renovations, at the Orlando International Airport, for the total not-to-exceed amount of $710,888.64, with funding from previously-approved Capital Expenditure Funds; and authorize an Aviation Authority Officer or the Executive Director to execute the necessary documents following satisfactory review by legal counsel.
CONSENT AGENDA ITEM – BB -
GREATER ORLANDO AVIATION AUTHORITY
Orlando International Airport
One Jeff Fuqua Boulevard Orlando, Florida 32827-4399
MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: May 17, 2017 ITEM DESCRIPTION Recommendation of the Construction Committee to Approve an Amendment to Addendum No. 3 to the Construction Management at Risk Services Agreement with Turner-Kiewit Joint Venture for BP No. S118, South Airport Intermodal Terminal Facility (ITF) – Viaduct Test Piles (GMP No. 13A) at the Orlando International Airport BACKGROUND The South Airport Intermodal Terminal project includes an intermodal terminal that may serve various modes of rail (including inter-city rail, commuter rail, and light rail) and vehicle transport for the Orlando International Airport. The South Airport Intermodal Terminal will be a stand-alone structure connected to a new Automated People Mover (APM) station and parking garage that will be constructed by a separate CM@R firm (i.e., Hensel Phelps Construction Co.) under a program called the South Airport APM Complex. On October 16, 2013, the Aviation Authority Board approved a Construction Management at Risk Services Agreement for the South Airport Intermodal Terminal Facility (ITF) with Turner-Kiewit Joint Venture. The Construction Management at Risk (CM@R) is required to coordinate and work with the South Airport APM Complex Prime Design Consultant (i.e., HKS, Inc. dba HKS Architects, Inc.), the Design, Build, Operate and Maintain (DBOM) Contractor for the APM Operating System (OS) (i.e., Mitsubishi Heavy Industries America, Inc.), and the Fixed Facilities Design Consultant (i.e., T. Y. Lin International). The CM@R will provide pre-construction, construction, commissioning, and close-out phase services for the program. These services include constructability review of design submittals, value engineering, coordination with the design consultants to define packaging of the design into separate Guaranteed Maximum Price (GMP) Addenda, and negotiation and award of the GMPs for each separate construction scope. The CM@R Agreement provides for the following compensation to the CM@R Contractor: • The direct cost of the work is defined as the actual cost for the subcontractor
costs, self-performed work, if any, direct labor, materials, and equipment required to construct the work.
• Allowances in direct cost of the work will only be used in situations where the payment for direct work to a third-party service provider, such as a utility company, is unknown at the time due to an incomplete scope of work, or a portion of the work that is not well-defined, or there are known factors that could significantly increase the cost to perform a specific portion of the work. Allowances are assumed to be a direct cost of the work.
• The CM@R contingency shall be utilized to compensate for an increase in the cost of work incurred by the CM@R due to unforeseen circumstances relating to construction
of the project, which resulted in an unavoidable increase in cost, except when deemed the responsibility of the Owner in accordance with the CM@R Services Agreement. The CM@R’s Contingency is determined as a percentage of the direct cost of the work.
• The Owner’s contingency shall be an amount, determined by the Owner, which will be available to compensate the CM@R for the increased cost of the work incurred by the CM@R due to a Contract Modification or to other increases in the cost of the work, which the Owner determines, in its sole discretion, is its responsibility. The Owner’s Contingency is determined as a percentage of the direct cost of the work.
• The fee covers the CM@R Contractor’s overhead, profit, and all other costs not
allowed as direct costs or general conditions. The fee will be paid as a negotiated percentage of the actual direct cost of the work only. A fee has been negotiated with Turner-Kiewit Joint Venture for a value of 5.5% of the actual direct cost.
• The general conditions expenses are defined as the actual or negotiated costs,
without any fee, for services, equipment, and materials such as office space and supplies, phones, computers, and other expenses required to support the services.
On December 10, 2014, the Aviation Authority Board approved Addendum No. 3 to the Construction Management at Risk Services Agreement with Turner-Kiewit Joint Venture for BP No. S118, South Airport Intermodal Terminal Facility (ITF) – Viaduct Test Piles (GMP No. 13A) at the Orlando International Airport, for a direct negotiated GMP amount of $2,576,208. The scope of BP. No. S118 includes labor, equipment, and materials associated with the viaduct test piles as specified in the contract documents. On August 19, 2015, the Aviation Authority Board approved Amendment No. 1 to Addendum No. 3 to the Turner-Kiewit Joint Venture for BP No. S118, South Airport Intermodal Terminal Facility (ITF) - Viaduct Test Piles (GMP No. 13A) at the Orlando International Airport for a no cost change to replace the project schedule with the new integrated Master Baseline Schedule for the South Airport APM/Intermodal Terminal Facility (ITF) Programs. On December 22, 2015, the Aviation Authority Board approved Amendment No. 2 to Addendum No. 3 to the Construction Management at Risk Services Agreement with Turner-Kiewit Joint Venture for BP No. S118, South Airport Intermodal Terminal Facility – Viaduct Test Piles (GMP No. 13A) at the Orlando International Airport, for a reduction in the CM@R’s and Owner’s Contingencies, including the associated CM@R fee amount, for a total negotiated GMP Amendment amount of ($211,000). ISSUES The Owner’s Authorized Representative (i.e., URS Corporation) and Turner-Kiewit Joint Venture have reviewed the current financial status and progress of the work in BP No. S118, and have determined that, in accordance with the contract documents, it is appropriate at this time to increase the Direct Cost of the Work, and reduce the CM@R’s and Owner’s Contingencies, including the associated CM@R fee amount, and General Conditions (no fee applied) as shown below. There is no impact to the GMP schedule.
GMP Original GMP Budget
Current GMP Budget*
Proposed GMP Amendment Revised GMP
(A) (B) (C) (D) = (B)+(C) Direct Cost of the Work $ 874,854 $ 2,049,767.78 $ 17,878,64 $ 2,067,646.42 Allowances-Direct Cost of Work $ 1,266,500 $ 0.00 $ 0.00 $ 0.00 CM@R Contingency $ 105,853 $ 80,486.22 ($ 80,486.22) $ 0.00 Owner Contingency $ 52,927 $ 23,147.00 ($ 23,147.00) $ 0.00
Subtotal - Direct Cost $ 2,300,134 $ 2,153,401.00 ($ 85,754.58) $ 2,067,646.42 CM@R’s Fee $ 117,774 $ 118,437.00 ($ 4,716.45) $ 113,720.55 General Conditions $ 158,300 $ 93,370.00 ($ 52,375.77) $ 40,994.23
Total Approved GMP $ 2,576,208 $ 2,576,208.00 ($ 142,846.80) $ 2,222,361.20 *Column B above represents the current budget as a result of authorized GMP subcontract awards and other budget reallocations as a result of the GMP buyout process and the awards of CM@R’s contracts and/or purchase orders through the Buyout and Contingency requests approved by the Construction Committee through March 7, 2017.
The GMP buyout process results in internal cost transfers between the different GMP elements within the GMP without changing the overall GMP amount previously-approved by the Aviation Authority Board. Turner-Kiewit Joint Venture remains committed to achieving the overall DBE program goals of 35% for construction management and 25% for construction services. There is no small business participation associated with the proposed decrease to BP No. S118, South Airport Intermodal Terminal Facility (ITF) – Viaduct Test Piles (GMP No. 13A). On May 9, 2017, the Construction Committee recommended approval of an Amendment to Addendum No. 3 to the Construction Management at Risk Services Agreement with Turner-Kiewit Joint Venture for BP No. S118, South Airport Intermodal Terminal Facility – Viaduct Test Piles (GMP No. 13A) at the Orlando International Airport, as outlined above. ALTERNATIVES There are no reasonable alternatives under consideration. FISCAL IMPACT The fiscal impact is a credit amount of ($142,846.80). Funding is credited to the FDOT Grants. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board accept the recommendation of the Construction Committee and approve an Amendment to Addendum No. 3 to the Construction Management at Risk Services Agreement with Turner-Kiewit Joint Venture for BP No. S118, South Airport Intermodal Terminal Facility (ITF) – Viaduct Test Piles (GMP No. 13A), for a total negotiated GMP Amendment credit amount of ($142,846.80), which includes an increase amount of $17,878.64 for the Direct Cost of Work, a credit amount of ($80,486.22) for CM@R contingency, a credit amount of ($23,147) for Owner contingency, a credit amount of ($4,716.45) to the CM@R’s fee amount (5.5% of actual direct cost), and a credit amount of ($502,375.77) for the General Conditions (no fee applied), resulting in a revised GMP amount of $2,222,361.20, with funding credited to the FDOT Grants; and authorize an Aviation Authority Officer or the Executive Director to execute the necessary documents following satisfactory review by legal counsel.
CONSENT AGENDA ITEM – CC -
GREATER ORLANDO AVIATION AUTHORITY
Orlando International Airport
One Jeff Fuqua Boulevard Orlando, Florida 32827-4399
MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: May 17, 2017 ITEM DESCRIPTION Recommendation of the Construction Committee to Approve the Purchase of High Resolution/Heat Sensing FLIR Cameras and Accessory Equipment, from Securedyne Systems for Project V-00807, Specialty CCTV Cameras, at the Orlando International Airport BACKGROUND Project V-00807 will procure, install and integrate specialty high-resolution, long-range, infrared CCTV security cameras and associated infrastructure at the Orlando International Airport. ISSUES On May 2, 2017, Securedyne Systems submitted its proposal to provide and install three high resolution/heat sensing FLIR cameras and accessory equipment for Project V-00807, Specialty CCTV Cameras, at the Orlando International Airport, for a total not-to-exceed amount of $325,683.57. Securedyne Systems is an authorized supplier/installer of FLIR cameras and accessories, in accordance with its GSA Contract No. 18868-1-10. The Aviation Authority’s Purchasing Policy 450.03 allows for the procurement of goods or services from any supplier having a contract, annual agreement or multi-year agreement with any Public Entity. 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, Securedyne Systems does not propose any MWBE/LDB participation on this purchase request and Securedyne Systems is eligible for award of the subject purchase request. On May 9, 2017, the Construction Committee recommended approval to purchase High Resolution/Heat Sensing FLIR Cameras and Accessory Equipment from Securedyne Systems for Project V-00807, Specialty CCTV Cameras, at the Orlando International Airport, for the total not-to-exceed amount of $325,683.57. ALTERNATIVES There are no reasonable alternatives under consideration. FISCAL IMPACT The fiscal impact is $325,683.57. Funding is from Passenger Facility Charges. RECOMMENDED ACTION
It is respectfully requested that the Aviation Authority Board accept the recommendation of the Construction Committee for the purchase High Resolution/Heat Sensing FLIR Cameras and Accessory Equipment from Securedyne Systems for Project V-00807, Specialty CCTV Cameras, at the Orlando International Airport, for the total not-to-exceed amount of $325,683.57, with funding from Passenger Facility Charges; and authorize an Aviation Authority Officer or the Executive Director to execute the necessary documents following satisfactory review by legal counsel.
REVISED CONSENT AGENDA ITEM – DD -
GREATER ORLANDO AVIATION AUTHORITY
Orlando International Airport
One Jeff Fuqua Boulevard Orlando, Florida 32827-4399
MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: May 17, 2017 ITEM DESCRIPTION Recommendation of the Construction Committee to Authorize the Single Source Procurement to Upgrade the Fire Alarm System from Commercial Systems Group, Inc. for WS125 ZC-244, South Airport Automated People Mover (APM)/Intermodal Terminal Facility (ITF) Complex – Furnishings, Fixtures and Equipment (FF&E) at the Orlando International Airport BACKGROUND The South Airport APM Complex is a multi-year program that will consist of several projects. The scope of the program may include, but is not limited to, parking garage(s), a new APM station in the south, modifications to the existing APM station in the North Terminal, completion of the APM guideway structure to the South Airport Complex APM station, modifications to the APM guideway structures (fixed facilities only) to Airsides 1 and 3 to accept the new Operating System, a new south Commercial Curb, roadway(s)/bridge(s), site grading, drainage, signage, lighting, and utilities as required to support the projects, all associated infrastructure, and all other components to complete the program. The South Airport ITF is also a multi-year program that includes an intermodal terminal that may serve various modes of rail (including inter-city rail, commuter rail, and light rail) and vehicle transport for the Orlando International Airport. The South Airport ITF will be a stand-alone structure connected to the new APM station and parking garage. ISSUES This procurement will provide an upgrade of the EST fire alarm system at the North Terminal Station of the South Airport APM/ITF Complex. Services will include installation of additional servers, workstations, switches and other equipment in support of the South Airport APM/ITF Complex. The Edwards Systems Technology (EST) fire alarm system provides the Aviation Authority the ability to monitor and maintain supervisory control of the fire alarm system for the entire Orlando International Airport complex without modifications. The current system is not capable of supporting the new South Airport APM/ITF Complex. This upgrade will allow a seamless integration of the newly-construction South Airport APM/ITF Complex fire alarm system and allow for future expansions. Commercial Systems, Group, Inc. is the Aviation Authority’s fire alarm service provider. The design team for the South Airport APM/ITF Complex has specified an EST fire alarm system that will jointly use the public address speaker system and an
Innovative Electronic Design (IED) system. Currently, CSG is only local provider authorized to work on EST and IED systems. On November 29, 2016, Commercial Systems Group, Inc. submitted its quotation to upgrade the fire alarm system, to include the purchase of UL-listed fire works services, workstations, network switches and other equipment, installation, set-up and testing of the system’s operations for WS125 ZC-244, South Airport APM/ ITF Complex – FF&E, for the total not-to-exceed amount of $181,669.15. The Aviation Authority’s Purchasing Policy 450.03 allows for the Single Source procurement of goods and services when the procurement is made from one firm among others in a competitive marketplace which, for justifiable reasons, is found to be most advantageous for the purpose of fulfilling the given purchasing need provided. 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, Commercial Systems Group, Inc. does not propose any MWBE/LDB participation on this purchase request and Commercial Systems Group, Inc. is eligible for award of the subject purchase request. On May 9, 2017, the Construction Committee recommended the Single Source Procurement to Upgrade the Fire Alarm System from Commercial Systems Group, Inc. for WS125 ZC-244, South Airport Automated People Mover (APM)/Intermodal Terminal Facility (ITF) Complex – Furnishings, Fixtures and Equipment (FF&E) at the Orlando International Airport, for the total not-to-exceed amount of $181,669.15. ALTERNATIVES There are no reasonable alternatives under consideration. FISCAL IMPACT The fiscal impact is $181,669.15. Funding is from General Airport Revenue Bonds, Aviation Authority Funds, Capital Expenditure Funds, and FDOT Grants to the extent eligible. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board accept the recommendation of the Construction Committee and authorize the Single Source Procurement to Upgrade the Fire Alarm System from Commercial Systems Group, Inc. for WS125 ZC-244, South Airport Automated People Mover (APM)/Intermodal Terminal Facility (ITF) Complex – Furnishings, Fixtures and Equipment (FF&E) at the Orlando International Airport, for the total not-to-exceed amount of $181,669.15, with funding from General Airport Revenue Bonds, Aviation Authority Funds, Capital Expenditure Funds, and FDOT Grants to the extent eligible; authorize the Purchasing Office to issue the necessary purchase order; and authorize an Aviation Authority Officer or the Executive Director to execute the necessary documents following satisfactory review by legal counsel.
CONSENT AGENDA ITEM – EE -
GREATER ORLANDO AVIATION AUTHORITY
Orlando International Airport
One Jeff Fuqua Boulevard Orlando, Florida 32827-4399
MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Professional Services Committee DATE: May 17, 2017 ITEM DESCRIPTION Recommendation of the Professional Services Committee to Approve a Single Source Amendment Extension to the Purchasing Agreement for PS-315, Oracle E-Business Suite Consulting Services, at the Orlando International Airport, with Application Software Technology Corporation BACKGROUND On August 15, 2012, the Aviation Authority Board approved a Purchasing Agreement for PS-315, Oracle E-Business Suite Consulting Services, at the Orlando International Airport with Application Software Technology (AST) Corporation. These services may include, but are not limited to, the upgrade and enhancement of the Aviation Authority’s current Oracle applications, preparation of a gap/fit analysis of the Oracle modules currently in use by the Aviation Authority, implementation of required new functionality as deemed necessary by the Aviation Authority, functional upgrade testing and associated troubleshooting, implementation and customization of new or existing workflow, troubleshooting technical and database issues, the Aviation Authority’s team member training, and post upgrade support. The agreement also provides for scope of services for additional projects to be initiated after the final acceptance, which have not yet been defined and could include point release upgrades, major upgrades, implementation of additional Oracle modules or tools, or assistance with functional or technical issue resolution. The initial term of this Agreement commenced on October 1, 2012, and expired upon completion and final acceptance of the Oracle E-Business Suite upgrade (Initial Project), which occurred on October 14, 2013. The Aviation Authority Board’s approval of the Purchasing Agreement for PS-315 included the four (4) one-year options. The fourth and final one-year renewal option will expire on October 13, 2017. Subsequent to the final acceptance date, the Professional Services Committee (PSC) took action on the following additional projects to be performed under Amendment No. 1 on the above-referenced agreement: • Scope of Services No. 1 provided for facilitating the automation of the Oracle
Grants to Oracle Fixed Assets capitalization process and modification of the account derivation process surrounding certain projects thereby streamlining the capitalization process related to these projects (recommended for approval by the PSC on December 10, 2013); and,
• Scope of Services No. 2 provided for the implementation of Oracle Business
Intelligence Enterprise Edition (OBIEE), including Oracle BI Foundation Suite, Financial Analytics and Procurement and Spend Analytics. The scope of services included setup and configuration, gap analysis, data mapping, testing, and training (recommended for approval by the PSC on February 14, 2014; and,
• Scope of Services No. 3 provided for implementation of Oracle Hyperion Planning and
Reporting Software Solutions (Hyperion), including integration in support of the Aviation Authority’s budgeting and reporting processes. The Hyperion software replaced the previously used Clarity software (recommended for approval by the PSC on August 5, 2014.)
ISSUES AST Corporation has submitted a price proposal in the total not-to-exceed amount of $80,000. Services include, but are not limited to, a continuation of the on-site as well as remote Oracle E-Business Suite consulting services at the Orlando International Airport. AST Corporation has facilitated the Oracle EBS R12 upgrade and developed most of the integrations currently used in production. AST Corporation’s analysts and development staff have experience with the Oracle environment currently deployed, the code and standards used in all current integrations, the use cases under which the integrations are developed for and knowledge of the applications and reports for which the data is being utilized. AST Corporation has provided consulting services with the Aviation Authority staff in which the requirements and use cases were development. Pricing is based upon existing Hourly Rates for Additional Projects. Services will be extended through August 31, 2018. Additional work, if needed, after August 31, 2018, will be consolidated with IT AIDB Contract 21-09. Aviation Authority Policy 450.03, Non-Competitive Procurements, permits the Single Source procurement of goods, services, or professional services made from one firm among others in a competitive marketplace which, for justifiable reasons, is found to be most advantageous for the purpose of fulfilling the given purchasing need. This Agreement does not include a MWBE or LDB participation requirement. The Office of Small Business Development has reviewed this proposed scope of work and determined that, due to the specialized nature of the services, Application Software Corporation does not propose any MWBE/LDB participation and Application Software Corporation is eligible for award of these services. On May 2, 2017, the Professional Services Committee recommended approval of Single Source Agreement Extension to the Purchasing Agreement for PS-315, Oracle E-Business Suite Consulting Services at the Orlando International Airport, with Application Software Technology Corporation, through August 31, 2018, for a total not-to-exceed amount $80,000. ALTERNATIVE There are no reasonable alternatives under consideration. FISCAL IMPACT The fiscal impact is $80,000. Funding is from the Operations and Maintenance Fund. The department intends to submit budget requests for those funds to be spent under the Agreement in the next fiscal year and such requests, when considered with other known or anticipated obligations of the department for such future years do not exceed expected or reasonable funding approvals. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board accept the recommendation of the Professional Services Committee and approve a Single Source Agreement Extension to the Purchasing Agreement for PS-315, Oracle E-Business Suite Consulting Services at the Orlando International Airport, through August 31, 2018, for a total not-to-exceed amount of $80,000, with funding from the Operations and Maintenance Fund; and, authorize an Aviation Authority Officer or the Executive Director to execute the necessary contract documents following satisfactory review by legal counsel.
