102120 Committee Minutes for Approval

203
PAGE 1 On JULY 27, 2020, the CONCESSIONS/PROCUREMENT COMMITTEE of the GREATER ORLANDO AVIATION AUTHORITY met in regular session telephonically with the meeting live streamed on YOUTUBE (OrlandoAirports) and GOTOMEETING. Chairman Friel called the meeting to order at 1:30 p.m. The meeting was posted in accordance with Florida Statutes with a quorum participating. Office of the Governor, Executive Order Number 20-69 Committee members present: Brad Friel, Chairman Kathleen Sharman, Vice Chair Thomas Draper, Senior Director of Operations Brian Engle, Director of Customer Experience Staff/Others present: Denise Schneider, Assistant Director of Purchasing Bruce Gant, Manager of Purchasing Contracts Jo Thacker, Nelson Mullins, Legal Counsel Larissa Bou, Recording Secretary Chairman Friel announced to all present that if a bidder or proposer is aggrieved by any of the proceedings of today’s meeting and wishes to appeal the results of actions made by this Committee, they must file an appeal stating the item they wish to appeal and the basis for which they wish to appeal, and it must be received in writing by the Chief Executive Officer, Mr. Phillip N. Brown, via email [email protected] with copy to [email protected], by Monday, August 3, 2020 at 4:00 p.m. (emails will be accepted during the pandemic COVID-19). For individuals who conduct lobbying activities with Aviation Authority employees or Board members, registration with the Aviation Authority is required each year prior to conducting any lobbying activities. A statement of expenditures incurred in connection with those lobbying instances should also be filed prior to April 1 of each year for the preceding year. Lobbying any Aviation Authority Staff who are members of any committee responsible for ranking Proposals, Letters of Interest, Statements of Qualifications or Bids and thereafter forwarding those recommendations to the Board and/or Board Members is prohibited from the time that a Request for Proposals, Request for Letters of Interests, Request for Qualifications or Request for Bids is released to the time that the Board makes an award. In the event a lobbyist meets with or otherwise communicates with Staff or a Board member, including the Mayor of the City of Orlando or the Mayor of Orange County, the lobbyist shall file a Notice of Lobbying (Form 4) detailing each instance of lobbying to the Aviation Authority within 7 calendar days of such lobbying. Lobbyists will also provide a notice to the Aviation Authority when meeting with the Mayor of the City or Mayor of Orange County at their offices. The policy, forms, and instructions are available on the web site. Please contact the Director of Board Services with questions at (407) 825-2032. MINUTES 1. Upon motion by Mr. Draper, second by Mr. Engle, motion passed unanimously by roll call vote to accept the June 29, 2020, minutes as written. RECOMMENDATION TO APPROVE AMENDMENT NO. 5, SECOND RENEWAL OPTION FOR PURCHASING CONTRACT 03-17, LANDSIDE TERMINAL LANDSCAPE MAINTENANCE AND IRRIGATION SERVICES WITH CAROL KING LANDSCAPE, INC. (CAROL KING) 2. Mr. Gant presented the item. The initial term of the contract was for thirty-six (36) months, which commenced on December 1, 2016, with the Aviation Authority having options to renew the contract for two (2) additional periods of one (1) year each. The first renewal option is due to expire on November 30, 2020. This contract requires Carol King to furnish all labor, supervision, equipment, tools, materials and supplies, licenses, permits, chemicals, and all other items necessary or proper for, or incidental to, performing the landside terminal landscape and irrigation maintenance services located at the Orlando International Airport, in accordance with the contract documents. Second Renewal Option - December 1, 2020 through November 30, 2021. Department – Concurs with the renewal option.

Transcript of 102120 Committee Minutes for Approval

PAGE 1

On JULY 27, 2020, the CONCESSIONS/PROCUREMENT COMMITTEE of the GREATER ORLANDO AVIATION AUTHORITY met in regular session telephonically with the meeting live streamed on YOUTUBE (OrlandoAirports) and GOTOMEETING. Chairman Friel called the meeting to order at 1:30 p.m. The meeting was posted in accordance with Florida Statutes with a quorum participating. Office of the Governor, Executive Order Number 20-69 Committee members present: Brad Friel, Chairman Kathleen Sharman, Vice Chair Thomas Draper, Senior Director of Operations

Brian Engle, Director of Customer Experience Staff/Others present: Denise Schneider, Assistant Director of Purchasing Bruce Gant, Manager of Purchasing Contracts Jo Thacker, Nelson Mullins, Legal Counsel Larissa Bou, Recording Secretary Chairman Friel announced to all present that if a bidder or proposer is aggrieved by any of the proceedings of today’s meeting and wishes to appeal the results of actions made by this Committee, they must file an appeal stating the item they wish to appeal and the basis for which they wish to appeal, and it must be received in writing by the Chief Executive Officer, Mr. Phillip N. Brown, via email [email protected] with copy to [email protected], by Monday, August 3, 2020 at 4:00 p.m. (emails will be accepted during the pandemic COVID-19). For individuals who conduct lobbying activities with Aviation Authority employees or Board members, registration with the Aviation Authority is required each year prior to conducting any lobbying activities. A statement of expenditures incurred in connection with those lobbying instances should also be filed prior to April 1 of each year for the preceding year. Lobbying any Aviation Authority Staff who are members of any committee responsible for ranking Proposals, Letters of Interest, Statements of Qualifications or Bids and thereafter forwarding those recommendations to the Board and/or Board Members is prohibited from the time that a Request for Proposals, Request for Letters of Interests, Request for Qualifications or Request for Bids is released to the time that the Board makes an award. In the event a lobbyist meets with or otherwise communicates with Staff or a Board member, including the Mayor of the City of Orlando or the Mayor of Orange County, the lobbyist shall file a Notice of Lobbying (Form 4) detailing each instance of lobbying to the Aviation Authority within 7 calendar days of such lobbying. Lobbyists will also provide a notice to the Aviation Authority when meeting with the Mayor of the City or Mayor of Orange County at their offices. The policy, forms, and instructions are available on the web site. Please contact the Director of Board Services with questions at (407) 825-2032. MINUTES

1. Upon motion by Mr. Draper, second by Mr. Engle, motion passed unanimously by roll call vote to accept the June 29, 2020, minutes as written. RECOMMENDATION TO APPROVE AMENDMENT NO. 5, SECOND RENEWAL OPTION FOR PURCHASING CONTRACT 03-17, LANDSIDE TERMINAL LANDSCAPE MAINTENANCE AND IRRIGATION SERVICES WITH CAROL KING LANDSCAPE, INC. (CAROL KING) 2. Mr. Gant presented the item. The initial term of the contract was for thirty-six (36) months, which commenced on December 1, 2016, with the Aviation Authority having options to renew the contract for two (2) additional periods of one (1) year each. The first renewal option is due to expire on November 30, 2020. This contract requires Carol King to furnish all labor, supervision, equipment, tools, materials and supplies, licenses, permits, chemicals, and all other items necessary or proper for, or incidental to, performing the landside terminal landscape and irrigation maintenance services located at the Orlando International Airport, in accordance with the contract documents. Second Renewal Option - December 1, 2020 through November 30, 2021. Department – Concurs with the renewal option.

MINUTES FOR THE JULY 27, 2020, CONCESSIONS/PROCUREMENT COMMITTEE

PAGE 2

RECOMMENDATION TO APPROVE AMENDMENT NO. 5, SECOND RENEWAL OPTION FOR PURCHASING CONTRACT 03-17, LANDSIDE TERMINAL LANDSCAPE MAINTENANCE AND IRRIGATION SERVICES WITH CAROL KING LANDSCAPE, INC. (CAROL KING) – (con’t) Contractor – Based on the information known at this time, Carol King has performed satisfactorily during the initial term and the first renewal option. The annual value for the second renewal option is for a total not-to-exceed amount of $1,438,995.03 with no rate increase. The actual amount paid to the contractor is based on actual work requested, performed, and approved by the Aviation Authority, based on the unit prices. This contract includes a Minority and Women Business Enterprise (MWBE) and a Local Developing Business (LDB) participation requirement. The participation goal for this contract is 45% for MWBE and 11% for LDB. The Office of Small Business Development certifies that the contract is in good standing as it relates to MWBE/LDB participation. The fiscal impact for the second renewal option is a not-to-exceed amount of $1,438,995.03 with funding from the Operations and Maintenance Fund, 301.631.510.5340004.000.100001 and 301.631.210.5340004.000.100001. Funds expected to be spent under the contract in the current fiscal year are within budget. Funding required in current and subsequent fiscal years will be allocated from the Operations and Maintenance Fund, as approved through the budget process and when funds become available. It is respectfully requested that the Concessions/Procurement Committee approve the following be recommended to the Aviation Authority Board: (1) approve Amendment No. 5, Second Renewal Option for Purchasing Contract 03-17, Landside Terminal Landscape Maintenance and Irrigation Services with Carol King Landscape, Inc.; (2) authorize funding from the Operations and Maintenance Fund in the not-to-exceed amount of $1,438,995.03; and (3) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel. Chairman Friel asked if anyone on the call would like to speak regarding this item. Ms. Bou confirmed she had not received any speaker requests. He then asked if any Committee member had questions or comments. The Committee did not have questions or comments regarding this item. Upon motion by Vice Chair Sharman, second by Mr. Draper, motion passed unanimously by roll call vote, to approve staff’s recommendation. RECOMMENDATION TO APPROVE AMENDMENT NO. 1, CONTRACT ADJUSTMENT FOR PURCHASING CONTRACT 12-19, SOUTH AIRPORT COMPLEX (SAC) TRAILER COMPLEX JANITORIAL MAINTENANCE, LOCAL DEVELOPING BUSINESS (LDB), WITH AMERICAN JANITORIAL MAINTENANCE AND SERVICES, INC. (AMERICAN JANITORIAL) 3. Ms. Schneider presented the item. The initial term of the contract commenced on May 1, 2019 and expires on April 30, 2022, with the Aviation Authority having two (2) options to renew the contract for an additional period of one (1) year each. The contract requires American Janitorial to furnish all labor, supervision, equipment, tools, janitorial cleaning supplies (except hand soap and trash liners), paper products (except paper towels and toilet tissue), fuel, oil, lubricants, uniforms and all other items necessary or proper for, or incidental to, performing South Airport Complex (SAC) Trailer Complex Janitorial Maintenance for office trailers located at the Orlando International Airport, in accordance with the contract documents. Contract Adjustment – Staff is requesting to adjust the contract by adding ten (10) new office trailers at the South Terminal Complex. These trailers are being added to house Aviation Authority staff and Owner’s Authorized Representatives (OARs) who support construction activities of the South Terminal Complex. The new office trailers will be cleaned at the same frequencies and pricing as the original six (6) trailers under the current contract. Services to clean the new trailers became effective June 8, 2020, and will continue through the remainder of the contract. Pricing is based on the daily prices for 3-day cleaning and cycle cleaning for each trailer. There is also an hourly rate for additional services, when needed. The total price for adding the ten (10)

MINUTES FOR THE JULY 27, 2020, CONCESSIONS/PROCUREMENT COMMITTEE

PAGE 3

RECOMMENDATION TO APPROVE AMENDMENT NO. 1, CONTRACT ADJUSTMENT FOR PURCHASING CONTRACT 12-19, SOUTH AIRPORT COMPLEX (SAC) TRAILER COMPLEX JANITORIAL MAINTENANCE, LOCAL DEVELOPING BUSINESS (LDB), WITH AMERICAN JANITORIAL MAINTENANCE AND SERVICES, INC. (AMERICAN JANITORIAL) - (con’t) office trailers is a not-to-exceed amount of $133,843.50. Staff will amend the contract for increases in frequencies as they become necessary. Department – Concurs with the contract adjustment. Contractor – Based on the information known at this time, the contractor is performing satisfactorily during the initial term of the contract. The total not-to-exceed price for this contract adjustment is $133,843.50. This contract has been designated as a direct procurement for a Local Developing Business (LDB). The Small Business Development department certifies that this contract is in good standing as it relates to LDB participation. The fiscal impact is a total not-to-exceed amount of $133,843.50 with funding from the Operations and Maintenance Fund 301.631.170.5340005.000.100882. Funds expected to be spent under the contract in the current fiscal year are within budget. Funding required in current and subsequent fiscal years will be allocated from the Operations and Maintenance Fund as approved through the budget process and when funds become available. It is respectfully requested that the Concessions/Procurement Committee approve that the following be recommended to the Aviation Authority Board: (1) approve Amendment No. 1, Contract Adjustment for Purchasing Contract 12-19, South Airport Complex (SAC) Trailer Complex Janitorial Maintenance Local Developing Business (LDB) with American Janitorial Maintenance and Services, Inc.; (2) authorize funding in the not-to-exceed amount of $133,843.50 from the Operations and Maintenance Fund; (3) authorize an Aviation Authority Officer or Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel. Chairman Friel asked if anyone on the call would like to speak regarding this item. Ms. Bou confirmed she had not received any speaker requests. He then asked if any Committee member had questions or comments. Vice Chair Sharman asked if there was a price increase on this item. Ms. Schneider explained that there is no price increase. The increased amount is due to the addition of 10 trailers. Upon motion by Mr. Draper, second by Mr. Friel, motion passed unanimously by roll call vote, to approve staff’s recommendation. Vice Chair Sharman congratulated Mr. Friel on his appointment as Chairman of the Concessions/Procurement Committee. ADJOURNMENT

4. Chairman Friel asked if there was further business to discuss before the Committee. Having no further business to discuss, he adjourned the meeting at 1:43 p.m.

(Digitally signed on September 24, 2020) _______________________________ ____________________________________ Larissa Bou Brad Friel Recording Secretary Chairman

larissa.bou-vazquez
L.Bou
larissa.bou-vazquez
B. Friel

PAGE 1

On AUGUST 10, 2020, the CONCESSIONS/PROCUREMENT COMMITTEE of the GREATER ORLANDO AVIATION AUTHORITY met in regular session telephonically with the meeting live streamed on YOUTUBE (OrlandoAirports) and GOTOMEETING. Chairman Friel called the meeting to order at 1:30 p.m. The meeting was posted in accordance with Florida Statutes with a quorum participating. Office of the Governor, Executive Order Number 20-69 Committee members present: Brad Friel, Chairman Kathleen Sharman, Vice Chair Brian Engle, Director of Customer Experience Deborah Silvers, Director of Risk Management Staff/Others present: Denise Schneider, Assistant Director of Purchasing Dan Gerber, Interim General Counsel Jo Thacker, Nelson Mullins, Legal Counsel Larissa Bou, Recording Secretary Chairman Friel announced to all present that if a bidder or proposer is aggrieved by any of the proceedings of today’s meeting and wishes to appeal the results of actions made by this Committee, they must file an appeal stating the item they wish to appeal and the basis for which they wish to appeal, and it must be received in writing by the Chief Executive Officer, Mr. Phillip N. Brown, via email [email protected] with copy to [email protected], by Monday, August 17, 2020 at 4:00 p.m. (emails will be accepted during the pandemic COVID-19). 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. In the event a lobbyist meets with or otherwise communicates with Staff or a Board member, including the Mayor of the City of Orlando or the Mayor of Orange County, 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 or Mayor of Orange County at their offices. The policy, forms, and instructions are available on the web site. Please contact the Director of Board Services with questions at (407) 825-2032. Chairman Friel began the meeting by welcoming Ms. Silvers as a member of the Concessions/Procurement Committee. RECOMMENDATION TO APPROVE AMENDMENT NO. 4, SECOND RENEWAL OPTION FOR PURCHASING CONTRACT 06-17, TRASH REMOVAL SERVICES WITH REPUBLIC SERVICES OF FLORIDA, LP (REPUBLIC) 1. Ms. Schneider presented the item. The initial term of the contract is for thirty-six (36) months, which commenced on October 1, 2016 and expired September 30, 2019, with the Aviation Authority having options to renew the contract for two (2) additional periods of one (1) year each. The first renewal option is due to expire on September 30, 2020. This contract requires Republic to furnish all labor, supervision, trucks, equipment, materials, and tools necessary to furnish and install trash compactors and/or trash containers. Services shall also include the pick-up and/or removal of wet and dry compacted and non-compacted trash/refuse and all other items necessary or proper for, or incidental to, performing trash removal services from various locations throughout the Orlando International Airport, in accordance with the contract documents. Second Renewal Option – October 1, 2020 to September 30, 2021. Department – Concurs with the second renewal option.