CONSENT AGENDA ITEM – FF -
GREATER ORLANDO AVIATION AUTHORITY
Orlando International Airport
One Jeff Fuqua Boulevard Orlando, Florida 32827-4399
MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Professional Services Committee DATE: May 17, 2017 ITEM DESCRIPTION Recommendation of the Professional Services Committee to Exercise the First One-Year Renewal Option for Unified Communications Managed Services at the Orlando International Airport and Orlando Executive Airport with Avaya, Inc. BACKGROUND The Aviation Authority requires unified communications managed services for the Orlando International Airport and Orlando Executive Airport. These services are in support of the Aviation Authority’s Nortel communications equipment and include specialized telecommunication service monitoring, customer notification, service desk, service management, incident management, release management, service level agreements, service level reporting, and capacity management, as well as third party applications. The Aviation Authority currently manages approximately 6,900 licenses/phone lines. In 2008, the State of Florida Division of Telecommunications entered into a State Term Contract for Telephony Equipment and Services (i.e., STC No. 730-000-09-1) with the following four firms: Avaya, Inc., Cisco Systems, Nortel Networks, and Siemens Communications). These contracts expired on September 2, 2014; however, a Customer Services Authorization (CSA) was placed during the contract period for up to five years. In late 2009, Avaya, Inc. acquired Nortel Enterprise Solutions. Avaya, Inc. is the only firm authorized/certified to service the Aviation Authority’s Nortel equipment. The State of Florida approved the Communications Service Authorization (CSA) on April 4, 2014. The Aviation Authority’s Policy 450.03 (Non-Competitive Procurements) permits the procurement of goods, services, and professional services by direct negotiation or other method involving limited or no competition from a Supplier having a requirements contract/annual agreement with any public entity (e.g., federal, state, county, city, authority, school board, Buying Cooperative, etc.) for goods, services, or professional services described in such contract and at prices or discounts no less favorable than any set forth in such contracts. On April 16, 2014, the Aviation Authority Board authorized the purchase of the Unified Communications Managed Services at Orlando International Airport and Orlando Executive Airport from Avaya, Inc., pursuant to Florida’s State Term Contract (STC) Contract No. 730-000-09-1 for a monthly cost of $42,000, plus a one-time cost of $42,950 for specialized technical requirements. The term of these services began on June 14, 2014, for a period of thirty-six months with two one-year renewal options. The total cost of the initial thirty-six month period was $1,554,950. ISSUES In order to maintain the unified communications managed services at Orlando International Airport and Orlando Executive Airport on an as-needed basis, the first one-year renewal option is required. In response to the Aviation Authority's
notification, Avaya, Inc. has provided a proposal, dated April 12, 2017, to exercise the first one-year renewal option of its Unified Communications Managed Services Contract, pursuant to the terms and conditions of the State of Florida Term Contract No. 730-000-91 (Telephony Equipment and Services), for a total not-to-exceed amount of $504,000. These services are for specialized technical support. The renewal option will extend these services from June 14, 2017 through June 13, 2018. On May 2, 2017, the Professional Services Committee recommended approval to exercise the first one-year renewal option of its Unified Communications Managed Services Contract, with Avaya, Inc., pursuant to the terms and conditions of the State of Florida Term Contract No. 730-000-91 (Telephony Equipment and Services), for a total not-to-exceed amount of $504,000. These services are for specialized technical support. The renewal option will extend these services from June 14, 2017 through June 13, 2018. ALTERNATIVES There are no reasonable alternatives under consideration. FISCAL IMPACT The fiscal impact is $504,000. Funding is from the Operation and Maintenance Fund. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board accept the recommendation of the Professional Services Committee to exercise the first one-year renewal option of Unified Communications Managed Services Contract with Avaya, Inc., pursuant to the terms and conditions of the State of Florida Term Contract No. 730-000-91 (Telephony Equipment and Services), for a total not-to-exceed amount of $504,000, with funding from the Operations and Maintenance Fund; extend these services through June 13, 2018; and authorize an Aviation Authority Officer or the Executive Director to execute the necessary documents following satisfactory review by legal counsel.
CONSENT AGENDA ITEM – GG -
GREATER ORLANDO AVIATION AUTHORITY
Orlando International Airport
One Jeff Fuqua Boulevard Orlando, Florida 32827-4399
MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Ad Hoc Committee DATE: May 17, 2017 ITEM DESCRIPTION Recommendation of the Ad Hoc Committee to Approve the Minimum Requirements for the Automated People Mover (APM) Technology for Airsides 2 and 4 Improvements Program at the Orlando International Airport BACKGROUND On September 30, 2016, Lea+Elliott, Inc. (L+E) presented its findings identified in the "Assessment of Various APM Technologies' Viability for Airsides 2 and 4 Replacement Project" Report, dated September 12, 2016, to the Ad Hoc Committee. This report was made available to the public and potential suppliers, including proposers on prior APM projects. Based on the evaluation of responses received, it is recommended that the Aviation Authority consider taking an alternate approach. Rather than identifying potential issues related to each viable APM technology, the Aviation Authority would define and stipulate specific project and facility limitations that would be considered acceptable and not acceptable related to the confines of the Airsides 2 and 4 APM replacement project. This recommended approach may potentially enhance competition and options by allowing for creative solutions to be proposed, rather than precluding any APM technologies prior to the competitive solicitation. Staff recommended Minimum “Must Have” Requirements for the APM Technology for Airsides 2 and 4 Improvements Program, as follows: 1. Must minimize intrusion and impacts with existing airport facilities. This
includes station platforms, rooms and dedicated space below the stations such as the new FIS in Airside 4 and other electrical, mechanical and office space currently being utilized by the Aviation Authority.
2. Vehicle floor height must match the emergency walkway elevation. Step down or up
from the emergency walkway to the vehicle at any point along the guideway will not be permitted.
3. No additional structures that could impact the Active Aircraft Areas will be
permitted east of the designated area. Maximum flexibility for potential future redevelopment on airport property must be provided. Future ponds and land redevelopment are currently planned as part of the All Aboard Florida rail corridor planning.
4. All technologies must fit within the confines of the boundaries illustrated in
L+E’s report, under Typical Tangent A2/B4 Guideway Section. 5. The Aviation Authority will only allow for new cars that meet the design service
life requirements of ANSI/ASCE/T&DI 21-13 to replace the existing Airsides 2 and 4 fleet. Refurbishment or remanufacturing of the existing cars will not be considered.
ISSUES The Aviation Authority has over 30 years of experience and lessons learned working on APM systems. Refurbishment of the existing systems and vehicles at Airsides 2 and 4, which have technology that is becoming obsolete, may not be a viable option, and the current APM vehicles are reaching the manufacturer’s recommended life span. The Ad Hoc Committee was empaneled to evaluate the various technologies, establish the minimum requirements for the procurement of the services, and present its recommendations to the Aviation Authority Board. On April 4, 2017, the Ad Hoc Committee recommended approval of the Minimum Requirements for the Automated People Mover (APM) Technology as outlined in the memorandum and to initiate a normal procurement process with said parameters. ALTERNATIVES There are no reasonable alternatives under consideration. FISCAL IMPACT None. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board accept the recommendation of the Ad Hoc Committee and approve the Minimum Requirements for the Automated People Mover (APM) Technology for Airsides 2 and 4 Improvements Program at the Orlando International Airport as identified in Lea+Elliott’s "Assessment of Various APM Technologies' Viability for Airsides 2 and 4 Replacement Project" Report, dated September 12, 2016, and initiate a normal procurement process with said parameters.
CONSENT AGENDA ITEM – HH -
GREATER ORLANDO AVIATION AUTHORITY
Orlando International Airport
One Jeff Fuqua Boulevard Orlando, Florida 32827-4399
MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chief Operating Officer DATE: May 17, 2017 ITEM DESCRIPTION Recommendation to Approve the First Amendment to the Real Estate Purchase Agreement by and between the Aviation Authority, City of Orlando (the City) and Tavistock Development Company (Tavistock) related to the East Airfield Park Property BACKGROUND The Aviation Authority approved the Real Estate Purchase Agreement (the Agreement), dated March 7, 2017, (the Effective Date), at its meeting on December 14, 2016. The Agreement provides for the sale of approximately 25 acres of land to Tavistock for the development of a park (the Park Property). Pursuant to the Agreement, Tavistock has obtained the governmental and regulatory permits and approvals necessary to initiate the development of the Park Property. ISSUES The First Amendment to the Real Estate Purchase Agreement amends the Agreement by authorizing Tavistock to initiate construction on the Park Property in connection with the development of the park, at Tavistock’s sole risk and expense, subject to the issuance of a FAA Deed of Release and the satisfaction of all terms and conditions set forth in the Agreement at closing. In the event the FAA denies the Aviation Authority’s request to issue a deed of release for the Park Property, the Aviation Authority may, in its sole discretion, require Tavistock, at its sole cost and expense, remove any improvements installed thereon and restore the Park Property to the condition existing prior to such construction. ALTERNATIVES There are no reasonable alternatives under consideration. FISCAL IMPACT None. RECOMMENDATIONS It is respectfully requested that the Aviation Authority Board (1) approve the First Amendment to the Real Estate Purchase Agreement by and between the Aviation Authority, City of Orlando (the City) and Tavistock Development Company (Tavistock) related to the East Airfield Park Property; (2) seek approval of the same from the City of Orlando, and (3) authorize an Aviation Authority Officer or the Executive Director to execute the necessary documents following satisfactory review by Legal Counsel.
CONSENT AGENDA ITEM – II -
GREATER ORLANDO AVIATION AUTHORITY
Orlando International Airport
One Jeff Fuqua Boulevard Orlando, Florida 32827-4399
MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chief Operating Officer DATE: May 17, 2017 ITEM DESCRIPTION Recommendation to Approve Third Amendment to the Embankment Funding Agreement By and Between the Aviation Authority and All Aboard Florida-Operations, LLC (AAF) Relating to Funding Drainage Work at the Midfield Cross Taxiway at the Orlando International Airport BACKGROUND The Parties entered into that certain Rail Line Easement Agreement with an effective date of January 22, 2014, as amended from time to time (the Easement Agreement), which governs the parties rights and obligations related to the development of an inter-city rail project at the Orlando International Airport (the Airport) and that certain Rail Line Easement Agreement with an effective date of January 24, 2014, as amended from time to time (the Rail Line Agreement), which governs the parties right and obligations related to the development of the Rail Project; and The Parties entered into that certain Embankment Funding Agreement (the Funding Agreement) dated October 3, 2014, as amended by that certain First Amendment to the Embankment Funding Agreement (the First Amendment) dated December 23, 2015, that certain Second Amendment to the Embankment Funding Agreement with an effective date of January 30, 2017 (the Second Amendment). The Parties desire to amend the Embankment Funding Agreement to include the Parties rights and obligations related to the construction of drainage revisions at the Airport’s Midfield Cross Taxiway that provide benefits to the Authority, Rail Company and future light rail. ISSUE The Parties have acknowledged that certain drainage work at the Midfield Cross Taxiway (the MFCT Drainage Work) will provide mutually beneficial results for the Rail Company and for the Authority. The Authority desires the drainage work be completed to ensure that the design and construction occurring at the Midfield Cross Taxiway protects for the future widening of Jeff Fuqua Boulevard. The Rail Company benefits from the drainage work, which will prevent Rail Company from experiencing potential delays and increased cost associated with constructability problems caused by the existing drainage placement. Due to the mutual benefit of the MFCT Drainage Work, the Rail Company and the Authority shared the cost of the design equally. The Authority and Rail Company each paid $6,076 toward the $12,152 design fee. The total estimated cost of the MCFT Drainage Work is $322,711.00. The Rail Corridor, which includes the Rail Line Easement and future light rail, accounts for approximately seventy-five percent (75%) of the cost or $237,297.00 (the Rail Corridor MFCT Drainage Work Construction Cost)and the future Jeff Fuqua Boulevard and secure road account for approximately twenty-five (25%) of the cost or $85,414.00. The Parties agree that the Rail Company is responsible for fifty percent (50%) of the Corridor MFCT Drainage Work Construction Cost, which equals $118,648 plus mark ups and
contingency. The Rail Company shall fund $145,000 to the Authority via wire transfer on or before May 19, 2017. Rail Company shall be entitled to review the actual costs expended for the Corridor MFCT Drainage Work approved and shall be entitled to a refund of any excess funds provided to the Authority for such work. Rail Company shall have the right to review and approve change orders in its reasonable discretion, upon approval, Rail Company shall be responsible for payment of the increased costs for all approved change orders. The Corridor MFCT Drainage Work shall not be included as a Critical Rail Corridor Improvement and Rail Company shall be entitled to no credit towards the Purchase Price of the Rail Line Easement for its funding of fifty percent (50%) of the Corridor MCFT Drainage Work Construction Costs. ALTERNATIVES There are no reasonable alternatives under consideration. FISCAL IMPACT The fiscal impact of this item is reimbursement to the Aviation Authority of $118,648 from AAF, plus savings from efficiently designing the drainage improvements to accommodate the future widening of Jeff Fuqua Boulevard and future secure road. RECOMMENDATIONS It is respectfully requested that the Aviation Authority Board resolve to: (1) approve the Third Amendment to Embankment Funding Agreement; (2) seek approval of the Third Amendment to the Embankment Funding Agreement from the City of Orlando, and (3) authorize an Aviation Authority Officer or the Executive Director to execute the necessary documents following satisfactory review by Legal Counsel.
CONSENT AGENDA ITEM – JJ –
GREATER ORLANDO AVIATION AUTHORITY
Orlando International Airport
One Jeff Fuqua Boulevard Orlando, Florida 32827-4399
MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chief Operating Officer DATE: May 17, 2017 ITEM DESCRIPTION Recommendation to Approve the First Amendment to the Real Estate Purchase, Land Development and Management Agreement (the Agreement) By and Between the Aviation Authority, City Of Orlando (the City) and Tavistock Development Company (Tavistock) Related to the Poitras Property BACKGROUND The Aviation Authority approved the Real Estate Purchase, Land Development and Management Agreement (the Agreement), with an effective date of March 7, 2017, at its meeting on December 14, 2016. Under the Agreement, Tavistock is to purchase from the Aviation Authority and City approximately 782 acres of the Poitras Property for residential development (the Residential Property) and 379.96 acres of property subject to a conservation easement (the Conservation Easement Property). ISSUES The property at issue in the Agreement is large and complex and though the parties have been diligently working to meet the deadlines, more time is required to properly address survey, title and appraisal matters. As such, the First Amendment to the Real Estate Purchase, Land Development and Management Agreement amends the Agreement by providing a deadline within which Tavistock must obtain and deliver surveys for the Residential Property and the Conservation Easement Property to the Aviation Authority and City, and by extending the dates for the Parties to generate appraisal guidelines, complete the appraisals, obtain title insurance, provide title and survey objections and complete the Phase I environmental study on the property. ALTERNATIVES There are no reasonable alternatives under consideration. FISCAL IMPACT None. RECOMMENDATIONS It is respectfully requested that the Aviation Authority Board (1) approve the First Amendment to the Real Estate Purchase, Land Development and Management Agreement by and between the Aviation Authority, City Of Orlando and Tavistock Development Company related to the Poitras Property; (2) seek approval of the same from the City of Orlando, and (3) authorize an Aviation Authority Officer or the Executive Director to execute the necessary documents following satisfactory review by Legal Counsel.
CONSENT AGENDA ITEM – KK -
GREATER ORLANDO AVIATION AUTHORITY
Orlando International Airport
One Jeff Fuqua Boulevard Orlando, Florida 32827-4399
MEMORANDUM TO: Members of the Aviation Authority FROM: Kathy Bond, Sr. Director, Human Resources & Risk Management DATE: May 17, 2017 ITEM DESCRIPTION Recommendation to Approve Revisions to Organizational Policy and Procedures, Section 120.081 - Investment Policy for the Defined Benefit Retirement Plan; Section 120.082 - Investment Policy for the Defined Contribution Plan; Section 120.083 - Investment Policy for the Other Post-Employment Benefits Trust; and Section 120.084 - Investment Policy for the Deferred Compensation Retirement Plan. BACKGROUND These policies apply to the investment activities of the various Retirement Plans and are used as guidance by the Retirement Benefits Committee (RBC), which is tasked by the Aviation Authority Board to administer the various Retirement Plans. ISSUES Section 120.081 contains the following proposed changes: a) Under section titled “Scope” added the word Aviation, and b) Under the section “Definition”, Prudent “Investment” Clause changed to Prudent “Person” Clause. Section 120.082 contains the following proposed changes: a) Investment “Advisor” was changed to Investment “Consultant” in all areas of the policy; b) Under the section “Definition” a new term was added “QDIA – a Qualified Default Investment Alternative”; c) Under section “Investment Fund Performance Measurements” removed duplicate language and added language to provide for an optional evaluation matrix on a quarterly basis when traditional methods of benchmarking returns may not fully assess the effectiveness or fully appreciate the risks, and d) Added a new section titled “Investment Option Mapping Policy” to provide guidance for mapping participant assets, absent participant election, following notification of the removal of an option. Section 120.083 contains the following proposed changes: a) Under the section “Definition”, Prudent “Investment” Clause changed to Prudent “Person” Clause, and b) Under section “Reporting” removed duplicate language and renumbered paragraphs.
Section 120.084 contains the following proposed changes: a) Investment “Advisor” was changed to Investment “Consultant” in all areas of the policy; b) Under the section “Definition” a new term was added “QDIA – a Qualified Default Investment Alternative”; c) Under section “Investment Fund Performance Measurements” removed duplicate language and added language to provide for an optional evaluation matrix on a quarterly basis when traditional methods of benchmarking returns may not fully assess the effectiveness or fully appreciate the risks, and d) Added a new section titled “Investment Option Mapping Policy” to provide guidance for mapping participant assets, absent participant election, following notification of the removal of an option. ALTERNATIVES There are no alternatives under consideration. FISCAL IMPACT None. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to approve revisions as mentioned in the memorandum to Organizational Policy and Procedures, Section 120.081 - Investment Policy for the Defined Benefit Retirement Plan; Section 120.082 - Investment Policy for the Defined Contribution Plan; Section 120.083 - Investment Policy for the Other Post-Employment Benefits Trust; and Section 120.084 - Investment Policy for the Deferred Compensation Retirement Plan.
CONSENT AGENDA ITEM – LL -
GREATER ORLANDO AVIATION AUTHORITY
Orlando International Airport
One Jeff Fuqua Boulevard Orlando, Florida 32827-4392
MEMORANDUM TO: Members of the Aviation Authority FROM: Kathy Bond, Sr. Director, Human Resources & Risk Management DATE: May 17, 2017 ITEM DESCRIPTION Recommendation to Approve Revisions to Organizational Policy and Procedures Section 203.02 - Vacation Leave; Section 203.03 - Sick Leave; and Section 206.09 - Management Benefit Program. BACKGROUND The current policies define how eligible employees are granted vacation leave, sick leave and management leave, specified accrual amounts, and how leave may be requested and used. ISSUES The Aviation Authority is implementing Kronos Workforce Central Timekeeping (Kronos) to replace Empower, the current timekeeping system, effective June 4, 2017. An objective of this project is process improvement and one initiative is to maintain vacation, sick and management leave in Kronos instead of ADP, the current payroll system. Kronos accruals are calculated and granted, rounded to the nearest minute. ADP accruals are currently calculated and granted in any increment. The current weekly vacation leave accrual stated in Policy and Procedure Section 203.03 is not rounded to the nearest minute and therefore not compatible with Kronos. The proposed revision to Section 203.03 will round each weekly accrual to the nearest minute in order to comply with the way Kronos calucates and grants vacation leave, and will increase the accrual in some categories by a fraction of a minute. The accruals defined in the sick leave and management leave policies are already accrued to a minute increment and do not require revision. The vacation leave, sick leave and management leave policies state that the minimum charge for using leave is one quarter-hour (15 minutes) and thereafter additional charges are in quarter-hour increments. There are circumstances when employees may elect to supplement certain leaves of absence, such as Short Term Disability and Workers’ Compensation, with their own leave to be made whole during the absence. In these circumstances, employees are allowed to use their own leave in any increment to supplement their pay up to 100%. Language has been added to document this long standing practice. FISCAL IMPACT The fiscal impact will be approximately, on average, an additional 20 minutes of vacation accrual per year for the employee group based on payroll records as of March 31, 2017.
RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to accept the recommended changes to Organizational Policy & Procedures Section 203.02 - Vacation Leave; Section 203.03 - Sick Leave; and Section 206.09 - Management Benefit Program, with an effective date of June 4, 2017.
CONSENT AGENDA ITEM – MM -
GREATER ORLANDO AVIATION AUTHORITY
________________________________________________________________ Orlando International Airport
One Airport Boulevard Orlando, Florida 32827-4399
MEMORANDUM TO: Members of the Aviation Authority FROM: Phillip N. Brown, Executive Director Date: May 17, 2017 ITEM DESCRIPTION Recommendation of the Executive Director to Nominate a Senior Director of Airport Operations BACKGROUND Since 2013, passenger traffic has grown from 34 million annual passengers to over 42 million annual passengers. The passenger growth has required the Airport Operations Department to increase staffing for terminal and airfield, while handling increasing complexities in airline management (including the Federal Inspection Station), baggage operations, ground transportation, parking facilities, and aircraft gate management. ISSUES To meet the continuing needs of the organization, while addressing the growth of the Operations Department, I recommend that the position of Senior Director of Airport Operations be created to allow for the redistribution of duties in the Operations Department. I nominate Thomas W. Draper as the Senior Director of Airport Operations. Mr. Draper has been employed by the Aviation Authority since 1990 and was promoted to Director of Airport Operations in January 2012. Since that time, Mr. Draper has maintained oversight of Airport Operations including landside, airfield, airline (including the Federal Inspection Station), parking operations, ground transportation services, and emergency management. Mr. Draper has a Bachelor Degree in Management and an Associate Degree in Emergency Medical Services. He is accredited by the Federal Emergency Management Agency (FEMA) as a Master Exercise Practitioner. ALTERNATIVES The Aviation Authority Board can elect not to confirm the Executive Director’s nomination. FISCAL IMPACT Funding is available in the Operations and Maintenance Fund. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to confirm my nomination of Thomas W. Draper as Senior Director of Airport Operations effective May 18, 2017.