MINUTES FOR THE AUGUST 10, 2020, CONCESSIONS/PROCUREMENT COMMITTEE

PAGE 2

RECOMMENDATION TO APPROVE AMENDMENT NO. 4, SECOND RENEWAL OPTION FOR PURCHASING CONTRACT 06-17, TRASH REMOVAL SERVICES WITH REPUBLIC SERVICES OF FLORIDA, LP (REPUBLIC) – (con’t) Contractor – Based on information known at this time, Republic has performed satisfactorily during the initial term and first renewal option. This contract does not include a Minority and Women Business Enterprise (MWBE) or a Local Developing Business (LDB) participation requirement. The contractor has agreed to renew the contract at the same price, terms and conditions. The fiscal impact for the Second Renewal Option is a not-to-exceed amount of $437,370. Funding will be from the Operations and Maintenance Fund 301.416.170.5340007.000.000000. Funds expected to be spent under the contract in the current fiscal year are within budget. Funding required in current and subsequent fiscal years will be allocated from the Operations and Maintenance Fund, as approved through the budget process and when funds become available. It was respectfully requested that the Concessions/Procurement Committee approve that the following be recommended to the Aviation Authority Board: (1) approve Amendment No. 4, Second Renewal Option to Purchasing Contract 06-17, Trash Removal Services, with Republic Services of Florida, LP; (2) authorize funding in a not-to-exceed amount of $437,370 from the Operations and Maintenance Fund; and (3) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel. Chairman Friel asked if anyone on the call would like to speak regarding this item. Ms. Bou confirmed she had not received any speaker requests. He then asked if any Committee member had questions or comments. Mr. Engle asked if the price drop shown on Attachment A (copy on file) is due to the reduction of operations. Ms. Schneider responded in the affirmative, and further indicated that this is based on the amount of trash removals estimated by staff. Upon motion by Vice Chair Sharman, second by Mr. Engle, motion passed unanimously by roll call vote, to approve staff’s recommendation. RECOMMENDATION FOR PAYMENT OF LANDFILL FEES RELATED TO PURCHASING CONTRACT 06-17, TRASH REMOVAL SERVICES 2. Ms. Schneider presented the item. Purchase Orders (POs) will be issued to pay for landfill fees when trash removed from the Aviation Authority’s premises by Republic is transported and disposed of as required by the Aviation Authority, in accordance with Purchasing Contract 06-17. Purchasing Contract allows Republic to transport and dispose of all solid waste, as requested by the Aviation Authority, at the Orange County Landfill or any other Environmental Protection Agency (EPA) approved landfill facility within a 20 mile radius from the Airport. Furthermore, Purchasing Contract 06-17 allows for the landfill facilities to be selected by Republic, provided that the fees charged at the selected landfill facility do not exceed the fees charged by Orange County Landfill. The fees will be billed directly to the Aviation Authority. Allow multiple (POs) to be issued to various landfill facilities associated with Purchasing Contract 06-17, Trash Removal Services – October 1, 2020 to September 30, 2021. Department – Concurs with issuing purchase orders. Purchasing Contract 06-17 does not include a Minority or Women Business Enterprise (MWBE) and a Local Developing Business (LDB) participation requirement. The fiscal impact for the payment of landfill fees related to Purchasing Contract 06-17 is a not-to-exceed amount of $364,800. Funding will be from the Operations and Maintenance Fund 301.416.170.5430001.000.000000. Funds expected to be spent under the contract in the current fiscal year are within budget. Funding required in current and subsequent

MINUTES FOR THE AUGUST 10, 2020, CONCESSIONS/PROCUREMENT COMMITTEE

PAGE 3

RECOMMENDATION FOR PAYMENT OF LANDFILL FEES RELATED TO PURCHASING CONTRACT 06-17, TRASH REMOVAL SERVICES (con’t) fiscal years will be allocated from the Operations and Maintenance Fund, as approved through the budget process and when funds become available. It was respectfully requested that the Concessions/Procurement Committee approve that the following be recommended to the Aviation Authority Board: (1) allow multiple purchase orders to be issued to various landfill facilities related to Purchasing Contract 06-17, Trash Removal Services; (2) authorize funding in a not-to-exceed amount of $364,800 from the Operations and Maintenance Fund for payment of landfill fees related to Purchasing Contract 06-17; and (3) authorize the Purchasing staff to issue the necessary Purchase Orders. Chairman Friel asked if anyone on the call would like to speak regarding this item. Ms. Bou confirmed she had not received any speaker requests. He then asked if any Committee member had questions or comments. There were no comments or questions posed. Upon motion by Vice Chair Sharman, second by Ms. Silvers, motion passed unanimously by roll call vote, to approve staff’s recommendation. RECOMMENDATION TO APPROVE AMENDMENT NO. 2, SECOND RENEWAL OPTION FOR PURCHASING CONTRACT 12-17, VEHICLE TOWING AND STORAGE SERVICES WITH STEPP’S TOWING SERVICE (STEPP’S TOWING) 3. Ms. Schneider presented the item. The initial term of the contract was for thirty-six (36) months, which commenced on February 1, 2017 and expired January 31, 2020, with the Aviation Authority having options to renew the contract for two (2) additional periods of one (1) year each. The first renewal option is due to expire on January 31, 2021. The contract requires Stepp’s Towing to furnish all labor, supervision, materials, signage, equipment, facilities, tools and all other accessories, activities and procedures necessary, or proper for, or incidental to, performing vehicle towing (up to and including 10,000 pounds), removal and storage services required at the Orlando International Airport (OIA) and at the Orlando Executive Airport (OEA) in accordance with the contract documents. Second Renewal Option: February 1, 2021 – January 31, 2022. Department - Concurs with the renewal. Contractor – Based on the information known at this time, the contractor has performed satisfactorily during the initial term and the first renewal option of the contract. This is a service contract for vehicle towing and storage services. Pricing for this service is based on unit prices for OIA Towing Services (Non-Standby): (A) relocation/towing to Aviation Authority Impound Lot; (B) Towing to contractor’s storage facilities; (C) relocation/towing to/within Aviation Authority property; (D) hourly rate (for tow truck stationed on Aviation Authority property); (E) relocation/towing to Aviation Authority impound lot; and (F) drop fee (rates for towing in connection with standby service). Pricing for OEA include: (G) relocation/towing to contractor’s storage and (H) relocation/towing to/within Aviation Authority property. Under additional services, the items required to be provided were: (I) deliver and retrieve junked vehicles to OIA Aircraft Rescue and Fire Fighting (ARFF) for training purposes and (J) return of previously relocated vehicles from contractor’s facility to OIA. The total not-to-exceed price for the Second Renewal Option is $329,450 with no increase in pricing from the First Renewal Option. These services will become effective February 1, 2021 through January 31, 2022. This contract did not include a Minority and Women Business Enterprise (MWBE) or Local Developing Business (LDB) participation requirement. The fiscal impact is a total not-to-exceed amount of $329,450 with funding from the Operations and Maintenance Fund 301.238.210.5340007.000.000000. Funds expected to be spent under the contract in the current fiscal year are within budget. Funding required

MINUTES FOR THE AUGUST 10, 2020, CONCESSIONS/PROCUREMENT COMMITTEE

PAGE 4

RECOMMENDATION TO APPROVE AMENDMENT NO. 2, SECOND RENEWAL OPTION FOR PURCHASING CONTRACT 12-17, VEHICLE TOWING AND STORAGE SERVICES WITH STEPP’S TOWING SERVICE (STEPP’S TOWING) – (con’t) in current and subsequent fiscal years will be allocated from the Operations and Maintenance Fund as approved through the budget process and when funds become available. It was respectfully requested that the Concessions/Procurement Committee approve that the following be recommended to the Aviation Authority Board: (1) approve Amendment No. 2, Second Renewal Option for Purchasing Contract 12-17, Vehicle Towing and Storage Services with Stepp’s Towing Service; (2) authorize funding in the not-to-exceed amount of $329,450 from the Operations and Maintenance Fund; and (3) authorize an Aviation Authority Officer or Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel. Chairman Friel asked if anyone on the call would like to speak regarding this item. Ms. Bou confirmed she had not received any speaker requests. He then asked if any Committee member had questions or comments. Mr. Engle asked if this is an estimated cost. Ms. Schneider explained that this is a set amount, as the towing company needs to be at the curb 24/7 per TSA requirements. Vice Chair Sharman made reference to Attachment C (copy on file), and asked for clarification regarding variable charges. Ms. Schneider explained that there are other charges such as storage and fees that are the responsibility of the party whose vehicle is towed, and some additional charges that may be the responsibility of the Aviation Authority. Upon motion by Mr. Engle, second by Ms. Silvers, motion passed unanimously by roll call vote, to approve staff’s recommendation. Chairman Friel asked if there were any other business to discuss. Ms. Thacker indicated that, due to technical difficulties, Mr. Gerber was unable to join the call. On behalf of Mr. Gerber, Ms. Thacker stated that Mr. Gerber has been working on developing a policy on conflicts of interest for the Aviation Authority committees; therefore, there would be a formalized process for all committee members to follow, as it relates to their responsibilities. Information, training and further discussion will follow. ADJOURNMENT

4. Chairman Friel asked if there was further business to discuss before the Committee. Having no further business to discuss, he adjourned the meeting at 1:48 p.m.

(Digitally signed on September 24, 2020) _______________________________ ____________________________________ Larissa Bou Brad Friel Recording Secretary Chairman

larissa.bou-vazquez
L.Bou
larissa.bou-vazquez
B. Friel

PAGE 1

On WEDNESDAY, AUGUST 19, 2020, the FINANCE COMMITTEE of the Greater Orlando Aviation Authority met virtually via CISCOWEBEX. Vice Chair Good called the meeting to order at 12:00 p.m. The meeting was posted in accordance with Florida Statutes with a quorum participating. Office of the Governor, Executive Order Number 20-69

Committee members present, M. Carson Good, Vice ChairMayor Buddy Dyer, Board MemberRafael E. Martinez, Board Member

Also present, Phillip N. Brown, Chief Executive Officer Kathleen Sharman, Chief Financial Officer Kathy Bond, Senior Director of Human Resources Tianna Dumond, Director of Internal Audit Marie Dennis, Interim Director of Finance Dan Gerber, Rumberger Kirk Dianne Klaiss, Frasca & Associates, LLC Doug Starcher, Legal Counsel, Nelson Mullins Larissa Bou, Recording Secretary

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

MINUTES 1. Upon motion by Mr. Martinez, second by Mayor Dyer, motion passed unanimously

by roll call vote to accept the July 15, 2020, Finance Committee minutes as written.

CONSENT AGENDA 2. Upon motion by Mayor Dyer, second by Mr. Martinez, motion passed unanimously

by roll call vote to approve the following: A. accept the Ad Hoc Committee’s recommendation to: (1) award Purchasing

Proposal 03-21 Supplemental Auditing and Attestation Engagement Services to both Covington & Associates CPA, Inc., and L.F. Harris & Associates, CPA, P.A., for a Contract term of thirty-six (36) months with the initial service to commence on or about October 1, 2020, and with the Aviation Authority having options to renew the Contract for two (2) additional periods of one (1) year each, upon mutual agreement; (2) approve a totalnot-to-exceed Contract value of $550,000 for the base Contract term of 3 years to beallocated from the Operations and Maintenance Fund; and (3) authorize an AviationAuthority Officer or the Chief Executive Officer to enter into one or more agreementsfor Supplemental Auditing and Attestation Engagement Services, following satisfactorylegal review.

B. accept staff’s recommendation to: (1) consent to the assignment of theCustody Agreement from Wells Fargo Retirement & Trust Services to Principal Financial Group and (2) authorize an Aviation Authority Officer or the Chief Executive Officer to execute any and all documents, including the Service Continuity Agreement, deemed necessary to facilitate the consent to assignment, following satisfactory legal review.

ADJOURNMENT 3. There being no further business to be considered, Vice Chair Good adjourned the

meeting at 12:05 p.m.

(Digitally signed on October 7, 2020)

Larissa Bou Phillip N. Brown Recording Secretary Chief Executive Officer

larissa.bou-vazquez
Larissa Bou
larissa.bou-vazquez
Phil Brown

On TUESDAY, MAY 26, 2020, the CONSTRUCTION COMMITTEE met in regular session

telephonically with the meeting live streamed on You Tube (www.OrlandoAirports.net).

Chairman Thornton called the meeting to order at 8:31 a.m. The meeting was posted

in accordance with Florida Statutes with a quorum participating. Office of the

Governor, Executive Order Number 20-69

Participating Committee members,

Stanley J. Thornton, Chairman

Kathleen Sharman, Chief Financial Officer

Mike Patterson, Director of Construction

Gary Hunt, Director of Maintenance

Denise Schneider, Assistant Director of Purchasing and Material Control

Also participating:

Davin Ruohomaki, GOAA Senior Director of Planning, Engineering, and Construction

Karen Ryan, Legal Counsel (Nelson Mullins Broad & Cassel)

Ian Brooks, GOAA Information Technology

John Carlson, GOAA Construction

Scott Shedek, GOAA Construction

Chris Kieffer, A2 Group, Inc.

Don Corthell, PSA Management, Inc.

Jamie McGonagill, Geotech Consultants International, Inc. dba GCI, Inc.

Nils Johnson, Geotech Consultants International, Inc. dba GCI, Inc.

Vicki Harvey, Hahn Integrated Systems, Inc.

Tara Ciaglia, Recording Secretary

LOBBYIST DISCLOSURE

Parties present were reminded that for individuals who conduct lobbying activities

with Aviation Authority employees or Board members, registration with the Aviation

Authority is required each year prior to conducting any lobbying activities. A

statement of expenditures incurred in connection with those lobbying instances should

also be filed prior to April 1st of each year for the preceding year. As of January

16, 2013, lobbying any Aviation Authority Staff who are members of any committee

responsible for ranking Proposals, Letters of Interest, Statements of Qualifications

or Bids and thereafter forwarding those recommendations to the Board and/or Board

Members is prohibited from the time that a Request for Proposals, Request for Letters

of Interests, Request for Qualifications or Request for Bids is released to the time

that the Board makes an award. As adopted by the Board on September 19, 2012,

lobbyists are now required to sign-in at the Aviation Authority offices prior to any

meetings with Staff or Board members. In the event a lobbyist meets with or otherwise

communicates with Staff or a Board member at a location other than the Aviation

Authority offices, the lobbyist shall file a Notice of Lobbying (Form 4) detailing

each instance of lobbying to the Aviation Authority within 7 calendar days of such

lobbying. As of January 16, 2013, lobbyists will also provide a notice to the

Aviation Authority when meeting with the Mayor of the City of Orlando or the Mayor

of Orange County at their offices. The policy, forms, and instructions are available

in the Aviation Authority’s offices and the website. Please contact the Director

of Board Services with questions at (407) 825-2032.

ANNOUNCEMENT

Any appeals of decisions made by the Construction Committee must be filed with the

Chief Executive Officer within five business days (no later than 4:00 p.m. on the

fifth business day) of the rendering of that decision. If a bidder or proposer is

aggrieved by any of the proceedings of today’s meeting and wishes to appeal the

results of actions made by this committee, they must file an appeal stating the item

they wish to appeal and the basis for which they wish to appeal, and it must be

received in writing by the Chief Executive Officer, Mr. Phillip N. Brown, via email

[email protected], with a copy to [email protected] (emails will be accepted during the

COVID-19 pandemic.)

Minutes of the Construction Committee Meeting, May 26, 2020

Page 2 of 59

COVID-19 ANNOUNCEMENT

Due to COVID-19, the Aviation Authority is adhering to a business distancing

operational plan. Please note that all Construction Committee meetings from today

until further notice will be held telephonically. If you would like to speak at the

meeting on an agenda item being considered, please contact the Recording Secretary,

Tara Ciaglia ([email protected] -or- 407-825-4461) no less than 24 hours in

advance of the meeting. Otherwise, the Construction Committee will be available via

Live Stream at www.orlandoairports.net.

MINUTES

1. The following minutes were presented for consideration:

CONSIDERATION OF MARCH 24, 2020 MINUTES

A. Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to approve the Construction Committee Minutes from the meeting held on March 24, 2020, as

presented.

CONSIDERATION OF MARCH 31, 2020 MINUTES

B. Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to approve the Construction Committee Minutes from the meeting held on March 31, 2020, as

presented.