NEW BUSINESS – A –
GREATER ORLANDO AVIATION AUTHORITY
Orlando International Airport
One Jeff Fuqua Boulevard Orlando, Florida 32827-4392
MEMORANDUM TO: Members of the Aviation Authority FROM: Carolyn Fennell, Senior Director of Public Affairs and Community Relations DATE: May 17, 2017 ITEM DESCRIPTION Recommendation of the Colonel Joe Kittinger Award Working Group to Accept the Nominee for the 2017 Colonel Joe Kittinger Award BACKGROUND Since 2013, the Greater Orlando Aviation Authority has recognized the contributions of a distinguished veteran at the annual Liberty Weekend Celebration. The criteria include an involvement in aviation, a Central Florida Connection, verifiable military service and a commitment to community service. The Colonel Joe Kittinger Award is named after its first recipient and has been presented to four recipients: Joe Kittinger, R. Patrick Phillips, Gene O’Baker and Story Musgrave. ISSUES At its meeting on May 5 2017, the working group approved the nominee for the 2017 Colonel Joe Kittinger Award. FISCAL IMPACT None. RECOMMENDED ACTION This year’s nominee will be announced at the Board meeting. The Aviation Authority Board will be asked to accept the recommendation of the working group for the 2017 Colonel Joe Kittinger Award recipient.
INFORMATION ITEM – A –
GREATER ORLANDO AVIATION AUTHORITY
Orlando International Airport
One Jeff Fuqua Boulevard Orlando, Florida 32827-4392
MEMORANDUM TO: Members of the Aviation Authority FROM: Phillip N. Brown, Executive Director DATE: May 17, 2017 ITEM DESCRIPTION Notification of Executive Director Approvals for May Board Meeting BACKGROUND The attached list represents contracts executed by the Executive Director requiring notification to the Aviation Authority Board. The following was also approved by the Executive Director: • Since Source Procurement with Xpanda Security Products for the purchase and
installation of 57 mobile scissor gates for Airside 1 and Airside 4 Federal Inspection Stations.
• Single Source Procurement with DeepStream Designs, Inc. for 34 comingled recycle bins to be located in public and nonpublic areas of the new South Airport APM/ITF Complex.
• Single Source Procurement with Summit Furniture Inc. for 21 curved teak benches of various sizes that will be located in public areas of the new South Airport APM/ITF Complex.
• Professional Services Award with DeRango, Best & Associates for an updated appraisal of the Colonial Promenade lands along the south side of East Colonial Drive between Rickenbacker Drive and Humphries Avenue, and bounded by Fairgreen Street in Orlando, Orange County, Florida.
• Professional Services Award with Consensus Communications, Inc. for federal governmental relations consulting services.
• Professional Services Award with KNA Services, Inc. for federal governmental relations consulting services.
• Professional Services Award with Datanautix Inc. to collect customer feedback together in to one data source that can be analyzed and reported in a Net Promotor Score structure.
• Professional Services Award with Sonifi Solutions, Inc. for the purchase and installation of a Sofifi Sonicast TV System at the Hyatt Regency Hotel located at the Orlando International Airport.
• Professional Services Award with Change Leadership, LLC (Kenneth R. Lay) to assist in the development of 2017 annual objectives for the Executive Director’s direct reports, and assist the Senior Director of Public Affairs and Community Relations with the implementation of a communications study.
In addition, the following list represents contract(s) recommended by the Professional Services Committee (PSC) to be executed by the Executive Director requiring notification to the Aviation Authority Board:
• Approval of an Amendment to Addendum No. 31 to the Information Technology
Consulting Services Agreement with Faith Group Consulting, LLC, for a reduction in services to evaluate and develop competitive solicitation requirements for a C-Cure 9000 Access Control System upgrade at the Orlando International Airport. [Reference PSC meeting held April 25, 2017].
• Approval of an Amendment to Addendum No. 25 to the Information Technology Consulting Services Agreement with Faith Group Consulting, LLC, for additional information systems staff augmentation support for a senior information technology systems operator at the Orlando International Airport. [Reference PSC meeting held April 25, 2017].
• Approval of an Addendum to the Information Technology Consulting Services Agreement with Technology Management Corporation dba Technology Management Corporation – 1 Incorporated, for low-voltage staff augmentation to the Information Technology Department for the South Airport Automated People Mover (APM) and Intermodal Terminal Facility (ITF) Complex Program at the Orlando International Airport. [Reference PSC meeting held April 25, 2017].
• Approval of an Addendum to the Information Technology Consulting Services Agreement with Technology Management Corporation dba Technology Management Corporation – 1 Incorporated, for low-voltage staff augmentation to the Information Technology Department at the Orlando International Airport. [Reference PSC meeting held April 25, 2017].
• Approval of an Addendum to the Information Technology Consulting Services Agreement with Technology Management Corporation dba Technology Management Corporation – 1 Incorporated, for low-voltage staff augmentation to the Information Technology Department for the design phase of WS126, South Terminal C, Phase 1, Program at the Orlando International Airport. [Reference PSC meeting held April 25, 2017].
Action Competition Vendor Committee Approval Cost Funding Description of Goods or
Service Term Date Signed
Award RFQ #92426-17
BlueAlly Technology Solutions CPC 4/3/17 $191,171.86
O & M Fund & Capital
Expenditure Funds
Purchase of one (1) Tegile Storage System & associated Support agreements to provide additional storage capacity.
One Time Purchase 4/14/2017
Award RFQ #92447-17 Veytec, Inc. CPC 4/3/17 $136,480.00
O & M Fund & Capital
Expenditure Funds
Purchase of two (2) Cisco Switching Systems, Software Licenses and associated Support agreements to upgrade the Authority's network perimeter.
One Time Purchase 4/14/2017
Award RFQ #92436-17 AIP US, LLC CPC 4/3/17 $142,996.40
O & M Fund & Capital
Expenditure Funds
Purchase of twenty (20) Cisco Switches and associated Support agreements to upgrade the Authority's existing port density.
One Time Purchase 4/14/2017
Award RFQ #92442-17 TouchPoint, Inc. CPC 4/17/17 $161,097.70
Capital Expenditure
Funds
Purchase of one hundred seventy (170) Access Point Devices and one hundred fifty (150) Ceiling Mounted Antennas to support the ongoing Authority-wide Wi-Fi Technology Upgrade project.
One Time Purchase 4/25/2017
Award RFQ #92437-17 CenturyLink CPC 4/17/17 $112,520.00
Capital Expenditure
Funds
Purchase of a Firewall Platform, Transceivers and associated Support agreement to upgrade the Authority's network capacity.
One Time Purchase 4/25/2017
PURCHASING SUBMITTALS FOR BOARD NOTIFICATION - MAY 2017
1
Action Competition Vendor Committee Approval Cost Funding Description of Goods or
Service Term Date Signed
Award
Florida Dept. of Transportation Agreement No. BDX68
Hi-Lite Airfield Solutions, LLC CPC 4/17/17 $248,487.46 O & M Fund
To provide all labor, materials & equipment to do paint removal and re-painting services for Centerlines and Edge Lines on Taxiway "A" and Airside 3, and for Lead In/Out Lines on all Runways at OIA.
One Time Purchase 4/25/2017
Amendment No. 10 - Option Renewal
GOAA Bid PS-197 Talx Corporation PM Memo
1/25/17 $3,000.00 O & M FundUnemployment Cost Management Services - Option 10
12 Month Term 3/28/2017
Amendment No. 1 - Assignment
GOAA Bid 19-14 AAA Allied Group, Inc. PM Memo
3/23/17 $0.00 NA
Travel and Support Services - Assignment of Contract to AAA Club Alliance Inc., dba AAA Corporate Travel Services
12 Month Term 4/10/2017
Amendment No. 2 - Option Renewal
GOAA Bid 19-14
AAA Club Alliance, Inc. dba AAA Corporate Travel Services
PM Memo3/23/17 $20,000.00 O & M Fund Travel and Support Services -
Option 112 Month
Term 4/10/2017
Amendment No. 1 - Option 1 with Contract Adjustment
GOAA Bid 13-16
S2000 Corporation dba CertFocus
PM Memo 3/3/17 $32,355.00 O & M Fund
COI Tracking and Management Services - Option 1, which incorporates Schedule F - GOAA Business Practice Rules for COI Tracking and Adjustments from Business days to Calendar days for notification & various minor clarification in contract language.
12 Month Term 4/4/2017
2
Action Competition Vendor Committee Approval Cost Funding Description of Goods or
Service Term Date Signed
Amendment No. 2 - Contract Adjustment
GOAA Bid 15-16 Johnson Controls Inc. NA $0.00 NA
York Chiller Maintenance Services - Adjustment provides Contract language to allow for staff to conduct manufacture site visits.
Remainder of the
Contract through 8/31/21
4/6/2017
Amendment No. 3 - Increase In Value
GOAA Bid PS-324
Klausner, Kaufman, Jensen and Levinson
PM Memo 2/24/17 $7,500.00 O & M Fund
Pension Attorney Services - Add additional Funding to pay for pension attorney services as allowed through the Contract during Option 1 of Agreement.
Through period ending 2/14/17
2/24/2017
3
INFORMATION ITEM – B –
GREATER ORLANDO AVIATION AUTHORITY
Orlando International Airport
One Jeff Fuqua Boulevard Orlando, Florida 32827-4392
MEMORANDUM TO: Members of the Aviation Authority FROM: Phillip N. Brown, Executive Director DATE: May 17, 2017 ITEM DESCRIPTION Notification of Release of RFP/RFB/RFQ’S BACKGROUND The attached list represents the release of documents for different services at the Aviation Authority.
NOTIFICATION OF RELEASE OF RFP/IFB/RFQ and Committee Dates for May 2017
TYPE OF RELEASE
SERVICE/TYPE RELEASE DATE
Committee and Date
AWARD DATE
SCOPE/SERVICE VALUE/TERM REASON
IFB Operation and Management of Parking Facilities
May 2017
July 2017 CPC
Aug 2017
Operation and Maintenance of Parking Facilities including new Parking Structure
$15,000,000 3 years with 2 one year options
Current Contract Expiring
RFP Investment Consulting Services
May 2017
July 2017 RBC
Aug 2017
Investment Consulting Services $450,000 3 years with 2 one year options
Current Contract Expiring
RFP Pension Attorney Services
May 2017
July 2017 RBC
Aug 2017
Pension Attorney Services $130,000 3 years with 2 one year options
Current Contract Expiring
IFB Roadway Electrical Maintenance Services
May 2017
July 2017 CPC
Aug 2017
Roadway electrical maintenance services $552,000 3 years with 2 one year options
Current Contract Expiring
IFB Airport Runway and Taxiway Painting Services
May 2017
July 2017 CPC
Aug 2017
Runway and taxiway painting services $2,400,000 3 years with 2 one year options
Current Contract Expired
RFQ Jumbo Roll Bath Tissue
April 20 2017
May 2017 CPC
June 2017
Annual requirements contract for jumbo roll bath tissue
$455,000 One year
Current Contract Expiring
RFP Airside 4 Wine Bar June 5 2017
October 18 2017
The non-exclusive right and privilege to rent, occupy, equip, furnish, and maintain the facilities for the operation of a wine bar concession for the display, preparation and sale of wine, specialty beers, and other alcoholic and non-alcoholic beverages, including related food items and excluding gourmet coffee, tea, and smoothies.
The greater of a Minimum Annual Concession Fee of $180,000 or 16% of Gross Receipts for alcoholic beverages, 13% for food and non-alcoholic beverages, and 10% for employee sales.
New concession to enhance the customer experience on Airside 4.
RFQ Continuing MEP (Mechanical, Electrical and Plumbing) Engineering Services Consultants
May 2017
September 2017
for Approval of Ranking
Continuing MEP (Mechanical, Electrical & Plumbing) engineering services to the Aviation Authority for the Orlando International Airport and Orlando Executive Airport. Services may include the performance of MEP engineering and related professional services, including but not limited to, mechanical, electrical and plumbing design; fire protection engineering; structural design; cost estimating; scheduling and all other related services.
Base Agreement is no cost; cost will be determined by task as needed. Term will be for a period of three years with optional renewal periods of two additional one-year terms, to be elected at the discretion of the Aviation Authority.
Current continuing agreements expire in October 2017
INFORMATION ITEM – C -
GREATER ORLANDO AVIATION AUTHORITY
________________________________________________________________ Orlando International Airport
One Jeff Fuqua Boulevard Orlando, Florida 32827-4399
MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Professional Services Committee DATE: May 17, 2017 ITEM DESCRIPTION Notification of the Professional Services Committee’s Approval of the Lists of Pre-Qualified Subcontractors/Suppliers for Major Trade Packages for the South Terminal C, Phase 1, Program, at the Orlando International Airport BACKGROUND In accordance with the Construction Manager at Risk (CM@R) Agreements with Hensel Phelps Construction and Turner-Kiewit Joint Venture for the South Terminal C, Phase 1, Program, and the Aviation Authority’s Policies and Procedures 120.10 (Professional Services Committee) and 130.03 (Construction Management Contracts), the CM@Rs’ proposed lists of prequalified subcontractors/suppliers for each major trade package must be approved by the Professional Services Committee (PSC). Attached is the updated cumulative report for CM@Rs’ pre-qualified subcontractors/ suppliers approved by the PSC through April 30, 2017.
CONSTRUCTION PROGRESS REPORT
For Board Meeting of May 17, 2017
ORLANDO INTERNATIONAL AND EXECUTIVE AIRPORTS
BP-00444/BP-00445/BP-00447/BP-00459/BP-00466/
E-00188/E-00218/E-00226/E-00227/E-00228/L-00016/
R-00087/V
-00745/V
-00799/V
-00819/V
-00825/V
-00827/
V-00836/V
-00842/V
-00843
BP-S00100/BP-S00102/BP-S00103/BP-S00104/
BP-S00105/BP-S00106/BP-S00107/BP-S00109/
BP-S00111/BP-S00113/BP-S00114/BP-S00116/
BP-S00121/BP-S00122/BP-S00125/BP-S00126/
V-S00003/V
-S00004
V-00765
BP-00443/V
-00826/
V-00832/V
-00838/
V-00841
V-00826/V
-00829/
V-00831/V
-00833/
V-00835 V-00826/V
-00833
BP-S00100V-00765
BP-
0047
2, H
-002
84,L
-000
06,
L-00
007,
L-0
0018
, L-0
0019
,L-
0002
0, L
-000
21, L
-000
22,
PS-0
0329
, and
V-0
0815
are
lo
cate
d at
var
ious
loca
tions
.
BP-
0044
3AI
RSI
DE
4 IM
PRO
VEM
ENTS
PR
OG
RAM
-FI
S/C
BP
REN
OVA
TIO
N A
ND
WIN
G E
XPAN
SIO
NB
P-00
444
REC
APIT
ALIZ
ATIO
N O
F PO
DS
A &
BB
P-00
445
WES
T EN
D B
HS
MO
DIF
ICAT
ION
S AN
D R
EPLA
CEM
ENT,
A &
B S
IDES
BP-
0044
7TI
CK
ET L
OB
BY
PRO
GR
AM -
MAI
N T
ICK
ET L
OB
BY
MO
DIF
ICAT
ION
SB
P-00
452
HAN
GAR
BLV
D. S
ANIT
ARY
SEW
ER IM
PRO
VEM
ENTS
-PH
ASES
1 A
ND
2B
P-00
455
TAXI
WAY
C -
SOU
TH E
ND
REH
ABIL
ITAT
ION
BP-
0045
9SE
CU
RED
AR
EA A
CC
ESS
POIN
T C
CTV
IMPR
OVE
MEN
TSB
P-00
462
TAXI
WAY
S G
AN
D H
SAF
ETY
AREA
IMPR
OVE
MEN
TS A
ND
REL
ATED
WO
RK
BP-
0046
6LA
ND
SID
E AH
U H
VAC
NTC
VAR
IOU
S LE
VELS
BP-
0047
2AO
A SE
CU
RIT
Y FE
NC
E U
PGR
ADE
BP-
S001
00AP
M O
PER
ATIN
G S
YSTE
M (O
S) F
OR
AIR
SID
ES 1
& 3
& S
OU
TH A
IRPO
RT
APM
CO
MPL
EX (D
/B)
BP-
S001
02SO
UTH
AIR
POR
T AP
M C
OM
PLEX
-SI
TE L
OG
ISTI
CS
CO
MPO
UN
D (G
MP#
10)
BP-
S001
03IN
TER
MO
DAL
TER
MIN
AL F
ACIL
ITY
-SIT
EWO
RK
, CIV
IL &
FO
UN
DAT
ION
S IT
F/PD
L (G
MP#
11)
BP-
S001
04SO
UTH
AIR
POR
T AP
M C
OM
PLEX
-AP
M P
ARK
ING
GAR
AGE
(GM
P#5)
BP-
S001
05SO
UTH
AIR
POR
T AP
M C
OM
PLEX
-SI
TEW
OR
K &
UTI
LITI
ES (G
MP#
1B)
BP-
S001
06SO
UTH
AIR
POR
T AP
M C
OM
PLEX
-R
OAD
S AN
D B
RID
GES
(GM
P#4)
BP-
S001
07IN
TER
MO
DAL
TER
MIN
AL F
ACIL
ITY
-VIA
DU
CT
(GM
P#13
)B
P-S0
0109
INTE
RM
OD
AL T
ERM
INAL
FAC
ILIT
Y -I
TF &
PD
L ST
RU
CTU
RE,
MEP
FP, &
FIN
ISH
ES (G
MP#
12)
BP-
S001
11SO
UTH
AIR
POR
T AP
M C
OM
PLEX
-C
ENTR
AL E
NER
GY
PLAN
T (G
MP#
9)B
P-S0
0113
SOU
TH A
IRPO
RT
APM
CO
MPL
EX -
APM
STR
UC
TUR
E (G
MP#
6)B
P-S0
0114
SOU
TH A
IRPO
RT
APM
CO
MPL
EX -
LAN
DSC
APE
(GM
P#8)
BP-
S001
16SO
UTH
AIR
POR
T AP
M C
OM
PLEX
-AP
M F
INIS
HES
(GM
P#7)
BP-
S001
21IN
TER
MO
DAL
TER
MIN
AL F
ACIL
ITY
-CO
RE
STAF
F AN
D G
ENER
AL C
ON
DIT
ION
S (G
MP#
16)
BP-
S001
22IN
TER
MO
DAL
TER
MIN
AL F
ACIL
ITY
-SO
UTH
AB
UTM
ENT
AND
MSE
WAL
L (G
MP
#17)
FO
R A
AFB
P-S0
0125
SOU
TH A
IRPO
RT
APM
CO
MPL
EX -
RO
ADW
AY S
IGN
AGE
(GM
P 4A
)B
P-S0
0126
S TE
RM
C, P
H 1
-EA
RLY
SIT
E W
OR
K A
ND
STR
UC
TUR
ES (G
MP#
1-S)
E-00
188
REP
LAC
E SW
ITC
HB
OAR
D N
MSB
2 IN
WES
T M
AIN
ELE
CTR
ICAL
RO
OM
NO
. NTL
SZC
WW
0149
01E-
0021
8LS
2 B
USI
NES
S M
ESSA
GIN
G R
EVIS
ION
(D/B
)E-
0022
0AC
CES
S C
ON
TRO
L AT
NO
RTH
CEL
L LO
T AN
D S
OU
TH T
AXI H
OLD
E-00
224
ACC
ESS
CO
NTR
OL
AT H
R O
FFIC
E D
OO
RW
AYS
IN A
NN
EXE-
0022
6TE
LEC
OM
M G
ATEW
AYS
UPS
PO
WER
E-00
227
ADD
ITIO
NAL
WO
RK
TO
CLO
SE-O
UT
BH
S PO
D D
ELE
CTR
ICAL
PER
MIT
(D/B
)E-
0022
8LA
ND
SID
E EA
ST &
WES
T SE
ATIN
G P
OW
ER O
UTL
ETS
(D/B
)E-
0022
9AI
RSI
DE
2 SE
ATIN
G P
OW
ER O
UTL
ETS
GAT
ES 1
01-1
09 (D
/B)
H-0
0284
DR
AIN
AGE
CO
NTR
OL
STR
UC
TUR
E G
ATE
OPE
RAT
OR
REP
LAC
EMEN
TH
-002
89TR
ITU
RAT
OR
TAN
KS
REM
OVA
L B
ETW
EEN
AIR
SID
ES 2
-4 A
ND
1-3
L-00
006
CO
MM
UN
ICAT
ION
S SE
RVI
CES
DEL
IVER
Y (O
N-C
ALL
SVS
-OR
ION
)L-
0000
7C
OM
MU
NIC
ATIO
NS
SER
VIC
ES D
ELIV
ERY
(ON
-CAL
L SV
S -O
BTS
)L-
0001
6C
OM
MU
NIC
ATIO
N S
ERVI
CE
DEL
IVER
YL-
0001
8O
N-C
ALL
LOW
VO
LTAG
E SE
RVI
CES
(FY1
7-Q
CC
)L-
0001
9O
N-C
ALL
LOW
VO
LTAG
E SE
RVI
CES
(FY1
7-O
BTS
)L-
0002
0O
N-C
ALL
LOW
VO
LTAG
E SE
RVI
CES
(FY1
7-G
LOB
AL)
L-00
021
ON
-CAL
L LO
W V
OLT
AGE
SER
VIC
ES (F
Y17-
GAR
NIE
R)
L-00
022
ON
-CAL
L LO
W V
OLT
AGE
SER
VIC
ES (F
Y17-
OR
ION
)R
-000
87EM
ERG
ENC
Y R
OO
F R
EPAI
RS
AND
WAT
ERPR
OO
FIN
G M
AIN
TEN
ANC
EPS
-003
29PA
RK
ING
AC
CES
S AN
D R
EVEN
UE
CO
NTR
OL
SYST
EM (P
ARC
S) -
Excl
udes
5-Y
ear M
aint
enan
ceV-
0074
5R
EHAB
ILIT
ATIO
N O
F ST
RU
CTU
RAL
STE
EL E
NPL
ANE
RO
ADW
AY C
ANO
PIES
, LEV
EL 3
, LAN
DSI
DE
BV-
0076
5PA
RK
ING
GAR
AGES
A, B
& T
ERM
INAL
TO
P -S
TRU
CTU
RAL
REH
ABIL
ITAT
ION
V-00
799
LAN
DSI
DE
TER
MIN
AL B
STA
IRW
ELLS
16
& 1
7 PA
INTI
NG
V-00
815
ADD
ITIO
NAL
PAR
CS
MIS
C C
ON
CU
RR
ENT
VER
TIC
AL R
EQU
IREM
ENTS
V-00
819
DU
ST P
RO
TEC
TIVE
BAR
RIE
R A
T PO
D C
AN
D P
AIN
T FL
OO
RS
V-00
825
OPS
OFF
ICE
REN
O/R
ELO
CAT
ION
-LV
L1, B
-SID
EV-
0082
6AI
RSI
DES
1-4
HU
BS
CO
MPA
NIO
N R
ESTR
OO
M M
OD
IFIC
ATIO
NS
(D/B
)V-
0082
7H
YATT
AH
U &
FC
U R
EPLA
CEM
ENT
V-00
829
REP
LAC
E AH
U U
NIT
37
-AS1
RAM
P LE
VEL
V-00
831
AIR
SID
E 1
PASS
ENG
ER L
OU
NG
E H
VAC
UPG
RAD
E (D
/B)
V-00
832
AS2
AND
AS4
SK
YLIG
HT
GLA
SS R
EPLA
CEM
ENT
V-00
833
AIR
SID
ES 1
, 2, &
3 H
UB
NU
RSI
NG
RO
OM
S (D
/B)
V-00
835
AS1
CAN
OPY
REP
AIR
AN
D A
S1&
3 C
ON
NEC
TOR
LED
GES
V-00
836
HYA
TT F
ITN
ESS
CEN
TER
REN
OVA
TIO
N (D
/B)
V-00
838
AS 2
and
AS
4 AP
M L
S ST
ATIO
N D
RAI
NAG
E M
OD
IFIC
ATIO
NS
V-00
840
PAIN
TIN
G O
F B
-52
BO
MB
ERV-
0084
1AI
RSI
DE
4 AP
M S
TATI
ON
AC
S M
AG L
OC
KS
DO
OR
INST
ALL
V-00
842
LAN
DSI
DE
EAST
ATR
IUM
PAL
M T
REE
REP
LAC
EMEN
TV-
0084
3TE
MPO
RAR
Y AI
RLI
NE
KIO
SK R
ELO
CAT
ION
SV-
S000
03N
OR
TH T
ERM
INAL
APM
STA
TIO
N ID
F R
OO
M B
UIL
DO
UT
AND
CC
TV IN
STAL
LATI
ON
V-S0
0004
REP
LAC
E TI
LE A
T N
TER
M A
PM S
TATI
ON
PLA
TFO
RM
BP-452
E-00224
MC
O L
OC
ATIO
N M
AP
FOR
AC
TIVE
CO
NST
RU
CTI
ON
PR
OJE
CTS
E-00220
E-00220
H-00289
BP-00462
E-00229/V
-00826/
V-00832/V
-00833/
V-00838
BP-00455
H-00289
V-00840
OR
L LO
CAT
ION
MA
P FO
R A
CTI
VE C
ON
STR
UC
TIO
N P
RO
JEC
TS
Ther
e ar
e cu
rren
tly n
o ac
tive
cons
truc
tion
proj
ects
at O
RL.