CHANGE ORDER AGENDA

2. The following Change Orders were presented for consideration:

A. Change Order BP-00491-07 VARIOUS REVISIONS. This change order to the contract with H. W. Davis Construction, Inc. for West Security Screening Check Point

Expansion - Package 2 is to: 1. Provide labor, materials, and equipment to

level the existing concrete floor on Level 3. ADD: $31,565.00; and, 2. Provide

labor, materials, and equipment to install concrete column protection on Level

2 bag make-up. ADD: $13,256.00.

Upon motion of Mr. Hunt, second by Mr. Patterson, vote carried by roll-call

with all votes yea, to approve Change Order BP-00491-07, for a total amount

of $44,821.00 and no time extension, with funding from previously-approved

Capital Expenditure Funds and General Airport Revenue Bonds.

B. Change Order E-00239-02 VARIOUS REVISIONS. This change order to the contract with BergElectric Corp. dba Bergelectric Corp. Contractors and Engineers for

Miscellaneous Light Fixtures for Parking Garages A, B and Terminal Top is to:

1. Provide all labor, material and equipment to provide power to nine new Type

C2 and Type C3 fixtures. (Reference Contractor’s BECO-005). ADD: $15,546.61;

2. Provide all labor, material and equipment to change one existing stairwell

lighting circuit in the B Garage at Column Line N.5/28 from normal power to

emergency power. (Reference Contractor’s BECO-006). ADD: $1,631.19; 3. Provide

all labor, material and equipment to change the four existing Garage A and

Garage B helix lights from normal power to emergency power. (Reference

Contractor’s BECO-007). ADD: $6,543.60; 4. Provide all labor, material and

equipment to bring the existing lighting circuits for the B-Side auto-bridge

lights within the National Electric Code requirements. (Reference Contractor’s

BECO-008). ADD: $4,146.76; 5. Provide all labor, material and equipment to

install pendent supports for eight B-type fixtures at the R1 level of the A

and B Garages. (Reference Contractor’s BECO-010). ADD: $1,887.04; and, 6.

Reduce Allowance No. 1, Miscellaneous Wiring and Conduit Work, by ($29,755.20),

from $80,317.20 to $50,562.00, to offset the costs associates with Item Nos.

1, 2, 3, 4 and 5 above. DEDUCT: ($29,755.20).

Upon motion of Ms. Schneider, second by Ms. Sharman, vote carried by roll-call

with all votes yea, to approve Change Order E-00239-02, for a total amount of

Minutes of the Construction Committee Meeting, May 26, 2020

Page 3 of 59

$0.00 and no time extension, with funding from previously-approved Airport

Facility Discretionary Funds, and Capital Expenditure Funds.

C. Change Order E-00263-02 TERMINATION FOR CONVENIENCE. This item was deferred.

D. Change Order E-S00010-01 VARIOUS REVISIONS. This change order to the contract with Stryker Electrical Contracting, Inc. for Install Fountains at South APM

Pond is the final change order and includes the following: 1. Provide all

labor, equipment and materials to perform a directional bore underneath the

Passenger Drop-off Lobby (PDL) bus loop, to provide a path for power to the

fountain equipment rack. This change order replaces Field Change Order No.

1. ADD: $6,393.00; 2. Provide all labor, equipment, and materials to upgrade

the electrical service to the pond fountain equipment rack, from 125 amperes

to 200 amperes, as well as install a concrete pad at the equipment rack to

accommodate proposed future fountain equipment. This change order replaces

Field Change Order No. 2. ADD: $19,562.00; and, 3. Provide all labor,

equipment, and materials to eliminate three unnecessary disconnects from the

scope of work. DEDUCT: ($3,329.00).

Upon motion of Ms. Sharman, second by Mr. Patterson, vote carried by roll-call

with all votes yea, to approve Change Order E-S00010-01, for a total amount

of $22,626.00 and no time extension, with funding from previously-approved

Capital Expenditure Funds.

E. Change Order L-00038-01 FINAL ADJUSTMENT OF NTE CONTRACT. This change order to the contract with Orlando Business Telephone Systems, Inc. for Red Lot

Communications Room to North Terminal Fiber Installation (OBTS) is the final

change order and includes the final contract adjustment to reflect the actual

cost of time and material expended to complete the work. The original contract

amount was $85,702.84; actual material and labor expenditure totaled

$85,667.49. This change order reduces the contract amount by ($35.35) for a

final contract amount of $85,667.49. DEDUCT: ($35.35).

Upon motion of Ms. Schneider, second by Ms. Sharman, vote carried by roll-call

with all votes yea, to approve Change Order L-00038-01, for a total deductive

amount of ($35.35) and no time extension, with funding credited to previously-

approved Capital Expenditure Funds.

F. Change Order R-S00001-02 VARIOUS REVISIONS. This change order to the contract with P&A Roofing and Sheet Metal, Inc. for HBJ Warehouse Roof Replacement is

the final change order and includes the following: 1. Reduce the Allowance for

Roof-Mounted Curbs for HVAC Equipment by ($25,000.00), from $25,000.00 to

$0.00, for the unused portion of the Allowance. DEDUCT: ($25,000.00); and,

2. Increase the Contract Time for Substantial Completion by 146 calendar days,

from 330 calendar days to 476 calendar days. ADD: $0.00.

Upon motion of Mr. Hunt, second by Mr. Patterson, vote carried by roll-call

with all votes yea, to recommend to the Aviation Authority Board approval of

Change Order R-S00001-02, for a total deductive amount of ($25,000.00) and a

146 calendar day time extension to Substantial Completion, with funding

credited to previously-approved Capital Expenditure Funds.

G. Change Order V-00867-03 VARIOUS REVISIONS. This item was deferred.

H. Change Order V-00943-02 VARIOUS REVISIONS. This change order to the contract with Gomez Construction Company for Airsides 2 and 4 Guideway Running Surface

Refurbishment (Design/Build) is to: 1. Add New Pay Item Additional Full Width

Plinth Repairs, 175 square feet (SF), at a contract unit price of $155.65/SF,

which includes all labor, equipment and material for each additional SF of

Minutes of the Construction Committee Meeting, May 26, 2020

Page 4 of 59

full width plinth repair in excess of the 200 SF of full width repairs already

included in the Contract. Payment will be made based on the actual quantity

of Additional Full Width Plinth Repairs constructed. ADD: $27,238.75; 2.

Change Pay Item No. 12 (Cleaning, HMWM Sealing of Cracks) with an estimated

quantity of 17,600 SF at an extended Contract Price of $143,704.00, to be a

lump sum pay item at the same Contract Price for sealing the entire guideway

concrete plinth surface from the landside buffer end to the airside buffer

end, for both A2 and B4 APM Systems, at no additional cost. ADD: $0.00; and,

3. Provide a complete design, signed and sealed by a Florida Professional

Engineer, to repair and strengthen the support structure for the steel grating

located on the elevated slab portion of the maintenance platform within

Bombardier’s Landside Terminal Automated People Mover (APM) maintenance

facility. Also include in the design details for repairing the concrete spall

located adjacent to the steel grating at Track 4800. This change order replaces

Field Change Order No.1. ADD: $2,192.30. The parties negotiated this price

and agree that this change order is within the scope of the original contract

and does not materially alter the original contract such that a cardinal or

constructive change to the original agreement has occurred.

Upon motion of Ms. Sharman, second by Mr. Hunt, vote carried by roll-call with

all votes yea, to approve Change Order V-00943-02, for a total amount of

$29,431.05 and no time extension, with funding from previously-approved Capital

Expenditure Funds.

I. Change Order V-00947-02 VARIOUS REVISIONS. This item was deferred.

J. Change Order V-S00008-06 VARIOUS REVISIONS. [A handout was presented, which included a revised Coversheet and Supporting Documentation.] This change

order to the contract with Gomez Construction Company for HBJ HVAC Replacement

and Miscellaneous Electrical Improvements is the final change order and

includes the following: 1. Provide labor, material, and equipment to replace

the blower motor and belt for rooftop Air Handler Unit (AHU) No. 5. This

change order replaces Field Change Order (FCO) No. 1. ADD: $1,764.50; 2. Bond

reconciliation due to added bond costs. ADD: $202.00; and, 3. Increase the

Contract Time for Substantial Completion by 267 calendar days, from 150

calendar days to 417 calendar days.