BP-00443-OIA AIRSIDE 4 IMPROVEMENTS PROGRAM - FIS/CBP RENOVATION AND WING EXPANSION
CONTRACTOR: Hensel Phelps Construction Co.
A/E: KBJ Architects, Inc.
OAR: Geotech Consultants International, Inc. dba GCI, Inc.
FUNDING: LOC/Rev.Bonds/PFCs
GOAA CONTACTS:
Sponsor: Engineering (Birkebak)
Construction: Mike Patterson
PROJECT COST: $86,629,940.00
Federal Inspection Station (FIS)/Customs and Border Protection (CBP) improvement and expansion, aircraft gate conversion to international swing gates, and aircraft apron and systems improvements at Airside 4 at the Orlando International Airport.
SCOPE:
STATUS: Transition to the new 400hz Point of Use (POU) units is complete on all wings. Foundations are complete for the 90s Wing addition and structural steel installation is complete. Ramp/floor placements, exterior walls and roofing are in-progress. The CBP offices have been relocated. Demising walls and demolition in the FIS are complete for the first phase and interior renovations are in-progress. Structural steel and exterior pre-cast for the TSA addition are in-progress.
CONSTRUCTION COST:
Original Contract $69,692,000.00
Thru Change Order # 14 $7,813,118.75
Current Contract $77,505,118.75Paid To Date Thru PA # 8 $27,951,274.54
TIME(DAYS)
486
0
486
11.2%
36.1% Time: 61.1%
COMPLETION
11/02/17
11/02/17
NOTICE TO PROCEED: 07/05/16
ANTICIPATED COMPLETION:
On Schedule
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 1 of 67
PROJECTS IN CONSTRUCTION
BP-00444-OIA RECAPITALIZATION OF PODS A & B
CONTRACTOR: Jervis B. Webb Company
A/E: A. Epstein and Sons International, Inc.
OAR: PMA Consultants, LLC
FUNDING: TSA/GARB/CapEx
GOAA CONTACTS:
Sponsor: Airline Division (DeBaere)
Construction: John Carlson
PROJECT COST: $34,452,796.32
Recapitalization of Checked Baggage Inspection Systems (CBIS) in Pods A and B at the Orlando International Airport. This project includes the replacement of the existing Explosive Detection Systems (EDS) equipment with higher capacity equipment, replacement of Baggage Handling Systems (BHS), replacement and modification of BHS controls and all required infrastructure improvements, in Pods A and B including, but not limited to, structural, architectural, fire suppression, plumbing, ventilating, controls, electrical, communications and electronic safety and security.
SCOPE:
STATUS: Pod A reconstruction is underway. Epoxy flooring is complete in the CBRA, and building electrical, mechanical and plumbing work is nearly complete. Room finishes have started. BHS mechanical equipment is in place (CBRA) and 80% complete in the matrix. BHS electrical equipment (MCPs) is in place, and installation of conduit and wire is in-progress. Coordination of the remaining RFID testing for the Pod B-E connector is ongoing. Coordination of the sequencing of BHS work with BP-445 and the new main line conveyors entering the pod are being developed to avoid any potential delays of Pod A testing.
CONSTRUCTION COST:
Original Contract $26,621,570.00
Thru Change Order # 22 $1,721,299.47
Current Contract $28,342,869.47Paid To Date Thru PA # 14 $18,431,681.60
TIME(DAYS)
590
101
691
6.5%
65.0% Time: 89.4%
COMPLETION
02/07/17
05/19/17
NOTICE TO PROCEED: 06/29/15
ANTICIPATED COMPLETION:
10/31/2017
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 2 of 67
PROJECTS IN CONSTRUCTION
BP-00445-OIA WEST END BHS MODIFICATIONS AND REPLACEMENT, A & B SIDES
CONTRACTOR: Jervis B. Webb Company
A/E: Reynolds, Smith & Hills, Inc.
OAR: PMA Consultants, LLC
FUNDING: 2010A PFC/2013A GARB
GOAA CONTACTS:
Sponsor: Construction (Patterson)
Construction: John Carlson
PROJECT COST: $29,896,800.00
Modifications and replacement of end-of-useful-life baggage handling systems at the Orlando International Airport. Project is located west of Column Line 10 on Levels 2 and 3, A & B Sides of the Landside Terminal.
SCOPE:
STATUS: Replacement of five of the seven ticket counter conveyors, in conjunction with Project BP-447, are complete. Replacement of the conveyors at the last two locations is in-progress. Installation of MU-9 (old MU-3a) is in-progress. Phases 1 and 2 work (both A and B Sides) nearing completion. Procurement of an additional electrical switchgear to provide the necessary power distribution needed for the new BHS sortation lines on the A-Side is in-progress.
CONSTRUCTION COST:
Original Contract $20,797,879.00
Thru Change Order # 10 $335,639.71
Current Contract $21,133,518.71Paid To Date Thru PA # 8 $6,719,396.55
TIME(DAYS)
500
0
500
1.6%
31.8% Time: 76.8%
COMPLETION
06/02/17
06/02/17
NOTICE TO PROCEED: 01/20/16
ANTICIPATED COMPLETION:
10/27/2017
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 3 of 67
PROJECTS IN CONSTRUCTION
BP-00447-OIA TICKET LOBBY PROGRAM - MAIN TICKET LOBBY MODIFICATIONS
CONTRACTOR: PCL Construction Services, Inc.
A/E: C.T. Hsu & Associates, P.A.
OAR: Geotech Consultants International, Inc. dba GCI, Inc.
FUNDING: LOC/PFC/Bds/FDOT/CE
GOAA CONTACTS:
Sponsor: Engineering (Birkebak)
Construction: Mike Patterson
PROJECT COST: $105,752,487.00
Public area improvements, expansion at the front wall, new/expanded systems, finishes, wayfinding, add alternates for the eight inside self-assisted check-in areas and two back-of-house conveyors, and design for the ancillary Heating-Ventilation-Air-Conditioning (HVAC) units at Level 3 on A and B Sides at the Orlando International Airport.
SCOPE:
STATUS: The project is in the construction phase, with four work areas demised for front wall relocation and two work areas for counter/backwall work. New finishes in both the A-Side and B-Side demised areas are in-progress. The initial bump-out areas on the A and B Sides has been completed and opened to the public in the last week of March 2017. Ticket counters and backwall sections continue to be demised, completed, and turned over to the airlines for use, on a 30-50 day/section cycle.
CONSTRUCTION COST:
Original Contract $71,243,178.00
Thru Change Order # 14 $1,205,521.46
Current Contract $72,448,699.46Paid To Date Thru PA # 9 $28,280,734.80
TIME(DAYS)
531
10
541
1.7%
39.0% Time: 66.7%
COMPLETION
10/14/17
10/24/17
NOTICE TO PROCEED: 05/02/16
ANTICIPATED COMPLETION:
2/15/2018
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 4 of 67
PROJECTS IN CONSTRUCTION
BP-00452-OIA HANGAR BLVD. SANITARY SEWER IMPROVEMENTS - PHASES 1 AND 2
CONTRACTOR: Pospiech Contracting, Inc.
A/E: Kimley-Horn and Associates, Inc.
OAR: CMTS/Hanson JV
FUNDING: Cap. Ex. (Capital Expenditure Fund),I&D (Improvement & Development Fund)
GOAA CONTACTS:
Sponsor: Commercial Properties
Construction: Mike Patterson
PROJECT COST: $5,988,108.00
Install a new lift station, force main, and new shallower alignment of the gravity sanitary sewer main at the Orlando International Airport. The new shallower gravity sanitary sewer main will provide the required sewer main slopes. The proposed force main will connect to the existing 10-inch force main approximately 100 feet west of the intersection of Cargo Road and Hangar Blvd. The new lift station will be designed to handle the build-out capacity for the northern portion of Hangar Blvd. and Cargo Road. A stub-out for the areas on the east side of Hangar Blvd. will be provided for the new development area on the east side of Hangar Blvd. It is anticipated that a portion of Hangar Blvd. will be reconstructed north of Cargo Road as part of this scope. It should be noted that upon completion of Phase 1, the area will be served by two lift stations, one new and one existing, until Phase 2 is implemented.
SCOPE:
STATUS: Delivery of the electrical generator occurred on May 4, 2017. Installation of the sod will be completed by the end of May 2017. Final tie-in of the sanitary line will be completed the second week in June 2017.
CONSTRUCTION COST:
Original Contract $3,285,000.00
Thru Change Order # 4 $76,565.34
Current Contract $3,361,565.34Paid To Date Thru PA # 13 $2,612,281.97
TIME(DAYS)
390
108
498
2.3%
77.7% Time: 79.5%
COMPLETION
04/14/17
07/31/17
NOTICE TO PROCEED: 03/21/16
ANTICIPATED COMPLETION:
On Schedule
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 5 of 67
PROJECTS IN CONSTRUCTION
BP-00455-OIA TAXIWAY C - SOUTH END REHABILITATION
CONTRACTOR: Ranger Construction Industries, Inc.
A/E: Avcon, Inc.
OAR: Parsons Brinckerhoff, Inc.
FUNDING: FAA & FDOT & GOAA,FAA,FDOT,GARBS (General Account Revenue Bonds)
GOAA CONTACTS:
Sponsor: Engineering (Birkebak)
Construction: Mike Patterson
PROJECT COST: $7,492,425.75
Rehabilitation of existing pavement for the south end of Taxiway C (located between Taxiway F and Taxiway B10), Taxiway B9 and related areas at the Orlando International Airport. Work will eliminate areas of distressed pavement and maintain the aircraft taxiing capacity. Work will also restore and maintain the airfield pavement serviceability areas and includes milling of existing pavement, removal of deteriorated pavement, a bituminous pavement overlay and associated markings, lighting and signage.
SCOPE:
STATUS: Phase 3A work was completed on April 27, 2017, allowing for Runway 18L/36R to return to service. Remaining Phase 3 work includes full strength pavement widening, shoulder replacement, milling and resurfacing, and lighting replacement in the intersection at Taxiway B and Taxiway B9. This work is currently on schedule and is anticipated for completion by May 12, 2017. The shift in phases for opening Taxiway B and closing Taxiway C from Taxiway F through Taxiway B10 is planned for May 12, 2017.
CONSTRUCTION COST:
Original Contract $6,221,844.00
Thru Change Order # 0 $0.00
Current Contract $6,221,844.00Paid To Date Thru PA # 1 $41,625.00
TIME(DAYS)
240
0
240
0.0%
0.7% Time: 29.2%
COMPLETION
08/29/17
08/29/17
NOTICE TO PROCEED: 01/02/17
ANTICIPATED COMPLETION:
On Schedule
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 6 of 67
PROJECTS IN CONSTRUCTION
BP-00459-OIA SECURED AREA ACCESS POINT CCTV IMPROVEMENTS
CONTRACTOR: SimplexGrinnell LP
A/E: Matern Professional Engineering, Inc.
OAR: PMA Consultants, LLC
FUNDING: FAA/FDOT/Cap.Ex.
GOAA CONTACTS:
Sponsor: Security
Construction: Mike Patterson
PROJECT COST: $4,274,500.00
Upgrade and enhance the Closed Circuit Television System (CCTV) at each of the Secure Area entry points at the Orlando International Airport (MCO). The scope includes upgrading and enhancing the CCTV coverage and video storage capability of all Secure Area entry points at MCO.
SCOPE:
STATUS: Field investigation work for conduit routing has been completed at all four Airsides and the Landside Buildings. Installation work began on April 20, 2017. Conduit installation at Airside 1 continues.
CONSTRUCTION COST:
Original Contract $2,927,120.00
Thru Change Order # 2 $0.00
Current Contract $2,927,120.00Paid To Date Thru PA # 0 $0.00
TIME(DAYS)
365
0
365
0.0%
0.0% Time: 0.00%
COMPLETION
01/03/18
01/03/18
NOTICE TO PROCEED: 01/04/17
ANTICIPATED COMPLETION:
On Schedule
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 7 of 67
PROJECTS IN CONSTRUCTION
BP-00462-OIA TAXIWAYS G AND H SAFETY AREA IMPROVEMENTS AND RELATED WORK
CONTRACTOR: PCL Construction Services, Inc.
A/E: Prime Engineering Incorporated
OAR: Parsons Brinckerhoff, Inc.
FUNDING: Aviation Authority Funds,Cap. Ex. (Capital Expenditure Fund)
GOAA CONTACTS:
Sponsor: Airfield Ops. (Caesar)
Construction: Mike Patterson
PROJECT COST: $2,859,136.00
FAA 001.I115.750; FDOT 002.I247809.125
Stormwater drainage piping extensions, new concrete drainage culvert headwalls, grading and slope protection, and other airfield related infrastructure work at Taxiways G and H, Taxiways E and F (the portions located between Taxiways E5 and E6), and Taxiway Connectors G1 and H1 thru H10 outside the Runway Safety Area (RSA) of Runway 17R/35L at Orlando International Airport.
SCOPE:
STATUS: The project has 14 phases requiring closure of section of Taxiways G and H. Five phases have been completed. The sixth phase will be completed on May 21, 2017.
CONSTRUCTION COST:
Original Contract $2,077,657.00
Thru Change Order # 1 $11,753.20
Current Contract $2,089,410.20Paid To Date Thru PA # 2 $291,375.61
TIME(DAYS)
245
0
245
0.6%
13.9% Time: 41.2%
COMPLETION
08/04/17
08/04/17
NOTICE TO PROCEED: 12/03/16
ANTICIPATED COMPLETION:
On Schedule
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 8 of 67
PROJECTS IN CONSTRUCTION
BP-00466-OIA LANDSIDE AHU HVAC NTC VARIOUS LEVELS
CONTRACTOR: PCL Construction Services, Inc.
A/E: C.T. Hsu & Associates, P.A.
OAR: Geotech Consultants International, Inc. dba GCI, Inc.
FUNDING: Cap. Ex. (Capital Expenditure Fund)
GOAA CONTACTS:
Sponsor: Maintenance
Construction: Mike Patterson
PROJECT COST: $9,965,600.00
Replace Air Handler Units (AHU) for the main Landside Terminal Building not related to the Main Ticket Lobby Modifications project at the Orlando International Airport. The scope of work includes all associated ductwork modifications or replacement, electrical power, and systems modifications back to the associated electrical panel.
SCOPE:
STATUS: The project is in the installation phase. Work is being phased with the BP-447 project. The first new units will be operational in mid-May 2017.
CONSTRUCTION COST:
Original Contract $7,619,785.00
Thru Change Order # 1 $2,345,815.00
Current Contract $9,965,600.00Paid To Date Thru PA # 7 $1,790,179.87
TIME(DAYS)
531
0
531
30.8%
18.0% Time: 58.9%
COMPLETION
10/30/17
10/30/17
NOTICE TO PROCEED: 05/18/16
ANTICIPATED COMPLETION:
On Schedule
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 9 of 67
PROJECTS IN CONSTRUCTION
BP-00472-OIA AOA SECURITY FENCE UPGRADE
CONTRACTOR: McConnie Enterprises, Inc.
A/E: Kimley-Horn and Associates, Inc.
OAR: Parsons Brinckerhoff, Inc.
FUNDING: Cap. Ex. (Capital Expenditure Fund)
GOAA CONTACTS:
Sponsor: Security
Construction: Mike Patterson
PROJECT COST: $434,148.00
Replace approximately 6,000 LF of existing 6’ high Air Operations Area (AOA) chain link fence with 8' high chain link fence with three strands of barbed wire, at various locations at Orlando International Airport, that have reached the end of its useful life or does not meet current height standards.
SCOPE:
STATUS: A change order for an additional 1,100 feet of fence south of Runway 35L was approved and the work is complete. Final clean-up and grounding is underway. Substantial Completion was achieved on April 20, 2017.
CONSTRUCTION COST:
Original Contract $299,648.25
Thru Change Order # 1 $38,761.00
Current Contract $338,409.25Paid To Date Thru PA # 2 $178,983.87
TIME(DAYS)
210
0
210
12.9%
52.9% Time: 64.8%
COMPLETION
04/23/17
04/23/17
NOTICE TO PROCEED: 09/26/16
ANTICIPATED COMPLETION:
Subst.Compl.
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 10 of 67
PROJECTS IN CONSTRUCTION
BP-S00100-OIA APM OPERATING SYSTEM (OS) FOR AIRSIDES 1 & 3 & SOUTH AIRPORT APM COMPLEX (D/B)
CONTRACTOR: Mitsubishi Heavy Industries America, Inc.
A/E: Lea & Elliott, Inc.