Chairman Thornton asked if there were any additional cost. Mr. Shedek replied

no.

Upon motion of Mr. Hunt, second by Ms. Sharman, vote carried by roll-call with

all votes yea, to recommend to the Aviation Authority Board approval of Change

Order V-S00008-06, for a total amount of $1,966.50 and a 267 calendar day time

extension to Substantial Completion, with funding from previously-approved

Capital Expenditure Funds.

CONSTRUCTION MANAGEMENT AT RISK (CM@R) GUARANTEED MAXIMUM PRICE (GMP) BUDGET, BUYOUT,

AND CONTINGENCY MANAGEMENT REQUESTS AGENDA

3. The following GMP Budget, Buyout, and Contingency Management requests (related

to the South Terminal C, Phase One Project) were presented for consideration:

A. Subcontract Modification for BP-S00139 (GMP No. 5-S.2) with The Middlesex Corporation for CR0212.1-LSC-5S.2-Wooded Buffer Root Material. Mr. Corthell

presented the memorandum, requesting approval for Turner-Kiewit Joint Venture

(TKJV) to issue a Subcontract Modification on BP-S00139, South Terminal C,

Phase 1 – Landside Civil (GMP No. 5-S.2), at the Orlando International Airport,

in the total amount of $89,521.00 to The Middlesex Corporation for CR0212.1-

LSC-5S.2-Wooded Buffer Root Material. Bid Package 31.0.0 "Sitework" was

Minutes of the Construction Committee Meeting, May 26, 2020

Page 5 of 59

previously awarded within GMP No. 5-S.2 to The Middlesex Corporation, CC No.

20180504.05A.

TKJV is proposing a subcontract modification to The Middlesex Corporation in

the total lump sum amount of $89,521.00 for CR0212.1-LSC-5S.2-Wooded Buffer

Root Material. LSC Bulletin 13 relocated utilities through the wooded buffer

area that was previously designated as green space. Since there are now

permanent embankments and utilities in the wooded buffer area, Section 110-

02.2 of FDOT standard specification becomes relevant and requires removal of

all roots to a depth of at least 12-inches below finished excavation surface.

The modified scope of work consists of all additional labor, material and

equipment costs associated with removing roots from the wooded buffer area

that was priced as a green area and now has duct bank running through it. The

additional scope includes costs to furnish A3 select fill, to haul and remove

root materials from 1-foot deep in cleared area and costs to place and compact

new A3 select backfill to replace removed root material.

The approval of this subcontract modification to The Middlesex Corporation

resolves all requests for costs and time associated with CR0212.1-LSC-5S.2-

Wooded Buffer Root Material.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost Review is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontractor Modification for this project is as follows:

TKJV to issue a subcontract award to The Middlesex

Corporation in the lump sum amount of: $ 89,521.00

Deduct from P1X CM@R Contingency: $ (89,521.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00139 (GMP No. 5-S.2) for this subcontract modification is

The Middlesex Corporation (Non-MWBE/LDB/VBE). There is 51.9% LDB participation

associated with this modification.

Ms. Sharman asked if this request takes into account any potential reductions

to the GMP. Mr. Corthell answered yes.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, 3-Z, 3-AA,

3-BB, 3-CC, 3-DD, 3-EE, 3-FF, 3-GG, 3-HH, 3-II, 3-JJ, 3-KK, 3-LL, 3-MM, 3-NN,

3-OO, 3-PP, 3-QQ, 3-RR, 3-SS, 3-TT, 3-UU, 3-VV, 3-WW, 3-XX, and 3-YY were

considered in one motion.

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontractor Modification to The Middlesex Corporation on BP-S00139, South

Terminal C, Phase 1 – Landside Civil (GMP No. 5-S.2), for the total lump sum

amount of $89,521.00, with funding from General Airport Revenue Bonds.

B. Subcontract Modification for BP-S00139 (GMP No. 5-S.2) with The Middlesex Corporation for CR0552.1-LSC-RFI 2888.3-Temp Bypass Additional Fittings (CWA

BP-S00139-002). Mr. Corthell presented the memorandum, requesting approval

for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on

BP-S00139, South Terminal C, Phase 1 – Landside Civil (GMP No. 5-S.2), at the

Minutes of the Construction Committee Meeting, May 26, 2020

Page 6 of 59

Orlando International Airport, in the total amount of $26,001.00 to The

Middlesex Corporation for CR0552.1-LSC-RFI 2888.3-Temp Bypass Additional

Fittings (CWA BP-S00139-002). Bid Package 31.0.0 "Sitework" was previously

awarded within GMP No. 5-S.2 to The Middlesex Corporation, CC No. 20180504.05A.

TKJV is proposing a subcontract modification to The Middlesex Corporation in

the total lump sum amount of $26,001.00 for CR0552.1-LSC-Temp Bypass Additional

Fittings. RFIs 2888-2888.2 were issued to submit and coordinate the proposed

layout of the APM/ITF Utility Corridor Temporary Bypass with the EOR. The

response to RFI 2888.2 issued in October 2019 confirmed the EOR's acceptance

of the proposed layout, but indicated that input from the City of Orlando and

OUC was still required. In November 2019, in order to maintain the construction

schedule, CR0552 was approved at CCM Ref No. 20191105.02A for the necessary

temporary bypass installation of utilities servicing the ITF and APM in order

to avoid these utilities interfering with the ASC P1X deep foundations. CR0552

included costs per the EOR's approved layout contained in the response to

RFI 2888.2.

After CR0552 was approved, OUC reviewed the proposed bypass layout and

requested additional changes be made. In December 2019, RFI 2888.3 confirmed

the EOR's agreement with the layout revisions and comments presented by OUC.

The scope of work captured in this request consists of the additional revisions

requested by OUC to the temporary utilities bypass layout previously approved

in CR0552. The scope includes installation of an additional temporary 16-inch

DIP (Ductile Iron Pipe) Mechanical Joint Butterfly Valve, additional fittings

and tees, and an OUC thrust block at existing 16-inch gate valve.

The approval of this subcontract modification to The Middlesex Corporation

resolves all requests for costs and time associated with RFI 2888.3, CR0552.1-

LSC-Temp Bypass Additional Fittings and closes (CWA BP-S00139-002). No further

CRs associated with the RFI 2888 series or the Temporary Utility Bypass scope

of work will be submitted.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontractor Modification for this project is as follows:

TKJV to issue a subcontract award to The Middlesex

Corporation in the lump sum amount of: $ 26,001.00

Deduct from P1X CMAR Contingency: $ (26,001.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00139 (GMP No. 5-S.2) for this subcontract modification is

The Middlesex Corporation (Non-MWBE/LDB/VBE). There is 95.7% MWBE

participation associated with this modification.

Ms. Sharman asked if this request takes into account any potential reductions

to the GMP. Mr. Corthell answered yes.

Minutes of the Construction Committee Meeting, May 26, 2020

Page 7 of 59

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, 3-Z, 3-AA,

3-BB, 3-CC, 3-DD, 3-EE, 3-FF, 3-GG, 3-HH, 3-II, 3-JJ, 3-KK, 3-LL, 3-MM, 3-NN,

3-OO, 3-PP, 3-QQ, 3-RR, 3-SS, 3-TT, 3-UU, 3-VV, 3-WW, 3-XX, and 3-YY were

considered in one motion.

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontractor Modification to The Middlesex Corporation on BP-S00139, South

Terminal C, Phase 1 – Landside Civil (GMP No. 5-S.2), for the total lump sum

amount of $26,001.00, with funding from General Airport Revenue Bonds.

C. Subcontract Modification for BP-S00143 (GMP No. 6-S.1) with Banker Steel Co., LLC for CR0497-6S1-RFI 0832 Series; Reduction of Sterile Corridor Glass -

Structural Steel (VE). Mr. Corthell presented the memorandum, requesting

approval for Hensel Phelps Construction (HPC) to issue a Subcontract

Modification on BP-S00143, South Terminal C, Phase 1 - Airside Terminal,

Structure and Enclosure (GMP No. 6-S.1), at the Orlando International Airport,

in the total deductive amount of ($65,975.00) to Banker Steel Co., LLC, for

CR0497-6S1-RFI 0832 Series; Reduction of Sterile Corridor Glass - Structural

Steel (VE). Bid Package for BP-S00143 05.01 "Structural Steel and

Miscellaneous Metals" has been previously awarded within GMP No. 6-S.1 to

Banker Steel Co., LLC, CC No. 20180410.008.