OAR: PMA Consultants, LLC
FUNDING: FDOT/PFC/Disc/Bd/O&M
GOAA CONTACTS:
Sponsor: Engineering (Birkebak)
Construction: Mike Patterson
PROJECT COST: $188,417,362.99
Provide for the design, fabrication, and installation of the Operating System (OS) of three Automated People Mover (APM) systems (i.e., replacement of the two existing OS and running surfaces at Airside 1 and Airside 3, and the new South Airport APM Complex OS) at the Orlando International Airport, through a Design-Build Contract (Phase 1).
Scope will include the design, manufacture, installation, integration, testing, commissioning, and safety certification of the new APM OS equipment (i.e., vehicles/trains, running surfaces, guidance equipment, communications equipment, command and control equipment, station equipment, power distribution system, supporting equipment for maintenance facility operations, public information, and CCTV systems). After safety certification, the APM system service supplier will provide Operation and Maintenance (O&M) services to the Aviation Authority for the systems installed by the supplier. The design-build portion of work is defined as Phase 1, and the O&M portion of work is defined as Phase 2.
SCOPE:
STATUS: The project is in the build phase of the design/build portion of the design/build/operate/maintain contract.
The Airside 3, 2100 lane APM experienced a technical problem on April 19, 2017, resulting in no APM service to Gates 30-59 for approximately 3-1/2 hours. Other technical issues and Contractor errors on the 2100 train caused additional service disruptions at the end of April 2017. Construction continued for the other Airside 3 APM shuttle, the 2200 lane, and with guideway reconstruction complete, the new 2200 lane APM cars were placed on the guideway on April 28, 2017. The Contractor continued Site Acceptance Tests for the South APM during April 2017. Station platform screen door installation, adjustment, and initial testing were completed at the south station. The Contractor completed the first station-to-station test at full speed in pinched loop mode (switching from one track to the other). Testing of the South APM is approximately 30% complete.
SOUTH APM COMPLEX 03/31/17 Substantial Completion of Design-Build Contract (990 Cal. Days from NTP)
AIRSIDES 1 & 3 APM SYSTEMS: 02/24/18 Substantial Completion of Design-Build Contract (1,320 Cal. Days from NTP)
CONSTRUCTION COST:
Original Contract $132,972,000.00
Thru Change Order # 16 $4,947,179.50
Current Contract $137,919,179.50Paid To Date Thru PA # 30 $104,705,975.52
TIME(DAYS)
1320
0
1320
3.7%
75.9% Time: 76.3%
COMPLETION
02/24/18
02/24/18
NOTICE TO PROCEED: 07/16/14
ANTICIPATED COMPLETION:
On Schedule
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 11 of 67
PROJECTS IN CONSTRUCTION
BP-S00102-OIA SOUTH AIRPORT APM COMPLEX - SITE LOGISTICS COMPOUND (GMP#10)
CONTRACTOR: Hensel Phelps Construction Co.
A/E: HKS, Inc. dba HKS Architects, Inc.
OAR: URS Corporation
FUNDING: LOC/Bonds/PFC/CFC
GOAA CONTACTS:
Sponsor: Engineering (Birkebak)
Construction: Mike Patterson
PROJECT COST: $20,695,815.00
Provide for site access improvements for the South Airport Automated People Mover (APM) Complex Program at the Orlando International Airport. The scope includes the construction of a new access road to the site from Boggy Creek Road, permanent surface water drainage improvements to the existing canal system, a construction site office trailer complex with modular office units, office infrastructure, decking, parking lot, sites for subcontractor trailers and utilities (i.e., power, communications, water and sewer) necessary for the operation of the office trailer complex. The scope also includes the core staff and equipment requirements required for the first six months of construction for all construction work on site.
SCOPE:
STATUS: All work in this GMP is complete. The GMP will remain open for administrative trailer payments and maintenance. Core staff and general conditions are approved through June 2017.
CONSTRUCTION COST:
Original Contract $20,214,831.00
Thru Change Order # 1 ($3,736,045.00)
Current Contract $16,478,786.00Paid To Date Thru PA # 29 $15,022,806.19
TIME(DAYS)
1000
0
1000
-18.5%
91.2% Time: 91.7%
COMPLETION
06/26/17
06/26/17
NOTICE TO PROCEED: 10/01/14
ANTICIPATED COMPLETION:
On Schedule
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 12 of 67
PROJECTS IN CONSTRUCTION
BP-S00103-OIA INTERMODAL TERMINAL FACILITY - SITEWORK, CIVIL & FOUNDATIONS ITF/PDL (GMP#11)
CONTRACTOR: Turner-Kiewit Joint Venture
A/E: HKS, Inc. dba HKS Architects, Inc.
OAR: URS Corporation
FUNDING: FDOT
GOAA CONTACTS:
Sponsor: Engineering (Birkebak)
Construction: Mike Patterson
PROJECT COST: $24,999,005.00
Foundation work for the Intermodal Terminal Facility (ITF) and Passenger Drop-Off Lobby (PDL) buildings consists of cast in place pile caps supported by auger cast piles. Scope also includes associated dewatering, structural excavation/backfill along with initial mobilization and general requirements for construction (i.e., CMAR trailer, access road, storage yards, etc.)
SCOPE:
STATUS: Foundations for the ITF and PDL are deemed substantially complete. Placement of the subbase material for the roadways under the ITF continues.
CONSTRUCTION COST:
Original Contract $8,583,853.00
Thru Change Order # 4 ($601,772.00)
Current Contract $7,982,081.00Paid To Date Thru PA # 20 $7,130,523.64
TIME(DAYS)
317
195
512
-7.0%
89.3% Time: 119.3%
COMPLETION
05/19/16
11/30/16
NOTICE TO PROCEED: 07/08/15
ANTICIPATED COMPLETION:
Subst.Compl.
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 13 of 67
PROJECTS IN CONSTRUCTION
BP-S00104-OIA SOUTH AIRPORT APM COMPLEX - APM PARKING GARAGE (GMP#5)
CONTRACTOR: Hensel Phelps Construction Co.
A/E: HKS, Inc. dba HKS Architects, Inc.
OAR: URS Corporation
FUNDING: LOC/Bonds/PFC
GOAA CONTACTS:
Sponsor: Engineering (Birkebak)
Construction: Mike Patterson
PROJECT COST: $54,781,739.00
The parking garage will accommodate approximately 2,400 spaces and is of concrete construction with six levels at the Orlando International Airport. Five lane parking control Toll Plazas both at the garage entrance and exit are to be included. The parking garage is connected to the APM and ITF via a two-level bridge that connects at the 3rd and 5th levels of the garage. This project encompasses the complete construction of a six-level cast-in-place concrete parking garage with approximately 2,400 spaces, future rental car operations, and the components required for a fully functional parking garage. The components within the garage include five stair towers, four electrical rooms, one stack of elevators with three elevator cabs, fire pump room, a complete fire suppression system, generator and underground storage tank system, HVAC and plumbing within the garage and toll plazas, and numerous tenant and owner Intermediate Distribution Frame (IDF) rooms. The scope also includes the development of numerous systems, including a fire alarm system, paging system, lightning protection, voice and data systems, and a complete security and camera system. New signage will be provided within the parking garage and the toll plazas. Parking control "Toll Plazas" at the garage entrance and exit will be constructed as part of this package. Toll plazas will include restrooms, a mechanical and electrical room, telecommunications room, and office space. The scope includes an allowance in direct cost of work for slip ramps, parking control equipment and technology, and vertical circulation at the Owner's request.
SCOPE:
STATUS: Placement of concrete for the last section of the ramp at Level 6 at Area 3 is in-progress. Installation of the barrier wall concrete at Levels 3 and 5 at Area 2 is complete. Permanent power to the parking garage has been energized. Elevator equipment has been energized. Framing soffits in the elevator lobby on all floors is in-progress. Installation of chilled water piping under the fifth and sixth level slabs at Area 1 and under Levels 4 and 5 at Area 2 is in-progress. Flushing the chilled water piping at the garage has begun. Installation of conduit under Levels 5 and 6 at Area 2 and at Area 3, Floors 2 thru 4 is in-progress. Clean-up and patch concrete beams and bottom of slabs at the third and fourth levels at Area 1 is in-progress. Installation of roofing at the toll plaza building through dry-in is complete. Setting and reinforcing forms and pouring stairs on the exterior of the parking garage to various levels is in-progress. Interior MEP installation in the toll plaza building is in-progress. Installation of metal wall framing in the toll plaza is in-progress. Both foundations at the entry plaza to garage at north end are complete.
CONSTRUCTION COST:
Original Contract $53,647,230.00
Thru Change Order # 6 ($3,867,022.00)
Current Contract $49,780,208.00Paid To Date Thru PA # 22.1 $29,768,908.37
TIME(DAYS)
749
5
754
-7.2%
59.8% Time: 91.4%
COMPLETION
06/26/17
07/01/17
NOTICE TO PROCEED: 06/09/15
ANTICIPATED COMPLETION:
On Schedule
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 14 of 67
PROJECTS IN CONSTRUCTION
BP-S00105-OIA SOUTH AIRPORT APM COMPLEX - SITEWORK & UTILITIES (GMP#1B)
CONTRACTOR: Hensel Phelps Construction Co.
A/E: HKS, Inc. dba HKS Architects, Inc.
OAR: URS Corporation
FUNDING: LOC/Bonds/PFC
GOAA CONTACTS:
Sponsor: Engineering (Birkebak)
Construction: Mike Patterson
PROJECT COST: $34,737,748.00
Construction of the balance of the sitework and utility work for the South Airport APM Complex Program at the Orlando International Airport. The scope provides the necessary site improvements, construction logistics support, communications infrastructure, and utility services to the project site.
SCOPE:
STATUS: Documents for FDEP clearance on the force main and lift station have been submitted. Storm piping along northbound Jeff Fuqua Boulevard near the taxiways have been installed.
CONSTRUCTION COST:
Original Contract $24,778,809.00
Thru Change Order # 8 $8,372,165.00
Current Contract $33,150,974.00Paid To Date Thru PA # 24.1 $25,682,584.22
TIME(DAYS)
587
212
799
33.8%
77.5% Time: 94.7%
COMPLETION
11/07/16
06/07/17
NOTICE TO PROCEED: 04/01/15
ANTICIPATED COMPLETION:
On Schedule
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 15 of 67
PROJECTS IN CONSTRUCTION
BP-S00106-OIA SOUTH AIRPORT APM COMPLEX - ROADS AND BRIDGES (GMP#4)
CONTRACTOR: Hensel Phelps Construction Co.
A/E: HKS, Inc. dba HKS Architects, Inc.
OAR: URS Corporation
FUNDING: LOC/Bonds/PFC
GOAA CONTACTS:
Sponsor: Engineering (Birkebak)
Construction: Mike Patterson
PROJECT COST: $38,512,167.00
Construction of the associated civil/road/bridge components required for the completion of the entire Program at the Orlando International Airport. The primary goal of this package is to connect the existing Jeff Fuqua Boulevard northbound/southbound drive lanes with new roadway infrastructure at Jeff Fuqua Boulevard North/South in addition to the South Airport APM Complex access roads. Clearing, demolition, and grading are included, as well as site improvements that are required to construct the roadways and bridges. Inclusive of this scope are two roadway bridges to be constructed at Jeff Fuqua Boulevard South Bridge and the South Access Road Return-to-Terminal Bridge. A Maintenance of Traffic (MOT) program has been engineered and developed for any anticipated road closures.
SCOPE:
STATUS: Installation of sub-base, base and curbs along northbound Jeff Fuqua Boulevard from taxiways south to MSE No. 3 is complete. Installation of wall panels for MSE Walls 3 and 4 is complete. Installation of MSE Wall Panels 1 and 2 is complete. Coping cap for MSE Walls 1, 2, 3 and 4 is in-progress. Backfill over the AAF and future rail tunnels is in-progress. Installation of roadway curbs and base between the parking garage and APM building south to the exit toll plaza for the parking garage is in-progress. Grading and installation of base at Boggy Creek Road widening at the west entry is in-progress. Asphalt on shared use pathway along Jeff Fuqua Boulevard is in-progress.
CONSTRUCTION COST:
Original Contract $36,285,175.00
Thru Change Order # 5 $245,171.00
Current Contract $36,530,346.00Paid To Date Thru PA # 24.1 $29,001,160.64
TIME(DAYS)
763
9
772
0.7%
79.4% Time: 96.9%
COMPLETION
05/02/17
05/11/17
NOTICE TO PROCEED: 04/01/15
ANTICIPATED COMPLETION:
06/30/2017
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 16 of 67
PROJECTS IN CONSTRUCTION
BP-S00107-OIA INTERMODAL TERMINAL FACILITY - VIADUCT (GMP#13)
CONTRACTOR: Turner-Kiewit Joint Venture
A/E: HKS, Inc. dba HKS Architects, Inc.
OAR: URS Corporation
FUNDING: FDOT
GOAA CONTACTS:
Sponsor: Engineering (Birkebak)
Construction: Mike Patterson
PROJECT COST: $45,325,114.00
Scope for the Viaduct includes concrete columns, caps, FIB beams and a 12-inch CIP deck at the Orlando International Airport. Typical span lengths are 60 feet. The viaduct splits from two at-grade tracks at either end into three separate viaducts through the Intermodal Terminal Facility (ITF) building.
SCOPE:
STATUS: Concrete work at Bridge A is complete. Clean-up and final patching of the concrete surface continues.
CONSTRUCTION COST:
Original Contract $19,145,558.00
Thru Change Order # 2 ($841,641.00)
Current Contract $18,303,917.00Paid To Date Thru PA # 19 $15,889,016.87
TIME(DAYS)
650
0
650
-4.4%
86.8% Time: 90.3%
COMPLETION
06/26/17
06/26/17
NOTICE TO PROCEED: 09/16/15
ANTICIPATED COMPLETION:
Subst.Compl.
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 17 of 67
PROJECTS IN CONSTRUCTION
BP-S00109-OIA INTERMODAL TERMINAL FACILITY - ITF & PDL STRUCTURE, MEPFP, & FINISHES (GMP#12)
CONTRACTOR: Turner-Kiewit Joint Venture
A/E: HKS, Inc. dba HKS Architects, Inc.
OAR: URS Corporation
FUNDING: FDOT
GOAA CONTACTS:
Sponsor: Engineering (Birkebak)
Construction: Mike Patterson
PROJECT COST: $134,938,302.00
For the Intermodal Terminal Facility (ITF) and Passenger Drop-Off Lobby (PDL) buildings, concrete columns, Concrete Masonry Unit (CMU) walls, composite floor decking and a structural steel roof form the structure framework. The ITF also includes precast double tees for the level 3 platform area. Exterior envelope is a combination of curtain walls, cladding, precast panels, and louvers. Mechanical, electrical and plumbing is also included in this GMP.
SCOPE:
STATUS: Installation of chilled water piping at the fifth floor mechanical mezzanine to the Air Handling Units continues. Installation of waterproofing on the structural topping of the double T’s at the north end of the platform level continues. Installation of the roof system on the main spine roof and north end barrel roof is in-progress. Laying of the CMU at the first level of the ITF for the electrical room, pump room, fire pump room and other service rooms continues. Installation of the exterior framing at Level Nos. 4 and 5 on the east side of ITF and installation of the exterior sheathing are in-progress. Installation of the chilled water pipe system bypass is complete and is being prepared for flushing. Framing of walls on the fourth level is in-progress. Installation of the wall electrical and plumbing rough-in wall framing on the fourth level continues.
CONSTRUCTION COST:
Original Contract $130,275,924.00
Thru Change Order # 3 $4,662,378.00
Current Contract $134,938,302.00Paid To Date Thru PA # 14.1 $67,260,166.15
TIME(DAYS)
544
0
544
3.6%
49.8% Time: 77.9%
COMPLETION
08/25/17
08/25/17
NOTICE TO PROCEED: 02/29/16
ANTICIPATED COMPLETION:
09/13/2017
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 18 of 67
PROJECTS IN CONSTRUCTION
BP-S00111-OIA SOUTH AIRPORT APM COMPLEX - CENTRAL ENERGY PLANT (GMP#9)
CONTRACTOR: Hensel Phelps Construction Co.
A/E: HKS, Inc. dba HKS Architects, Inc.
OAR: URS Corporation
FUNDING: LOC/Bonds/PFC
GOAA CONTACTS:
Sponsor: Engineering (Birkebak)
Construction: Mike Patterson
PROJECT COST: $14,214,701.00
The Central Energy Plant (CEP) will house three 700-ton water-cooled centrifugal chillers, two 1,400 ton field erected cooling towers, and will be provide emergency power to each of the building components using diesel powered generators. The scope of BP No. S111 includes the complete construction of the Central Energy Plant building. This scope includes but is not limited to, concrete foundations, slabs, insulated tilt wall, masonry, waterproofing, structural and miscellaneous steel and metals, modified and bituminous roofing, interior and exterior finishes, plumbing, HVAC, and electrical systems (including fuel tank). An allowance in the direct cost of work has been included for electrical consumption costs incurred post-substantial completion of GMP No. 9.
SCOPE:
STATUS: Construction of the Central Energy Plant is complete and punchlist work continues. Flushing of the chilled water piping is in-progress.
CONSTRUCTION COST:
Original Contract $13,403,862.00
Thru Change Order # 4 ($978,837.00)
Current Contract $12,425,025.00Paid To Date Thru PA # 17 $10,495,889.86
TIME(DAYS)
354
76
430
-7.3%
84.5% Time: 120.5%
COMPLETION
10/31/16
01/15/17
NOTICE TO PROCEED: 11/13/15
ANTICIPATED COMPLETION:
Subst.Compl.
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 19 of 67
PROJECTS IN CONSTRUCTION
BP-S00113-OIA SOUTH AIRPORT APM COMPLEX - APM STRUCTURE (GMP#6)
CONTRACTOR: Hensel Phelps Construction Co.
A/E: HKS, Inc. dba HKS Architects, Inc.
OAR: URS Corporation
FUNDING: LOC/Bonds/PFC
GOAA CONTACTS:
Sponsor: Construction (Patterson)
Construction: Mike Patterson
PROJECT COST: $35,163,844.00
The Automated People Mover (APM) structure will support the a ground level transportation lobby, a platform level for the traveling public, and a transfer level that will consist of concession areas, public restrooms, and mechanical spaces.
SCOPE:
STATUS: Concrete placement for stairs in the stair towers is in-progress. Installation of the pre-cast exterior panels at the south stair tower is in-progress.
CONSTRUCTION COST:
Original Contract $35,163,844.00
Thru Change Order # 3 ($1,789,590.00)
Current Contract $33,374,254.00Paid To Date Thru PA # 19.1 $25,847,462.37
TIME(DAYS)
610
13
623
-5.1%
77.4% Time: 94.5%
COMPLETION
05/17/17
05/30/17
NOTICE TO PROCEED: 09/16/15
ANTICIPATED COMPLETION:
On Schedule
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 20 of 67
PROJECTS IN CONSTRUCTION
BP-S00114-OIA SOUTH AIRPORT APM COMPLEX - LANDSCAPE (GMP#8)
CONTRACTOR: Hensel Phelps Construction Co.
A/E: HKS, Inc. dba HKS Architects, Inc.
OAR: URS Corporation
FUNDING: LOC/Bonds/PFC
GOAA CONTACTS:
Sponsor: Engineering (Birkebak)
Construction: Mike Patterson
PROJECT COST: $9,754,860.00
All landscaping components and exterior wayfinding signage are included in this section as well as irrigation for the project that will be fed from a reclaimed water line.
SCOPE:
STATUS: Installation of sod and landscaping along the South Access Road north of the garage and at the entrance is ongoing.
CONSTRUCTION COST:
Original Contract $5,591,976.00
Thru Change Order # 1 ($143,167.00)
Current Contract $5,448,809.00Paid To Date Thru PA # 13 $2,264,356.97
TIME(DAYS)
465
0
465
-2.6%
41.6% Time: 84.3%
COMPLETION
06/29/17
06/29/17
NOTICE TO PROCEED: 03/22/16
ANTICIPATED COMPLETION:
On Schedule
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 21 of 67
PROJECTS IN CONSTRUCTION
BP-S00116-OIA SOUTH AIRPORT APM COMPLEX - APM FINISHES (GMP#7)
CONTRACTOR: Hensel Phelps Construction Co.
A/E: HKS, Inc. dba HKS Architects, Inc.
OAR: URS Corporation
FUNDING: LOC/Bonds/PFC/FIF/Aviation Authority Funds
GOAA CONTACTS:
Sponsor: Engineering (Birkebak)
Construction: Mike Patterson
PROJECT COST: $32,492,363.00
The scope of BP No. S116 includes the mechanical, electrical, plumbing, fire protection, and technologies and finishes for construction. This scope includes, but is not limited to, doors and hardware, Terrazzo flooring, tile and stone, carpet and Vinyl Composite Tile (VCT), resinous flooring, painting, signage, specialties, elevators and escalators, fire suppression, plumbing, HVAC, test and balance, electrical and telecommunications, access control, video surveillance, and fire alarm systems. The direct cost of work includes allowances for interior landscaping as well as fire alarm and emergency communications system.