HPC is requesting to issue a Subcontractor Modification to Banker Steel Co.,

LLC in the total deductive Lump Sum amount of ($65,975.00) for CR0497-6S1-RFI

0832 Series; Reduction of Sterile Corridor Glass - Structural Steel (VE). The

modified scope of work consists of the credits associated with the Edge-of-

Slab (EOS) supports deleted where the full-height interior storefront glass

was removed, and costs associated with the newly detailed EOS supports for the

areas being replaced with gypsum walls, per RFI 0832 Series responses and

sketches.

Value-Engineering RFI 0832 Series affected the scope of work in GMP Nos.

6-S.1, 6-S.2, 6-S.3 and 6-S.4, with a total VE credit value of $401,276.00 for

Phase 1. The approval of this Subcontractor Modification to Banker Steel Co.,

LLC resolves all requests for cost and time resulting from RFI 0832 Series

scope of work in GMP No. 6-S.1. Costs for Testing and Inspection, if any, will

be submitted in a future CR. Costs for GMP Nos. 6-S.2, 6-S.3 and 6-S.4 were

approved, respectively, via CC No. 20190813.021 (CR0249-6S2 Framing and Drywall

Add), 20190709.02D (CR0249-6S3 Interior Storefront and Glass Wall Systems

Credit), and 20190709.02L (CR0249-6S4 Painting Add). Costs of RFI 0832 Series

for Phase 1X scope will be submitted in a future CR.

HPC has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for costs or time.

The effect of this Subcontract Modification for this project is as follows:

HPC to issue a subcontract modification to Banker

Steel Co., LLC in the deductive lump sum amount of: $ 65,975.00

Add to P1 Owner Contingency: $ (65,975.00)

Hensel Phelps Construction is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00143 (GMP No. 6-S.1) for this subcontract modification is

Minutes of the Construction Committee Meeting, May 26, 2020

Page 8 of 59

Banker Steel Co., LLC (Non-MWBE/LDB/VBE). There is no MWBE, LDB or VBE

participation associated with this modification.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, 3-Z, 3-AA,

3-BB, 3-CC, 3-DD, 3-EE, 3-FF, 3-GG, 3-HH, 3-II, 3-JJ, 3-KK, 3-LL, 3-MM, 3-NN,

3-OO, 3-PP, 3-QQ, 3-RR, 3-SS, 3-TT, 3-UU, 3-VV, 3-WW, 3-XX, and 3-YY were

considered in one motion.

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried by roll-call,

with all votes yea, to approve Hensel Phelps Construction to issue a

Subcontract Modification to Banker Steel Co., LLC on BP-S00143, South Terminal

C, Phase 1 - Airside Terminal, Structure and Enclosure (GMP No. 6-S.1), for

the total deductive lump sum amount of ($65,975.00), with funding credited to Passenger Facility Charges and General Airport Revenue Bonds.

D. Subcontract Modifications for BP-S00143 (GMP No. 6-S.1) with T&T Construction of Central Fla., Inc.; Odyssey International Inc. dba Odyssey Global; and, Banker Steel Co., LLC; for CR0504-6S1-RFI 1533.1 Lowered IDF Rooms 01-0114 and

01-0130. Mr. Corthell presented the memorandum, requesting approval for Hensel

Phelps Construction (HPC) to issue Subcontract Modifications on BP-S00143,

South Terminal C, Phase 1 - Airside Terminal, Structure and Enclosure (GMP No.

6-S.1), at the Orlando International Airport, in the total amount of $19,657.00

to T&T Construction of Central Fla., Inc.; Odyssey International Inc. dba

Odyssey Global; and Banker Steel Co., LLC; for CR0504-6S1-RFI 1533.1 Lowered

IDF Rooms 01-0114 and 01-0130. Bid Packages 03.02 "Building Concrete"; 04.01

"Masonry"; and 05.01 "Structural Steel and Misc. Metals" were previously

awarded within GMP No. 6-S.1, respectively, to T&T Construction of Central

Fla., Inc.; Odyssey International Inc. dba Odyssey Global; and, Banker Steel

Co., LLC, CC No. 201800410.008.

HPC is requesting to issue the following Subcontractor Modifications to;

T&T Construction of Central Fla., Inc. in the Lump Sum amount of $5,078.00

for CR0504-6S1-RFI 1533.1 Lowered IDF Rooms 01-0114 and 01-0130. The

modified scope of work consists of the costs for the additional excavation

and fill associated with lowering the Slab-on-Grade (SOG), per RFI 1533.1

response.

Odyssey International Inc. dba Odyssey Global in the Lump Sum amount of

$3,118.00 for CR0504-6S1-RFI 1533.1 Lowered IDF Rooms 01-0114 and 01-

0130. The modified scope of work consists of the costs for the added

Concrete Masonry Unit (CMU) at the bottom of the CMU walls, per RFI 1533.1

response.

Banker Steel Co., LLC in the Lump Sum amount of $11,461.00 for CR0504-

6S1-RFI 1533.1 Lowered IDF Rooms 01-0114 and 01-0130. The modified scope

of work consists of the costs for the added concrete-filled metal pan

stair and railings, per RFI 1533.1 response.

The approval of these Subcontractors Modifications to T&T Construction of

Central Fla., Inc.; Odyssey International Inc. dba Odyssey Global; and Banker

Steel Co., LLC; resolves all requests for costs and time resulting from RFI

1533.1 scope of work. Costs for Testing and Inspection, if any, will be

submitted in a future CR. There are no cost impacts to GMP Nos. 6-S, 6-S.2,

6-S.3, 6-S.4, 6-S.5, and 6-S.6.

Minutes of the Construction Committee Meeting, May 26, 2020

Page 9 of 59

HPC has submitted documentation including the subcontractor's proposal to

support this request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of these Subcontract Modifications for this project is as follows:

HPC to issue a subcontract modification to T&T

Construction of Central Fla., Inc. in the lump

sum amount of: $ 5,078.00

HPC to issue a subcontract modification to

Odyssey International Inc. dba Odyssey Global in

the lump sum amount of: $ 3,118.00

HPC to issue a subcontract modification to Banker

Steel Co., LLC in the lump sum amount of: $ 11,461.00

Deduct from P1 CMAR Contingency: $ (19,657.00)

Hensel Phelps Construction is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractors identified and committed to

participate on BP-S00143 (GMP-6S.1) for these subcontract modifications are

as follows: T&T Construction of Central Florida, Inc. (MWBE); Odyssey

International Inc. dba Odyssey Global (Non-MWBE at the time of award of the

"Masonry" bid package); and, Banker Steel Co., LLC (Non-MWBE/LDB/VBE). There

is an overall 43.2% MWBE participation associated with the proposed

modifications.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, 3-Z, 3-AA,

3-BB, 3-CC, 3-DD, 3-EE, 3-FF, 3-GG, 3-HH, 3-II, 3-JJ, 3-KK, 3-LL, 3-MM, 3-NN,

3-OO, 3-PP, 3-QQ, 3-RR, 3-SS, 3-TT, 3-UU, 3-VV, 3-WW, 3-XX, and 3-YY were

considered in one motion.

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried by roll-call,

with all votes yea, to approve Hensel Phelps Construction to issue Subcontract

Modifications on BP-S00143, South Terminal C, Phase 1 - Airside Terminal,

Structure and Enclosure (GMP No. 6-S.1), for the total amount of $19,657.00,

which includes the total lump sum amount of $5,078.00 to T&T Construction of Central Fla., Inc.; the total lump sum amount of $3,118.00 to Odyssey

International Inc. dba Odyssey Global; and the total lump sum amount of $11,461.00 to Banker Steel Co., LLC; with funding from Passenger Facility

Charges and General Airport Revenue Bonds.

E. Subcontract Modification for BP-S00143 (GMP No. 6-S.1) with Banker Steel Co., LLC for CR0535-6S1-RFI 1892 Antenna Array Frames. Mr. Corthell presented the

memorandum, requesting approval for Hensel Phelps Construction (HPC) to issue

a Subcontract Modification on BP-S00143, South Terminal C, Phase 1 - Airside

Terminal, Structure and Enclosure (GMP No. 6-S.1), at the Orlando International

Airport, in the total amount of $88,815.00 to Banker Steel Co., LLC, for

CR0535-6S1-RFI 1892 Antenna Array Frames. Bid Package for BP-S00143 05.01

"Structural Steel and Miscellaneous Metals" has been previously awarded within

GMP No. 6-S.1 to Banker Steel Co., LLC, CC No. 20180410.008.