SCOPE:
STATUS: Installation of waterproofing membrane over skylight exterior sheathing is in-progress. Installation of insulated metal panels around skylight at the south elevation is in-progress. Installation of closure walls and metal panels on the north side of the APM barrel roof is in-progress. Installation of the metal roof panels at barrel roof is in-progress. Installation of fire protection heads in ceilings at the third and fourth levels is in-progress. Installation of ductwork with insulation under the third and fourth floors is in-progress. Tie-in to the ductwork from the ITF mezzanine is complete. Installation of stucco on the exterior CMU walls on first level is in-progress. Installation of terrazzo on the north half of the fourth floor is in-progress. Drywall work in the rooms at the fourth level is complete. Installation of drywall, finish and paint soffits at bottom of roof over north end of APM is in-progress. Installation of suspended ceiling grid in soffit framing under roof at north end of APM is in-progress. Permanent power has been established to main switchgear. Flushing of the chilled water piping is in-progress.
CONSTRUCTION COST:
Original Contract $32,492,363.00
Thru Change Order # 4 ($1,738,470.00)
Current Contract $30,753,893.00Paid To Date Thru PA # 16.1 $12,166,550.84
TIME(DAYS)
539
45
584
-5.4%
39.6% Time: 80.8%
COMPLETION
06/26/17
08/10/17
NOTICE TO PROCEED: 01/05/16
ANTICIPATED COMPLETION:
On Schedule
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 22 of 67
PROJECTS IN CONSTRUCTION
BP-S00121-OIA INTERMODAL TERMINAL FACILITY - CORE STAFF AND GENERAL CONDITIONS (GMP#16)
CONTRACTOR: Turner-Kiewit Joint Venture
A/E: HKS, Inc. dba HKS Architects, Inc.
OAR: URS Corporation
FUNDING: FDOT
GOAA CONTACTS:
Sponsor: Engineering (Birkebak)
Construction: Mike Patterson
PROJECT COST: $14,896,057.00
Designate core staff and general conditions to maintain continuity through all GMPs from pre-construction through substantial completion for the South Airport Intermodal Terminal Facility (ITF) at the Orlando International Airport.
SCOPE:
STATUS: Core staff and general conditions are approved through the end of the program.
CONSTRUCTION COST:
Original Contract $2,035,225.00
Thru Change Order # 5 $8,324,189.00
Current Contract $10,359,414.00Paid To Date Thru PA # 23 $6,854,088.39
TIME(DAYS)
540
329
869
409.0%
66.2% Time: 85.4%
COMPLETION
09/30/16
08/25/17
NOTICE TO PROCEED: 04/10/15
ANTICIPATED COMPLETION:
On Schedule
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 23 of 67
PROJECTS IN CONSTRUCTION
BP-S00122-OIA INTERMODAL TERMINAL FACILITY - SOUTH ABUTMENT AND MSE WALL (GMP #17) FOR AAF
CONTRACTOR: Turner-Kiewit Joint Venture
A/E: HKS, Inc. dba HKS Architects, Inc.
OAR: URS Corporation
FUNDING: FDOT Grants
GOAA CONTACTS:
Sponsor: Engineering (Birkebak)
Construction: Mike Patterson
PROJECT COST: $971,318.00
The scope of BP No. S122 provides for precast piles for abutments, concrete abutments, MSE walls and coping at Bridge B Abutment 1, embankment, and general requirements for construction. The scope consists of embankment between Stations 5232+35 and 5233+60, and the Bridge B Abutment 1, MSE walls, along the face of the abutment and associated MSE wing wall at Station 5243+00. The abutment consists of driven precast piles, cast-in-place abutment and backwall concrete, MSE walls, and cast-in-place coping. Access roads and maintenance for the temporary roads are not included in this GMP as they have been included in other GMPs.
SCOPE:
STATUS: Construction of the MSE walls south of Bridge A and installation of sod on the embankment at the south end of MSE walls are complete. Punchlist work continues.
CONSTRUCTION COST:
Original Contract $971,318.00
Thru Change Order # 0 $0.00
Current Contract $971,318.00Paid To Date Thru PA # 18 $885,322.43
TIME(DAYS)
650
0
650
0.0%
91.1% Time: 89.7%
COMPLETION
06/26/17
06/26/17
NOTICE TO PROCEED: 09/16/15
ANTICIPATED COMPLETION:
Subst.Comp.
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 24 of 67
PROJECTS IN CONSTRUCTION
BP-S00125-OIA SOUTH AIRPORT APM COMPLEX - ROADWAY SIGNAGE (GMP 4A)
CONTRACTOR: Hensel Phelps Construction Co.
A/E: HKS, Inc. dba HKS Architects, Inc.
OAR: URS Corporation
FUNDING: FIFs (Facility Improvement Fund),GARBS (General Account Revenue Bonds),PFCs (Passenger Facility Charges)
GOAA CONTACTS:
Sponsor: Engineering (Birkebak)
Construction: Mike Patterson
PROJECT COST: $5,814,931.00
Roadway signage package for new South Airport APM Project. Scope of work includes roadway signage, sign posts and structures, foundations, signage lighting and electrical work.
SCOPE:
STATUS: Installation of the roadway signage foundations along the new northbound Jeff Fuqua Blvd. is complete. Construction of the overhead signage at the PDL roadway is ongoing.
CONSTRUCTION COST:
Original Contract $5,814,931.00
Thru Change Order # 1 ($147,378.00)
Current Contract $5,667,553.00Paid To Date Thru PA # 8 $1,855,059.74
TIME(DAYS)
336
0
336
-2.5%
32.7% Time: 95.5%
COMPLETION
05/02/17
05/02/17
NOTICE TO PROCEED: 06/01/16
ANTICIPATED COMPLETION:
6/30/2017
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 25 of 67
PROJECTS IN CONSTRUCTION
BP-S00126-OIA S TERM C, PH 1 - EARLY SITE WORK AND STRUCTURES (GMP#1-S)
CONTRACTOR: PCL Construction Services, Inc.
A/E: HNTB Corporation
OAR: Geotech Consultants International, Inc. dba GCI, Inc.
FUNDING: GARBS (General Account Revenue Bonds)
GOAA CONTACTS:
Sponsor: Engineering (Birkebak)
Construction: Mike Patterson
PROJECT COST: $5,967,637.00
GMP No. 1-S for the South Terminal C, Phase 1, has been negotiated with PCL Construction Services, Inc. for BP No. S126, South Terminal C, Phase 1 – Early Site Work and Structures (GMP No. 1-S) at the Orlando International Airport. The scope of work includes the construction of twin 72-inch RCP, two 10-foot cast-in-place box culverts, the North Road lane expansion, relocation of the existing contractor trade parking area, associated site work, utilities relocations and installations, dewatering, grading, and all temporary water management practices and General Requirements required for construction.
SCOPE:
STATUS: Relocation of the contractor trade parking lot, installation of the twin 72-inch RCP, and initial site clearing are complete. Pre-construction services will complete this GMP and demobilize. Further GMPs for the Airside scope will be performed by Hensel Phelps Construction.
CONSTRUCTION COST:
Original Contract $5,967,637.00
Thru Change Order # 0 $0.00
Current Contract $5,967,637.00Paid To Date Thru PA # 3 $1,970,763.67
TIME(DAYS)
174
0
174
0.0%
33.0% Time: 85.1%
COMPLETION
05/29/17
05/29/17
NOTICE TO PROCEED: 12/07/16
ANTICIPATED COMPLETION:
05/30/2017
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 26 of 67
PROJECTS IN CONSTRUCTION
E-00188-OIA REPLACE SWITCHBOARD NMSB2 IN WEST MAIN ELECTRICAL ROOM NO. NTLSZCWW014901
CONTRACTOR: Electric Services, Inc.
A/E: Matern Professional Engineering, Inc.
OAR: CMTS/Hanson JV
FUNDING: Cap. Ex. (Capital Expenditure Fund),FDOT,O&M (Operations & Maintenance Fund),PFCs (Passenger Facility Charges)
GOAA CONTACTS:
Sponsor: Maintenance
Construction: Mike Patterson
PROJECT COST: $1,194,120.00
Remove and replace, to a new location, the existing Switchboard NMSB2 at the Orlando International Airport. Scope also includes the installation of two (2) new Manual Transfer Switches MTS-4NW and MTS-4SW and the installation of an epoxy floor covering in new Electrical Room NTLSZCWW014877.
SCOPE:
STATUS: The switchgear and bus duct have been ordered. Housekeeping pads are complete and the two MTS have been installed. Installation of the electrical conduits associated with the transfer switches is in-progress. Preparations for the installation of the new gear are in-progress.
CONSTRUCTION COST:
Original Contract $1,062,900.00
Thru Change Order # 0 $0.00
Current Contract $1,062,900.00Paid To Date Thru PA # 2 $23,441.04
TIME(DAYS)
180
0
180
0.0%
2.2% Time: 55.6%
COMPLETION
07/21/17
07/21/17
NOTICE TO PROCEED: 01/23/17
ANTICIPATED COMPLETION:
On Schedule
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 27 of 67
PROJECTS IN CONSTRUCTION
E-00218-OIA LS2 BUSINESS MESSAGING REVISION (D/B)
CONTRACTOR: Electric Services, Inc.
A/E: NONE
OAR: NONE
FUNDING: Cap. Ex. (Capital Expenditure Fund)
GOAA CONTACTS:
Sponsor: Executive
Construction: Greg Watson
PROJECT COST: $225,000.00
Installation of nineteen 80" LCD displays to the Level 2 baggage arrivals area back wall, including power at the Orlando International Airport. Scope also includes the relocation of eleven existing LCD displays.
SCOPE:
STATUS: Installation of the ten additional displays at newly identified positions is complete. Substantial Completion was achieved in April 2017 and punchlist activities are in-progress.
CONSTRUCTION COST:
Original Contract $96,934.57
Thru Change Order # 2 $24,365.31
Current Contract $121,299.88Paid To Date Thru PA # 5 $103,030.25
TIME(DAYS)
120
0
120
25.1%
84.9% Time: 184.2%
COMPLETION
12/05/16
12/05/16
NOTICE TO PROCEED: 08/08/16
ANTICIPATED COMPLETION:
Subst.Compl.
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 28 of 67
PROJECTS IN CONSTRUCTION
E-00220-OIA ACCESS CONTROL AT NORTH CELL LOT AND SOUTH TAXI HOLD
CONTRACTOR: H. L. Pruitt Corporation
A/E: NONE
OAR: Parsons Brinckerhoff, Inc.
FUNDING: Transfer from ZC-171
GOAA CONTACTS:
Sponsor: Information Technology
Construction: Mike Patterson
PROJECT COST: $82,000.00
Turnkey installation of the CCTV and Access Control Systems to the Communication Rooms for two (2) buildings at the North Cell Lot and South Taxi/Bus Hold area at the Orlando International Airport.
SCOPE:
STATUS: Coordination with GOAA Security for final fit of the new equipment continues.
CONSTRUCTION COST:
Original Contract $71,810.68
Thru Change Order # 0 $0.00
Current Contract $71,810.68Paid To Date Thru PA # 0 $0.00
TIME(DAYS)
150
0
150
0.0%
0.0% Time: 0.00%
COMPLETION
02/15/17
02/15/17
NOTICE TO PROCEED: 09/19/16
ANTICIPATED COMPLETION:
5/31/2017
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 29 of 67
PROJECTS IN CONSTRUCTION
E-00224-OIA ACCESS CONTROL AT HR OFFICE DOORWAYS IN ANNEX
CONTRACTOR: Electric Services, Inc.
A/E: NONE
OAR: Geotech Consultants International, Inc. dba GCI, Inc.
FUNDING: O&M (Operations & Maintenance Fund)
GOAA CONTACTS:
Sponsor: Security
Construction: Mike Patterson
PROJECT COST: $20,700.00
Provide and install access control in the offices of Human Resources at the Orlando International Airport. Scope includes installing a 3/4" raceway from the front and back doors of HR to the first floor Communication Room for the installation of the card readers and electric strikes at HR doorways; installing power supply in the first floor Communications Room.; programming of new components to GOAA; installation to meet GOAA specifications; fire caulking penetrations as related to areas affected; All work completed during standard working hours; and, construction documents and permitting.
SCOPE:
STATUS: The project is in the submittal/procurement phase.
CONSTRUCTION COST:
Original Contract $14,545.57
Thru Change Order # 0 $0.00
Current Contract $14,545.57Paid To Date Thru PA # 0 $0.00
TIME(DAYS)
84
0
84
0.0%
0.0% Time: 0.00%
COMPLETION
07/02/17
07/02/17
NOTICE TO PROCEED: 04/10/17
ANTICIPATED COMPLETION:
On Schedule
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 30 of 67
PROJECTS IN CONSTRUCTION
E-00226-OIA TELECOMM GATEWAYS UPS POWER
CONTRACTOR: BergElectric Corp. dba as Bergelectric Corp. Contractors and Engineers
A/E: Matern Professional Engineering, Inc.
OAR: CMTS/Hanson JV
FUNDING: Cap. Ex. (Capital Expenditure Fund)
GOAA CONTACTS:
Sponsor: IT (Newsome)
Construction: Mike Patterson
PROJECT COST: $54,039.20
Install new electrical power circuits for new Telecom UPS equipment to replace existing rectifiers and inverters in the main telecommunications room at six locations at the Orlando International Airport. These locations are at Airside 1 (Room 01-1617), Airside 2 (Room 01-1683), Airside 3 (Room 01-1611), Airside 4 (Room 01-1503), Air Cargo Bldg. (Room AC-0761), and Tradeport Bldg. (Room TP-0439).
SCOPE:
STATUS: Installation of electrical conduit rough-in at Airsides 2, 3 and 4 telecomm rooms is complete. Installation of the electrical conduit rough-in at Airside 1 telecomm rooms is in-progress.
CONSTRUCTION COST:
Original Contract $31,414.00
Thru Change Order # 0 $0.00
Current Contract $31,414.00Paid To Date Thru PA # 1 $1,071.90
TIME(DAYS)
90
0
90
0.0%
3.4% Time: 77.8%
COMPLETION
05/13/17
05/13/17
NOTICE TO PROCEED: 02/13/17
ANTICIPATED COMPLETION:
05/31/2017
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 31 of 67
PROJECTS IN CONSTRUCTION
E-00227-OIA ADDITIONAL WORK TO CLOSE-OUT BHS POD D ELECTRICAL PERMIT (D/B)
CONTRACTOR: Electric Services, Inc.
A/E: NONE
OAR: PMA Consultants, LLC
FUNDING: Cap. Ex. (Capital Expenditure Fund),PFCs (Passenger Facility Charges)
GOAA CONTACTS:
Sponsor: Operations
Construction: John Carlson
PROJECT COST: $360,000.00
Provide additional electrical clearance and work space in a few specific locations as well as modifications necessary to satisfy the AHJ’s new requirement to have the completed system at the Orlando International Airport certified by a Nationally Recognized Testing Laboratory (NRTL). Scope includes relocating High Speed Diverter control panels, adding mimic control stations, and relocating Variable Frequency Drives. The catwalk area will be expanded where necessary and concrete pads extended for adequate work platform and clearance. Scope also includes relocating conduits to allow adequate personnel clearance when working on panels as well as modifications of protective barriers to gain access and allow clearance, and adding insulating work platform mats on catwalks in areas where components are low and adequate head clearance cannot be achieved. This scope will complete the open permit issues from Project BP-432.
SCOPE:
STATUS: This project is in the design phase of the Design/Build services.
CONSTRUCTION COST:
Original Contract $204,392.40
Thru Change Order # 0 $0.00
Current Contract $204,392.40Paid To Date Thru PA # 0 $0.00
TIME(DAYS)
120
0
120
0.0%
0.0% Time: 0.00%
COMPLETION
07/04/17
07/04/17
NOTICE TO PROCEED: 03/07/17
ANTICIPATED COMPLETION:
On Schedule
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 32 of 67
PROJECTS IN CONSTRUCTION
E-00228-OIA LANDSIDE EAST & WEST SEATING POWER OUTLETS (D/B)
CONTRACTOR: BergElectric Corp. dba as Bergelectric Corp. Contractors and Engineers
A/E: NONE
OAR: Geotech Consultants International, Inc. dba GCI, Inc.
FUNDING: Cap. Ex. (Capital Expenditure Fund)
GOAA CONTACTS:
Sponsor: Maintenance
Construction: Mike Patterson
PROJECT COST: $225,000.00
Design, permit and install floor power outlets at the Landside, Level 3, East and West seating areas to support the new lounge seating at the Orlando International Airport.
SCOPE:
STATUS: Testing for load calculations of the ten electric panels at both ends of the Terminal is complete. Drilling of pilot holes on the west side for conduit installation is in-progress. Core drilling of holes and installing of the floor boxes on the east side is in-progress.
CONSTRUCTION COST:
Original Contract $199,980.00
Thru Change Order # 0 $0.00
Current Contract $199,980.00Paid To Date Thru PA # 0 $0.00
TIME(DAYS)
120
0
120
0.0%
0.0% Time: 0.00%
COMPLETION
07/10/17
07/10/17
NOTICE TO PROCEED: 03/13/17
ANTICIPATED COMPLETION:
On Schedule
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 33 of 67
PROJECTS IN CONSTRUCTION
E-00229-OIA AIRSIDE 2 SEATING POWER OUTLETS GATES 101-109 (D/B)
CONTRACTOR: Electric Services, Inc.
A/E: NONE
OAR: Geotech Consultants International, Inc. dba GCI, Inc.
FUNDING: Cap. Ex. (Capital Expenditure Fund)
GOAA CONTACTS:
Sponsor: Maintenance
Construction: Mike Patterson
PROJECT COST: $150,000.00
Design, permit and install floor power outlets at Airside 2 for Gates 101 - 109 to support the new holdroom seating at the Orlando International Airport.
SCOPE:
STATUS: Installation of the conduit at Gates 101 and 103 is in-progress. Core drilling for installation of the floor boxes at Gates 101 and 103 is in-progress.
CONSTRUCTION COST:
Original Contract $130,335.20
Thru Change Order # 0 $0.00
Current Contract $130,335.20Paid To Date Thru PA # 0 $0.00
TIME(DAYS)
90
0
90
0.0%
0.0% Time: 0.00%
COMPLETION
06/10/17
06/10/17
NOTICE TO PROCEED: 03/13/17
ANTICIPATED COMPLETION:
On Schedule
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 34 of 67
PROJECTS IN CONSTRUCTION
H-00284-OIA DRAINAGE CONTROL STRUCTURE GATE OPERATOR REPLACEMENT
CONTRACTOR: Prime Construction Group, Inc.
A/E: NONE
OAR: Parsons Brinckerhoff, Inc.
FUNDING: Cap. Ex. (Capital Expenditure Fund)
GOAA CONTACTS:
Sponsor: Maintenance
Construction: Scott Shedek
PROJECT COST: $175,000.00
Repair slide gate operators at Drainage Structures A-1, C-1, and C-2 at the Orlando International Airport. The Contractor will be responsible to measure existing conditions in the field and provide shop drawings for each location. Contractor will custom-fabricate gate operators and all associated hardware. Contractor will demolish the existing gate operator and take ownership of all existing materials no longer required for gate operation. Contractor will furnish and install direct-drive operator and hardware, and connect new hardware to existing gate to provide a complete operational system for controlling the existing gates.
SCOPE:
STATUS: Fabrication of the gate operator parts and controls is in-progress.
CONSTRUCTION COST:
Original Contract $140,607.78
Thru Change Order # 1 $0.00
Current Contract $140,607.78Paid To Date Thru PA # 0 $0.00
TIME(DAYS)
60
77
137
0.0%
0.0% Time: 60.6%
COMPLETION
04/20/17
07/06/17
NOTICE TO PROCEED: 02/20/17
ANTICIPATED COMPLETION:
On Schedule
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 35 of 67
PROJECTS IN CONSTRUCTION
H-00289-OIA TRITURATOR TANKS REMOVAL BETWEEN AIRSIDES 2-4 AND 1-3
CONTRACTOR: Prime Construction Group, Inc.
A/E: NONE
OAR: Geotech Consultants International, Inc. dba GCI, Inc.
FUNDING: O&M (Operations & Maintenance Fund)
GOAA CONTACTS:
Sponsor: Maintenance
Construction: Mike Patterson
PROJECT COST: $104,259.64
Remove two Triturator tanks and attached stairs, located between Airsides 2-4 and 1-3 in the service areas at the Orlando International Airport. Both tanks will be disconnected from all utilities and the utilities will be "cut and capped" at least 1-foot below grade. Tanks will be removed from the site to a previously-designated area outside the Air Operations Area (AOA) to be safely demolished and made suitable for over-the-road travel. Transport of these tanks will be accomplished at night using the most direct route available, with coordination with Airfield Operations and the FAA as needed. Fencing will be removed if needed for easier demolition, and reinstalled after completion. Project also includes removal of the two 12-inches thick reinforced concrete pads, grading of the areas and installation of Bahia sod. Triturator ank between Airsides 2-4 is approximate 13-feet high by 55-feet long by 12-feet wide; and Triturator tank between Airsides 1-3 is approximate 12-feet high by 27-feet long by 12-feet wide.
SCOPE:
STATUS: Substantial Completion was achieved on April 28, 2017.
CONSTRUCTION COST:
Original Contract $85,668.80
Thru Change Order # 0 $0.00
Current Contract $85,668.80Paid To Date Thru PA # 0 $0.00
TIME(DAYS)
60
0
60
0.0%
0.0% Time: 1.7%
COMPLETION
04/27/17
04/27/17
NOTICE TO PROCEED: 02/27/17
ANTICIPATED COMPLETION:
Subst.Compl.
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 36 of 67
PROJECTS IN CONSTRUCTION
L-00006-OIA COMMUNICATIONS SERVICES DELIVERY (ON-CALL SVS - ORION)
CONTRACTOR: Orion Management Services, LLC
A/E: NONE
OAR: NONE
FUNDING: CapEx
GOAA CONTACTS:
Sponsor: Information Technology
Construction: Lewis Felker
PROJECT COST: $100,000.00
Extend fiber infrastructure to tenant locations on an on-call basis at the Orlando International Airport. The extensions will be from the nearest viable infrastructure connection point (manhole, pedestal, etc.).
SCOPE:
STATUS: This project is for on-call services for installation of fiber infrastructure to tenant locations through September 18, 2017.
CONSTRUCTION COST:
Original Contract $100,000.00
Thru Change Order # 1 $0.00
Current Contract $100,000.00Paid To Date Thru PA # 1.1 $16,840.75
TIME(DAYS)
335
429
764
0.0%
16.8% Time: 65.6%
COMPLETION
07/16/16
09/18/17
NOTICE TO PROCEED: 08/17/15
ANTICIPATED COMPLETION:
On Schedule
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 37 of 67
PROJECTS IN CONSTRUCTION
L-00007-OIA COMMUNICATIONS SERVICES DELIVERY (ON-CALL SVS - OBTS)
CONTRACTOR: Orlando Business Telephone Systems, Inc.
A/E: NONE
OAR: NONE
FUNDING: CapEx
GOAA CONTACTS:
Sponsor: Information Technology
Construction: Lewis Felker
PROJECT COST: $123,098.52
Extend fiber infrastructure to tenant locations on an on-call basis at the Orlando International Airport. The extensions will be from the nearest viable infrastructure connection point (manhole, pedestal, etc.).
SCOPE:
STATUS: This project is for on-call services for installation of fiber infrastructure to tenant locations through September 18, 2017.
CONSTRUCTION COST:
Original Contract $100,000.00
Thru Change Order # 2 $23,098.52
Current Contract $123,098.52Paid To Date Thru PA # 7 $55,431.73
TIME(DAYS)
335
429
764
23.1%
45.0% Time: 60.7%
COMPLETION
07/16/16
09/18/17
NOTICE TO PROCEED: 08/17/15
ANTICIPATED COMPLETION:
On Schedule
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 38 of 67
PROJECTS IN CONSTRUCTION
L-00016-OIA COMMUNICATION SERVICE DELIVERY
CONTRACTOR: Quality Cable Contractors, Inc.
A/E: NONE
OAR: NONE
FUNDING: Cap. Ex. (Capital Expenditure Fund)
GOAA CONTACTS:
Sponsor: Information Technology
Construction: Lewis Felker
PROJECT COST: $100,000.00
Provide low voltage cabling installation and repair services for the Communication Service Delivery project on an on-call basis as directed by GOAA Information Technology Department at the Orlando International Airport.
SCOPE:
STATUS: This project is for on-call low voltage cabling installation and repair services through September 18, 2017.
CONSTRUCTION COST:
Original Contract $100,000.00
Thru Change Order # 1 $0.00
Current Contract $100,000.00Paid To Date Thru PA # 2 $27,083.35
TIME(DAYS)
335
281
616
0.0%
27.1% Time: 44.8%
COMPLETION
12/11/16
09/18/17
NOTICE TO PROCEED: 01/12/16
ANTICIPATED COMPLETION:
On Schedule
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 39 of 67
PROJECTS IN CONSTRUCTION
L-00018-OIA ON-CALL LOW VOLTAGE SERVICES (FY17-QCC)
CONTRACTOR: Quality Cable Contractors, Inc.
A/E: NONE
OAR: NONE
FUNDING: O&M (Operations & Maintenance Fund)
GOAA CONTACTS:
Sponsor: Information Technology
Construction: Lewis Felker
PROJECT COST: $425,000.00
Provide on-call low voltage cabling installation and repair services for all Aviation Authority facilities located at Orlando International Airport.
SCOPE:
STATUS: This project is for on-call low voltage cabling installation and repair services through September 30, 2017.
CONSTRUCTION COST:
Original Contract $200,000.00
Thru Change Order # 1 $225,000.00
Current Contract $425,000.00Paid To Date Thru PA # 3 $74,621.11
TIME(DAYS)
365
0
365
112.5%
17.6% Time: 52.6%
COMPLETION
09/30/17
09/30/17
NOTICE TO PROCEED: 10/01/16
ANTICIPATED COMPLETION:
On Schedule
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 40 of 67
PROJECTS IN CONSTRUCTION
L-00019-OIA ON-CALL LOW VOLTAGE SERVICES (FY17-OBTS)
CONTRACTOR: Orlando Business Telephone Systems, Inc.
A/E: NONE
OAR: NONE
FUNDING: O&M (Operations & Maintenance Fund)
GOAA CONTACTS:
Sponsor: Information Technology
Construction: Lewis Felker
PROJECT COST: $425,000.00
Provide on-call low voltage cabling installation and repair services for all Aviation Authority facilities located at Orlando International Airport.
SCOPE:
STATUS: This project is for on-call low voltage cabling installation and repair services through September 30, 2017.
CONSTRUCTION COST:
Original Contract $200,000.00
Thru Change Order # 1 $225,000.00
Current Contract $425,000.00Paid To Date Thru PA # 4 $101,860.79
TIME(DAYS)
365
0
365
112.5%
24.0% Time: 37.5%
COMPLETION
09/30/17
09/30/17
NOTICE TO PROCEED: 10/01/16
ANTICIPATED COMPLETION:
On Schedule
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 41 of 67
PROJECTS IN CONSTRUCTION
L-00020-OIA ON-CALL LOW VOLTAGE SERVICES (FY17-GLOBAL)
CONTRACTOR: Global One Networks, LLC
A/E: NONE
OAR: NONE
FUNDING: O&M (Operations & Maintenance Fund)
GOAA CONTACTS:
Sponsor: Information Technology
Construction: Lewis Felker
PROJECT COST: $150,000.00
Provide on-call low voltage cabling installation and repair services for all Aviation Authority facilities located at Orlando International Airport.
SCOPE:
STATUS: This project is for on-call low voltage cabling installation and repair services through September 30, 2017.
CONSTRUCTION COST:
Original Contract $150,000.00
Thru Change Order # 0 $0.00
Current Contract $150,000.00Paid To Date Thru PA # 6 $42,934.42
TIME(DAYS)
365
0
365
0.0%
28.6% Time: 50.4%
COMPLETION
09/30/17
09/30/17
NOTICE TO PROCEED: 10/01/16
ANTICIPATED COMPLETION:
On Schedule
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 42 of 67
PROJECTS IN CONSTRUCTION
L-00021-OIA ON-CALL LOW VOLTAGE SERVICES (FY17-GARNIER)
CONTRACTOR: Garnier Group & Associates, LLC
A/E: NONE
OAR: NONE
FUNDING: O&M (Operations & Maintenance Fund)
GOAA CONTACTS:
Sponsor: Information Technology
Construction: Lewis Felker
PROJECT COST: $75,000.00
Provide on-call low voltage cabling installation and repair services for all Aviation Authority facilities located at Orlando International Airport.
SCOPE:
STATUS: This project is for on-call low voltage cabling installation and repair services through September 30, 2017.
CONSTRUCTION COST:
Original Contract $75,000.00
Thru Change Order # 0 $0.00
Current Contract $75,000.00Paid To Date Thru PA # 0 $0.00
TIME(DAYS)
365
0
365
0.0%
0.0% Time: 72.1%
COMPLETION
09/30/17
09/30/17
NOTICE TO PROCEED: 10/01/16
ANTICIPATED COMPLETION:
On Schedule
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 43 of 67
PROJECTS IN CONSTRUCTION
L-00022-OIA ON-CALL LOW VOLTAGE SERVICES (FY17-ORION)
CONTRACTOR: Orion Management Services, LLC
A/E: NONE
OAR: NONE
FUNDING: O&M (Operations & Maintenance Fund)
GOAA CONTACTS:
Sponsor: Information Technology
Construction: Lewis Felker
PROJECT COST: $200,000.00
Provide low voltage cabling installation and repair services for all Aviation Authority facilities located at Orlando International Airport on an on-call basis.
SCOPE:
STATUS: This project is for on-call low voltage cabling installation and repair services through September 30, 2017.
CONSTRUCTION COST:
Original Contract $200,000.00
Thru Change Order # 1 $150,000.00
Current Contract $350,000.00Paid To Date Thru PA # 5 $125,427.68
TIME(DAYS)
365
0
365
75.0%
35.8% Time: 56.4%
COMPLETION
09/30/17
09/30/17
NOTICE TO PROCEED: 10/01/16
ANTICIPATED COMPLETION:
On Schedule
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 44 of 67
PROJECTS IN CONSTRUCTION
PS-00329-OIA PARKING ACCESS AND REVENUE CONTROL SYSTEM (PARCS) - Excludes 5-Year Maintenance
CONTRACTOR: SKIDATA, Inc.
A/E: NONE
OAR: NONE
FUNDING: Cap.Ex./I&D/97Bds/OM
GOAA CONTACTS:
Sponsor: Parking Operations (McClung)
Construction: Greg Watson
PROJECT COST: $5,194,372.14
Professional Services (PS-329) for Parking Access and Revenue Control System (PARCS) at the Orlando International Airport. This project provides for all goods and services that are necessary or proper for, or incidental to, installing and maintaining a PARCS at the Orlando International Airport, including the furnishing of all hardware, software, interfaces, tools, equipment, materials, labor, supervision, project management, and warranties.
SCOPE:
STATUS: All of the North Park Place Parking exit and entry lanes are complete. All of the Parking Garages A and B exit and entry lanes are complete. Punchlist activities at the North Park Place and Parking Garages A and B are in-progress. Demolition of the old equipment at the South Park Place Parking is in-progress. All other work is on hold until the new South Park Place lanes are constructed.
CONSTRUCTION COST:
Original Contract $1,783,564.00
Thru Change Order # 5 $1,203,078.18
Current Contract $2,986,642.18Paid To Date Thru PA # 0 $0.00
TIME(DAYS)
518
0
518
67.5%
0.0% Time: 0.00%
COMPLETION
12/13/15
12/13/15
NOTICE TO PROCEED: 07/14/14
ANTICIPATED COMPLETION:
6/30/2017
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 45 of 67
PROJECTS IN CONSTRUCTION
R-00087-OIA EMERGENCY ROOF REPAIRS AND WATERPROOFING MAINTENANCE
CONTRACTOR: P&A Roofing and Sheet Metal, Inc.
A/E: NONE
OAR: NONE
FUNDING: Cap. Ex. (Capital Expenditure Fund)
GOAA CONTACTS:
Sponsor: Maintenance
Construction: Pat Eby
PROJECT COST: $140,000.00
Provide on-call emergency response for GOAA building envelope repairs and waterproofing at the Orlando International Airport. Scheduled maintenance will be performed on an as-directed basis.
SCOPE:
STATUS: This project is for on-call building envelope repairs and waterproofing through June 30, 2017.
CONSTRUCTION COST:
Original Contract $140,000.00
Thru Change Order # 1 $0.00
Current Contract $140,000.00Paid To Date Thru PA # 1 $2,339.51
TIME(DAYS)
282
121
403
0.0%
1.7% Time: 85.9%
COMPLETION
03/01/17
06/30/17
NOTICE TO PROCEED: 05/24/16
ANTICIPATED COMPLETION:
On Schedule
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 46 of 67
PROJECTS IN CONSTRUCTION
V-00745-OIA REHABILITATION OF STRUCTURAL STEEL ENPLANE ROADWAY CANOPIES, LEVEL 3, LANDSIDE B
CONTRACTOR: H. W. Davis Construction, Inc.
A/E: Avcon, Inc.
OAR: Geotech Consultants International, Inc. dba GCI, Inc.
FUNDING: Cap.Ex.
GOAA CONTACTS:
Sponsor: Construction (Patterson)
Construction: Mike Patterson
PROJECT COST: $2,050,000.00
Remove existing enplane fabric canopies, repair/replace damaged steel, remove paint to bare metal, prepare steel for new paint, and re-install canopies on the B-Side, Level 3, Landside Terminal, at the Orlando International Airport.
SCOPE:
STATUS: The base contract work has been completed. Change Order No. 2 approved a 421 calendar day time suspension (through January 31, 2018) and award of the add alternate phases will be held until Project BP-447 completes the curbside expansions.
CONSTRUCTION COST:
Original Contract $1,776,397.27
Thru Change Order # 2 $14,881.15
Current Contract $1,791,278.42Paid To Date Thru PA # 9 $1,787,481.42
TIME(DAYS)
366
0
787
0.8%
99.8% Time: 210.7%
COMPLETION
12/06/16
01/31/18
NOTICE TO PROCEED: 12/07/15
ANTICIPATED COMPLETION:
On Schedule
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 47 of 67
PROJECTS IN CONSTRUCTION
V-00765-OIA PARKING GARAGES A, B & TERMINAL TOP - STRUCTURAL REHABILITATION
CONTRACTOR: R. L. Burns, Inc.
A/E: C&S Engineers, Inc.
OAR: CMTS/Hanson JV
FUNDING: Cap. Ex. (Capital Expenditure Fund),Revenue Bonds
GOAA CONTACTS:
Sponsor: Maintenance
Construction: Tuan Nguyen
PROJECT COST: $1,845,000.00
308.631.611.566006.000.501069, 308.631.611.566006.000.500883, 1997 Bonds to the extent eligible
Structural repair and rehabilitation of major immediate-term items of Parking Garages A and B and Terminal Top at the Orlando International Airport. Repairs and rehabilitation are in accordance with the October 31, 2013, assessment report developed by Avcon, Inc.
SCOPE:
STATUS: Base contract work is complete. Additional repairs added as change order work are in-progress.
CONSTRUCTION COST:
Original Contract $1,323,493.81
Thru Change Order # 1 $83,262.13
Current Contract $1,406,755.94Paid To Date Thru PA # 7 $636,843.78
TIME(DAYS)
120
165
285
6.3%
45.3% Time: 82.5%
COMPLETION
12/19/16
06/02/17
NOTICE TO PROCEED: 08/22/16
ANTICIPATED COMPLETION:
On Schedule
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 48 of 67
PROJECTS IN CONSTRUCTION
V-00799-OIA LANDSIDE TERMINAL B STAIRWELLS 16 & 17 PAINTING
CONTRACTOR: H. W. Davis Construction, Inc.
A/E: NONE
OAR: Geotech Consultants International, Inc. dba GCI, Inc.
FUNDING: O&M (Operations & Maintenance Fund)
GOAA CONTACTS:
Sponsor: Maintenance
Construction: Mike Patterson
PROJECT COST: $184,083.00
Prepare, prime, and paint all stair rails, risers, and sprinkler piping within Stairwells 16 and 17 in the Terminal Top Garage B-Side at Orlando International Airport. Scope includes mechanically removing all rust and peeling paint from surface areas, pressure washing and solvent wiping all surfaces, and applying prime and finish paint coats to all stair rails, pans, stringers, risers, and sprinkler piping. Contractor shall protect surrounding work areas from damage or disfiguration and remove waste materials, debris and rubbish from jobsite daily.
SCOPE:
STATUS: Substantial Completion was achieved on April 10, 2017.
CONSTRUCTION COST:
Original Contract $149,429.00
Thru Change Order # 0 $0.00
Current Contract $149,429.00Paid To Date Thru PA # 1 $74,304.72
TIME(DAYS)
60
0
60
0.0%
49.7% Time: 131.7%
COMPLETION
04/06/17
04/06/17
NOTICE TO PROCEED: 02/06/17
ANTICIPATED COMPLETION:
Subst.Compl.
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 49 of 67
PROJECTS IN CONSTRUCTION
V-00815-OIA ADDITIONAL PARCS MISC CONCURRENT VERTICAL REQUIREMENTS
CONTRACTOR: H. W. Davis Construction, Inc.
A/E: NONE
OAR: NONE
FUNDING: Cap. Ex. (Capital Expenditure Fund),I&D (Improvement & Development Fund),O&M (Operations & Maintenance Fund)
GOAA CONTACTS:
Sponsor: Parking Operations (McClung)
Construction: Greg Watson
PROJECT COST: $150,000.00
Miscellaneous vertical work required for the successful installation of the new Parking Access and Revenue Control System (PARCS) at the Orlando International Airport. Such work will consist of sub-tasks that will be designed prior to implementation of the PARCS equipment and infrastructure defined in cooperation with the PARCS Contractor (i.e., SKIDATA, Inc.), the Aviation Authority's Authorized Representative (AAR) and the Contracting Officer (CO) with construction oversight by the Owner Authorized Representative (OAR) and AAR.
SCOPE:
STATUS: The project is for on-call miscellaneous vertical construction services in support of the new PARCS Program.
CONSTRUCTION COST:
Original Contract $150,000.00
Thru Change Order # 1 $0.00
Current Contract $150,000.00Paid To Date Thru PA # 2 $53,451.00
TIME(DAYS)
270
0
270
0.0%
35.6% Time: 87.8%
COMPLETION
12/19/16
12/19/16
NOTICE TO PROCEED: 03/25/16
ANTICIPATED COMPLETION:
6/30/2017
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 50 of 67
PROJECTS IN CONSTRUCTION
V-00819-OIA DUST PROTECTIVE BARRIER AT POD C AND PAINT FLOORS
CONTRACTOR: Gomez Construction Company
A/E: NONE
OAR: Geotech Consultants International, Inc. dba GCI, Inc.
FUNDING: O&M (Operations & Maintenance Fund)
GOAA CONTACTS:
Sponsor: Maintenance
Construction: Mike Patterson
PROJECT COST: $43,195.92
Install a dust protective barrier and paint floors at Pod C LS2AE baggage make up area and the Generator Building at Orlando International Airport. Scope includes furnishing and installing “clear-flex II vinyl strip doors”; cleaning and painting concrete flooring and pad edges in the Pod C area inside the containment area, and replacing floor EXIT symbols; and cleaning and painting concrete flooring and pad edges in the office / control area in the south half of the generator building.
SCOPE:
STATUS: The project is in the submittal/procurement phase.
CONSTRUCTION COST:
Original Contract $39,610.92
Thru Change Order # 0 $0.00
Current Contract $39,610.92Paid To Date Thru PA # 0 $0.00
TIME(DAYS)
60
0
60
0.0%
0.0% Time: 0.00%
COMPLETION
06/15/17
06/15/17
NOTICE TO PROCEED: 04/17/17
ANTICIPATED COMPLETION:
On Schedule
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 51 of 67
PROJECTS IN CONSTRUCTION
V-00825-OIA OPS OFFICE RENO/RELOCATION - LVL1, B-SIDE
CONTRACTOR: Gomez Construction Company
A/E: C.T. Hsu & Associates, P.A.
OAR: CMTS/Hanson JV
FUNDING: Cap. Ex. (Capital Expenditure Fund)
GOAA CONTACTS:
Sponsor: Operations
Construction: Mike Patterson
PROJECT COST: $1,200,000.00
Renovate the area located on the B-Side, Level 1, behind the current Airport Operations Center (AOC) into 12 offices, an open administration area, a training room and a break room, at the Orlando International Airport. These areas will be connected by an interior corridor. A storage room, electrical room and mechanical room are also included in this project. Although the space had HVAC, it cannot support the new loads and a new dedicated HVAC system will be installed. A new electrical panel will also be provided and possibly a small transformer. The space has fire devices, exit devices and sprinklers which will be modified to support the proposed layout.
SCOPE:
STATUS: This project is in the wall framing and utility rough-in phase.
CONSTRUCTION COST:
Original Contract $902,500.00
Thru Change Order # 0 $0.00
Current Contract $902,500.00Paid To Date Thru PA # 0 $0.00
TIME(DAYS)
120
0
120
0.0%
0.0% Time: 0.00%
COMPLETION
08/07/17
08/07/17
NOTICE TO PROCEED: 04/10/17
ANTICIPATED COMPLETION:
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 52 of 67
PROJECTS IN CONSTRUCTION
V-00826-OIA AIRSIDES 1-4 HUBS COMPANION RESTROOM MODIFICATIONS (D/B)
CONTRACTOR: H. W. Davis Construction, Inc.
A/E: NONE
OAR: Geotech Consultants International, Inc. dba GCI, Inc.
FUNDING: Cap. Ex. (Capital Expenditure Fund)
GOAA CONTACTS:
Sponsor: Customer Service
Construction: Mike Patterson
PROJECT COST: $273,812.00
Modify four (4) companion restrooms, one restroom at each of the Airside Hubs, to accommodate and install adult changing tables, at the Orlando International Airport.
SCOPE:
STATUS: The Airside 4 companion room was completed and re-opened on March 30, 2017. The Airside 3 companion room was completed and re-opened on April 7, 2017. The Airside 2 companion room was completed and re-opened on April 18, 2017. The Airside 1 companion room was completed and re-opened on April 27, 2017. Substantial Completion was achieved on April 27, 2017.
CONSTRUCTION COST:
Original Contract $199,812.00
Thru Change Order # 1 $0.00
Current Contract $199,812.00Paid To Date Thru PA # 2 $110,412.81
TIME(DAYS)
130
0
130
0.0%
55.3% Time: 153.1%
COMPLETION
02/09/17
02/09/17
NOTICE TO PROCEED: 10/03/16
ANTICIPATED COMPLETION:
Subst.Compl.
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 53 of 67
PROJECTS IN CONSTRUCTION
V-00827-OIA HYATT AHU & FCU REPLACEMENT
CONTRACTOR: Gilbane Building Company
A/E: SGM Engineering, Inc.
OAR: Geotech Consultants International, Inc. dba GCI, Inc.
FUNDING: Cap. Ex. (Capital Expenditure Fund)
GOAA CONTACTS:
Sponsor: Engineering (Birkebak)
Construction: Arlene Grant
PROJECT COST: $1,001,000.00
Replace the existing HVAC Air Handling Units (AHUs) and Fan Coil Units (FCUs) systems serving the Hyatt Regency at the Orlando International Airport. HVAC AHUs and FCUs to be replaced are located on the first and second floors of the Hyatt and the fifth floor of the north parking garage. Contractor to provide mechanical and electrical drawings to incorporate new AHU and FCU systems.
SCOPE:
STATUS: The project is in the submittal/procurement phase.
CONSTRUCTION COST:
Original Contract $738,274.00
Thru Change Order # 0 $0.00
Current Contract $738,274.00Paid To Date Thru PA # 0 $0.00
TIME(DAYS)
150
0
150
0.0%
0.0% Time: 0.00%
COMPLETION
09/03/17
09/03/17
NOTICE TO PROCEED: 04/07/17
ANTICIPATED COMPLETION:
On Schedule
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 54 of 67
PROJECTS IN CONSTRUCTION
V-00829-OIA REPLACE AHU UNIT 37 - AS1 RAMP LEVEL
CONTRACTOR: H. W. Davis Construction, Inc.
A/E: RTM Engineering Consultants, LLC
OAR: Geotech Consultants International, Inc. dba GCI, Inc.
FUNDING: Cap. Ex. (Capital Expenditure Fund)
GOAA CONTACTS:
Sponsor: Maintenance
Construction: Mike Patterson
PROJECT COST: $278,184.00
Replace Air Handling Unit (AHU) No. 37 at Airside 1 Ramp Level that feeds the adjacent airline offices at the Orlando International Airport. Scope includes a new AHU, revising AHU from 100% outside to 100% inside air plus make-up air, revising ductwork from supply air (100% outside air) to supply air (90% inside air, 10% outside / make-up air), re-piping of chilled water supply and return lines, electrical power, lighting and controls work, adding five VAV units with controls for proper conditioning and air distribution, modifying existing systems (HVAC, electrical, fire suppression, etc.) as required, and utilizing temporary AHU during installation of new unit.
SCOPE:
STATUS: Installation of the new HVAC unit is complete and fully operational. Test and balancing activities are in-progress.
CONSTRUCTION COST:
Original Contract $229,737.00
Thru Change Order # 0 $0.00
Current Contract $229,737.00Paid To Date Thru PA # 0 $0.00
TIME(DAYS)
120
0
120
0.0%
0.0% Time: 0.00%
COMPLETION
04/03/17
04/03/17
NOTICE TO PROCEED: 12/05/16
ANTICIPATED COMPLETION:
05/10/2017
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 55 of 67
PROJECTS IN CONSTRUCTION
V-00831-OIA AIRSIDE 1 PASSENGER LOUNGE HVAC UPGRADE (D/B)
CONTRACTOR: Gomez Construction Company
A/E: NONE
OAR: Geotech Consultants International, Inc. dba GCI, Inc.
FUNDING: Cap. Ex. (Capital Expenditure Fund)
GOAA CONTACTS:
Sponsor: Maintenance
Construction: Mike Patterson
PROJECT COST: $293,481.78
Design, furnish and install new base building HVAC unit for the Passenger Lounge area located at Airside 1 south of the Hub on the transfer level at the Orlando International Airport. Scope also includes the removal of two existing Rooftop HVAC Units (RTU-1 and RTU-2) located over the space, and all associated chilled water piping, electrical, building automation systems controls and any associated infrastructure as required for the units.
SCOPE:
STATUS: Substantial Completion was achieved on April 10, 2017.
CONSTRUCTION COST:
Original Contract $249,888.81
Thru Change Order # 0 $0.00
Current Contract $249,888.81Paid To Date Thru PA # 2 $223,535.75
TIME(DAYS)
120
0
120
0.0%
89.5% Time: 112.5%
COMPLETION
04/10/17
04/10/17
NOTICE TO PROCEED: 12/12/16
ANTICIPATED COMPLETION:
Subst.Compl.
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 56 of 67
PROJECTS IN CONSTRUCTION
V-00832-OIA AS2 AND AS4 SKYLIGHT GLASS REPLACEMENT
CONTRACTOR: H. W. Davis Construction, Inc.
A/E: NONE
OAR: Geotech Consultants International, Inc. dba GCI, Inc.
FUNDING: O&M (Operations & Maintenance Fund),Cap. Ex. (Capital Expenditure Fund)
GOAA CONTACTS:
Sponsor: Maintenance
Construction: Mike Patterson
PROJECT COST: $200,376.00
Install new insulated skylight glass panels at Airside 4, Gates 86 and 87 (10 each) and Airside 2 APM Platform (2 each) at Orlando International Airport. Project includes removing and replacing existing broken skylight glass panels, providing high lift equipment (if required), installing temporary floor protection and isolating the areas below the work, and all applicable sealants necessary for proper glass installation. Contractor shall protect surrounding work areas from damage or disfiguration and remove waste materials, debris and rubbish from jobsite daily. The permanent glass material will need to withstand the current code for wind loading. If the use of high lift equipment is required, its location and storage shall be coordinated with GOAA Terminal Operations.
SCOPE:
STATUS: Installation of the last six replacement glass panes is in-progress.
CONSTRUCTION COST:
Original Contract $174,131.00
Thru Change Order # 1 $15,329.00
Current Contract $189,460.00Paid To Date Thru PA # 1 $88,553.07
TIME(DAYS)
80
27
107
8.8%
46.7% Time: 146.7%
COMPLETION
02/01/17
02/28/17
NOTICE TO PROCEED: 11/14/16
ANTICIPATED COMPLETION:
05/12/2017
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 57 of 67
PROJECTS IN CONSTRUCTION
V-00833-OIA AIRSIDES 1, 2, & 3 HUB NURSING ROOMS (D/B)
CONTRACTOR: H. W. Davis Construction, Inc.
A/E: NONE
OAR: Geotech Consultants International, Inc. dba GCI, Inc.
FUNDING: Cap. Ex. (Capital Expenditure Fund)
GOAA CONTACTS:
Sponsor: Customer Service
Construction: Arlene Grant
PROJECT COST: $640,000.00
Construct one nursing room at each of the hubs at Airsides 1, 2, and 3 at the Orlando International Airport.
SCOPE:
STATUS: Construction of the outer walls of the nursing room on Airside 1 for the vestibule of the new companion restroom is complete. Utility rough-in is in-progress.
CONSTRUCTION COST:
Original Contract $247,103.00
Thru Change Order # 0 $0.00
Current Contract $247,103.00Paid To Date Thru PA # 0 $0.00
TIME(DAYS)
130
0
130
0.0%
0.0% Time: 3.8%
COMPLETION
05/27/17
05/27/17
NOTICE TO PROCEED: 01/18/17
ANTICIPATED COMPLETION:
06/30/2017
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 58 of 67
PROJECTS IN CONSTRUCTION
V-00835-OIA AS1 CANOPY REPAIR AND AS1&3 CONNECTOR LEDGES
CONTRACTOR: H. W. Davis Construction, Inc.
A/E: NONE
OAR: Geotech Consultants International, Inc. dba GCI, Inc.
FUNDING: O&M (Operations & Maintenance Fund)
GOAA CONTACTS:
Sponsor: Maintenance
Construction: Mike Patterson
PROJECT COST: $100,000.00
Furnish and replace 150 feet of fascia and the damaged roofing pans on the Airside 1 baggage conveyor canopy on the east side of the Hub at the Orlando International Airport. Services also will furnish and replace the existing plastic laminate material on the sides of the walkways at both Airsides 1 and 3 at all wings with a Corian solid surface material. Color to match existing plastic laminate material.
SCOPE:
STATUS: Canopy repairs at Airside 1 are complete. Installation of the Corian sills at Airside 1 is complete. Fabrication of the Corian sills for Airside 3 is in-progress, with installation scheduled to be completed by late May 2017.
CONSTRUCTION COST:
Original Contract $87,893.00
Thru Change Order # 0 $0.00
Current Contract $87,893.00Paid To Date Thru PA # 1 $26,767.62
TIME(DAYS)
90
0
90
0.0%
30.5% Time: 83.3%
COMPLETION
04/17/17
04/17/17
NOTICE TO PROCEED: 01/18/17
ANTICIPATED COMPLETION:
05/29/2017
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 59 of 67
PROJECTS IN CONSTRUCTION
V-00836-OIA HYATT FITNESS CENTER RENOVATION (D/B)
CONTRACTOR: Gomez Construction Company
A/E: NONE
OAR: Geotech Consultants International, Inc. dba GCI, Inc.
FUNDING: Cap. Ex. (Capital Expenditure Fund)
GOAA CONTACTS:
Sponsor: Hyatt Regency Hotel
Construction: Arlene Grant
PROJECT COST: $60,000.00
Design/Build renovation of the existing Hyatt Fitness Room to add and relocate exercise equipment at the Orlando International Airport. Scope includes demolition of flooring, one existing bathroom and storefront. New work includes new storefront, painting, electrical, relocation of fire sprinkler heads, HVAC controls, and fire alarm devices.
SCOPE:
STATUS: This project is in the design/submittal/procurement phase.
CONSTRUCTION COST:
Original Contract $60,000.00
Thru Change Order # 0 $0.00
Current Contract $60,000.00Paid To Date Thru PA # 0 $0.00
TIME(DAYS)
140
0
140
0.0%
0.0% Time: 0.00%
COMPLETION
07/30/17
07/30/17
NOTICE TO PROCEED: 03/13/17
ANTICIPATED COMPLETION:
On Schedule
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 60 of 67
PROJECTS IN CONSTRUCTION
V-00838-OIA AS 2 and AS 4 APM LS STATION DRAINAGE MODIFICATIONS
CONTRACTOR: H. W. Davis Construction, Inc.
A/E: NONE
OAR: Geotech Consultants International, Inc. dba GCI, Inc.
FUNDING: O&M (Operations & Maintenance Fund)
GOAA CONTACTS:
Sponsor: Maintenance
Construction: Mike Patterson
PROJECT COST: $104,645.00
Install new floor drains (12 each) at the low points where water is ponding in Tracks 4600, 4700 and 4800 at Airsides 2 and 4 Automated People Mover (APM) Station Platforms at the Orlando International Airport. New floor drains shall be connected to existing sewer drain lines in the area.
SCOPE:
STATUS: Installation of drain pipes at various locations along Tracks 4600, 4700 and 4800 is 90% complete. Tie-in to the existing drain pipe and core drilling for the new drain structures is in-progress.
CONSTRUCTION COST:
Original Contract $70,087.00
Thru Change Order # 0 $0.00
Current Contract $70,087.00Paid To Date Thru PA # 0 $0.00
TIME(DAYS)
90
0
90
0.0%
0.0% Time: 0.00%
COMPLETION
06/24/17
06/24/17
NOTICE TO PROCEED: 03/27/17
ANTICIPATED COMPLETION:
On Schedule
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 61 of 67
PROJECTS IN CONSTRUCTION
V-00840-OIA PAINTING OF B-52 BOMBER
CONTRACTOR: Gomez Construction Company
A/E: NONE
OAR: Geotech Consultants International, Inc. dba GCI, Inc.
FUNDING: O&M (Operations & Maintenance Fund)
GOAA CONTACTS:
Sponsor: Maintenance
Construction: Mike Patterson
PROJECT COST: $114,000.00
Clean, sand and/or grind surfaces, as required, to remove failed coatings, rust or other contaminants of the B-52 Bomber at the Orlando International Airport. Scope includes priming chalky areas with application of two coats of Pro-Industrial Acrylic to mimic existing color scheme, re-coating areas around wheel wells and stanchions, and re-applying all stencilings and markings.
SCOPE:
STATUS: Grinding, patching, and priming of all areas of the plane in preparation of painting is in-progress.
CONSTRUCTION COST:
Original Contract $105,187.05
Thru Change Order # 0 $0.00
Current Contract $105,187.05Paid To Date Thru PA # 0 $0.00
TIME(DAYS)
60
0
60
0.0%
0.0% Time: 0.00%
COMPLETION
05/11/17
05/11/17
NOTICE TO PROCEED: 03/13/17
ANTICIPATED COMPLETION:
06/08/2017
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 62 of 67
PROJECTS IN CONSTRUCTION
V-00841-OIA AIRSIDE 4 APM STATION ACS MAG LOCKS DOOR INSTALL
CONTRACTOR: H. W. Davis Construction, Inc.
A/E: NONE
OAR: Geotech Consultants International, Inc. dba GCI, Inc.
FUNDING: BP-443 Program Funds
GOAA CONTACTS:
Sponsor: Plan, Eng, & Const. (Ruohomaki)
Construction: Mike Patterson
PROJECT COST: $54,335.00
Install delayed egress Magnetic Locks (6 each) on Doors 1708A, 1708B, and 1708C at the Airside 4 Hub, Transfer Level, APM Station at Orlando International Airport. Installation includes approximately 750LF of 1" conduit and wire, GPRS and core drills, installation of mag locks and power supplies, and system programming and testing.
SCOPE:
STATUS: Installation of the conduit from the Communications Room to the doors at the APM is complete. Pulling of control wiring and connections in the Communications Room is complete. Installation of brackets for the magnetic locks is in-progress.
CONSTRUCTION COST:
Original Contract $49,635.00
Thru Change Order # 0 $0.00
Current Contract $49,635.00Paid To Date Thru PA # 0 $0.00
TIME(DAYS)
45
0
45
0.0%
0.0% Time: 0.00%
COMPLETION
04/26/17
04/26/17
NOTICE TO PROCEED: 03/13/17
ANTICIPATED COMPLETION:
05/12/2017
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 63 of 67
PROJECTS IN CONSTRUCTION
V-00842-OIA LANDSIDE EAST ATRIUM PALM TREE REPLACEMENT
CONTRACTOR: Gomez Construction Company
A/E: NONE
OAR: Geotech Consultants International, Inc. dba GCI, Inc.
FUNDING: O&M (Operations & Maintenance Fund)
GOAA CONTACTS:
Sponsor: Maintenance
Construction: Mike Patterson
PROJECT COST: $195,000.00
Remove twelve existing palm trees located in the Hyatt Atrium, including the removal of the soils, to the rock bed at the Orlando International Airport. Provide and install twelve Adonidia Palms, double trunk (8'-20' in height) including installation of new soils. Provide and install new center base section for watering purposes. Temporary protection of the floor and surrounding areas is required.
SCOPE:
STATUS: The new trees are being acclimated for transport from Miami to Orlando. Removal of the existing palm trees is scheduled to start by mid-May 2017, with installation of the new trees to begin by late May 2017.
CONSTRUCTION COST:
Original Contract $179,942.81
Thru Change Order # 0 $0.00
Current Contract $179,942.81Paid To Date Thru PA # 0 $0.00
TIME(DAYS)
60
0
60
0.0%
0.0% Time: 0.00%
COMPLETION
06/08/17
06/08/17
NOTICE TO PROCEED: 04/10/17
ANTICIPATED COMPLETION:
On Schedule
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 64 of 67
PROJECTS IN CONSTRUCTION
V-00843-OIA TEMPORARY AIRLINE KIOSK RELOCATIONS
CONTRACTOR: H. W. Davis Construction, Inc.
A/E: NONE
OAR: NONE
FUNDING: Cap. Ex. (Capital Expenditure Fund)
GOAA CONTACTS:
Sponsor: Planning, Engineering, & Construction
Construction: Scott Shedek
PROJECT COST: $150,000.00
Temporary relocation of airline kiosks in the landside terminal at the Orlando International Airport. Project will include relocating kiosks to new locations, securing kiosks to floor, installing temporary data and power to feed the temporary kiosk locations.
SCOPE:
STATUS: The project is in the submittal/procurement phase.
CONSTRUCTION COST:
Original Contract $150,000.00
Thru Change Order # 0 $0.00
Current Contract $150,000.00Paid To Date Thru PA # 0 $0.00
TIME(DAYS)
365
0
365
0.0%
0.0% Time: 0.00%
COMPLETION
03/29/18
03/29/18
NOTICE TO PROCEED: 03/30/17
ANTICIPATED COMPLETION:
On Schedule
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 65 of 67
PROJECTS IN CONSTRUCTION
V-S00003-OIA NORTH TERMINAL APM STATION IDF ROOM BUILDOUT AND CCTV INSTALLATION
CONTRACTOR: Gomez Construction Company
A/E: NONE
OAR: AECOM Technical Services, Inc.
FUNDING: Aviation Authority Funds,PFCs (Passenger Facility Charges)
GOAA CONTACTS:
Sponsor: Construction (Patterson)
Construction: Mike Patterson
PROJECT COST: $299,000.00
from South APM Program
The North Terminal APM Station IDF Room Build-out and associated CCTV project consists of finishing out the interior of the previously constructed IDF and Mechanical Room 3-9391 with 5/8-inch drywall, insulation, paint and vinyl trim base; installing three metal doors w/hardware, one with electronic card access into the IDF room, laminate panels on the exterior of the IDF room with reveals and stainless steel base; connecting one fan coil unit to the mechanical room on Level 1 below with all associated controls with testing and balancing, electrical power to the IDF and mechanical room and equipment to be installed within the rooms; supplying and installing eight security cameras with licenses, five access control card readers, all racks and trays, conduit and fiber from Communications Rooms 2-6190 and 3-9146 to the new IDF Room 3-9391, installing Owner-supplied monitors on the previously installed sign structure along with servers within the IDF room, landing of and programming data to previously installed signage, supply and installation of miscellaneous trim and final finishes to coordinate with the end user at the Orlando International Airport.
SCOPE:
STATUS: All base work is complete. Installation of Owner-supplied monitor remains.
CONSTRUCTION COST:
Original Contract $279,695.75
Thru Change Order # 0 $0.00
Current Contract $279,695.75Paid To Date Thru PA # 3 $231,480.12
TIME(DAYS)
90
0
90
0.0%
82.8% Time: 214.4%
COMPLETION
08/02/16
08/02/16
NOTICE TO PROCEED: 05/05/16
ANTICIPATED COMPLETION:
Subst.Compl.
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 66 of 67
PROJECTS IN CONSTRUCTION
V-S00004-OIA REPLACE TILE AT N TERM APM STATION PLATFORM
CONTRACTOR: Gomez Contracting Company
A/E: NONE
OAR: URS Corporation
FUNDING: Cap. Ex. (Capital Expenditure Fund)
GOAA CONTACTS:
Sponsor: Construction (Patterson)
Construction: Mike Patterson
PROJECT COST: $100,000.00
The North Terminal Station is undergoing final modifications and fit-out to accommodate passengers that will be traveling to and from the South APM Station at the Orlando International Airport. The installation of Passenger Station Doors (PSDs), structural steel and other components required approximately 3,700 SF of tile to be removed to provide appropriate installation access and tolerances. Additionally, large areas of tile adjacent to the APM platform have since delaminated because of heavy equipment traffic during construction activities over the past year and a half. The existing tile is the Fiandre 12x12 which has been discontinued and attic stock is not sufficient to replace. V-S004 requires the demolition of an additional 8,000 SF of tile with a total replacement of 11,700 SF of "Caesar Granigliati - Roman Stone 12x12". To ensure the replacement tile finishes flush with the APM PSD thresholds, some concrete substrait will need to be ground down and some areas will need to be floated. The Contractor is to provide all tile, setting materials, tools and equipment and appropriate skilled labor to install. The Contractor shall also coordinate with ongoing activities associated with the WS-100 team currently working in the North Terminal Station.
SCOPE:
STATUS: Base scope of work is complete. Additional scope is being priced to be added by change order..
CONSTRUCTION COST:
Original Contract $100,000.00
Thru Change Order # 0 $0.00
Current Contract $100,000.00Paid To Date Thru PA # 2 $89,482.50
TIME(DAYS)
60
0
60
0.0%
89.5% Time: 320.0%
COMPLETION
11/18/16
11/18/16
NOTICE TO PROCEED: 09/20/16
ANTICIPATED COMPLETION:
Subst.Compl.
Greater Orlando Aviation Authority - Construction Report for April 2017 Page 67 of 67
PROJECTS IN CONSTRUCTION
top related