HPC is requesting to issue a Subcontractor Modification to Banker Steel Co.,

LLC in the total Lump Sum amount of $88,815.00 for CR0535-6S1-RFI 1892 Antenna

Array Frames. RFI 1892 response confirmed the framing and bracing details for

the Antenna Arrays on the high roof of the Airside Concourse building. The

modified scope of work consists of the additional Detailing, Material, Labor,

Minutes of the Construction Committee Meeting, May 26, 2020

Page 10 of 59

and Erection costs associated with the added and adjusted frame supports for

the Antenna Arrays, per RFI 1892 response.

The approval of this Subcontractor Modification to Banker Steel Co., LLC

resolves all requests for cost and time resulting from RFI 1892 scope of work.

HPC has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for costs or time.

The effect of this Subcontract Modification for this project is as follows:

HPC to issue a subcontract modification to Banker

Steel Co., LLC in the lump sum amount of: $ 88,815.00

Deduct from P1 Owner Contingency $ (88,815.00)

Hensel Phelps Construction is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00143 (GMP No. 6-S.1) for this subcontract modification is

Banker Steel Co., LLC (Non-MWBE/LDB/VBE). There is no MWBE, LDB, or VBE

participation associated with this modification.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, 3-Z, 3-AA,

3-BB, 3-CC, 3-DD, 3-EE, 3-FF, 3-GG, 3-HH, 3-II, 3-JJ, 3-KK, 3-LL, 3-MM, 3-NN,

3-OO, 3-PP, 3-QQ, 3-RR, 3-SS, 3-TT, 3-UU, 3-VV, 3-WW, 3-XX, and 3-YY were

considered in one motion.

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried by roll-call,

with all votes yea, to approve Hensel Phelps Construction to issue a

Subcontract Modification to Banker Steel Co., LLC on BP-S00143, South Terminal

C, Phase 1 - Airside Terminal, Structure and Enclosure (GMP No. 6-S.1), for

the total lump sum amount of $88,815.00, with funding from General Airport

Revenue Bonds.

F. Subcontract Modification for BP-S00144 (GMP No. 6-S.2) with Wal-Mark

Contracting Group, LLC for CR0503.5-6S2-ASC Bulletin 037 Non-Electrical

Trades. Mr. Corthell presented the memorandum, requesting approval for Hensel

Phelps Construction (HPC) to issue a Subcontract Modification on BP-S00144,

South Terminal C, Phase 1 - STC Airside Enclosure and Exterior Finishes (GMP

No. 6-S.2), at the Orlando International Airport, in the total amount of

$56,316.00 to Wal-Mark Contracting Group, LLC for CR0503.5-6S2-ASC Bulletin

037 Non-Electrical Trades. Bid Package for BP-S00144 09.02 "Framing and

Drywall" has been previously awarded within GMP No. 6-S.2 to Wal-Mark

Contracting Group LLC, CC No. 20180605.006.

HPC is requesting to issue this Subcontractor Modification to Wal-Mark

Contracting Group, LLC in the total Lump Sum amount of $56,316.00 for CR0503.5-

6S2-ASC Bulletin 037 Non-Electrical Trades. The modified scope of work

consists of the additional labor, material and equipment costs associated with

changes to the gypsum wall assemblies. HPC will also submit Time Impact

Analysis (TIA 088) requesting additional time associated with this scope of

work ASC Bulletin 037.

The approval of this Subcontractor Modification to Wal-Mark Contracting Group,

LLC resolves all requests for costs associated with the ASC Bulletin 037 Non-

Minutes of the Construction Committee Meeting, May 26, 2020

Page 11 of 59

Electrical Trades scope of work in GMP No. 6-S.2, with the exception of costs

for DSI ASC-003 and ASC Bulletin 036.

Costs associated with DSI ASC-003 and ASC Bulletin 036 are excluded due

to document inconsistencies and further design changes that are being

resolved and costs for these will be submitted in a future CR.

Cost impacts of ASC Bulletin 037 Mechanical Only scope of work in GMP

No. 6-S.1 were approved via CC No. 20200324.02B (CR0503.2-6S.1).

Cost impacts of ASC B037 Mechanical Only scope of work in GMP No. 6-S.6

were approved via CC No. 20200324.200 (CR0503.3-6S.6).

Cost impacts of ASC B037 to GMP No. 6-S.1 for the Non-Mechanical Trades

will be submitted in CR0503.4-6S.1 for a future CCM approval.

Cost impacts of ASC B037 to GMP No. 6-S.4 will be submitted in CR0503.6-

6S.4 for a future CCM approval.

Cost impacts of ASC B037 to GMP No. 6-S.6 for the Non-Mechanical scope

will be submitted in future CRs.

There are no cost impacts of ASC B037 to GMP No. 6-S.2 for the Electrical

scope of work.

Cost impacts of ASC B037 to GMP Nos. 6-S, 6-S.3, and 6-S.5, if any, will

be submitted in future CR.

The OAR will evaluate TIA-088 and any additional time recommended to be

granted will be submitted at a future CCM.

HPC has submitted documentation including the subcontractor's proposal to

support this request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontract Modification for this project is as follows:

HPC to issue a subcontract modification to Wal-Mark

Contracting Group, LLC in the lump sum amount of: $ 56,316.00

Deduct from P1 Owner Contingency: $ (56,316.00)

Hensel Phelps Construction is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00144 (GMP No. 6-S.2) for this subcontract modification is

Wal-Mark Contracting Group, LLC (Non-MWBE/LDB/VBE). There is no small business

participation associated with this modification.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, 3-Z, 3-AA,

3-BB, 3-CC, 3-DD, 3-EE, 3-FF, 3-GG, 3-HH, 3-II, 3-JJ, 3-KK, 3-LL, 3-MM, 3-NN,

3-OO, 3-PP, 3-QQ, 3-RR, 3-SS, 3-TT, 3-UU, 3-VV, 3-WW, 3-XX, and 3-YY were

considered in one motion.

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried by roll-call,

with all votes yea, to approve Hensel Phelps Construction to issue a

Subcontract Modification to Wal-Mark Contracting Group, LLC on BP-S00144,

Minutes of the Construction Committee Meeting, May 26, 2020

Page 12 of 59

South Terminal C, Phase 1 - STC Airside Enclosure and Exterior Finishes (GMP

No. 6-S.2), for the total lump sum amount of $56,316.00, with funding from

General Airport Revenue Bonds.

G. Subcontract Modification for BP-S00144 (GMP No. 6-S.2) with Wal-Mark

Contracting Group, LLC for CR0570.1-6S2-RFI 2173 Hub Skylight Area Ceiling -

Framing and Drywall. Mr. Corthell presented the memorandum, requesting

approval for Hensel Phelps Construction (HPC) to issue a Subcontract

Modification on BP-S00144, South Terminal C, Phase 1 - Airside Enclosure and

Exterior Finishes (GMP No. 6-S.2), at the Orlando International Airport, in

the total amount of $72,257.00 to Wal-Mark Contracting Group, LLC for CR0570.1-

6S2-RFI 2173 Hub Skylight Area Ceiling - Framing and Drywall. Bid Package for

BP-S00144 09.02 "Framing and Drywall" has been previously awarded within GMP

No. 6-S.2 to Wal-Mark Contracting Group LLC, CC No. 20180605.006.

HPC is requesting to issue this Subcontractor Modification to Wal-Mark

Contracting Group LLC in the total Lump Sum amount of $72,257.00 for CR0570.1-

6S2-RFI 2173 Hub Skylight Area Ceiling - Framing and Drywall. ACU1 Acoustic

Plaster and DF1 Textured Plaster Finish were removed entirely from the project

through the Value Engineering process and replaced with Level-4 drywall finish

and paint only at the serenity room and boarding gates, CC No. 20190709.02E,

20190709.02M and 20190716.02G respectively, CR0276-6S.3 (Interior Plaster

Credit), CR0276-6S.4 (Painting Add), and CR0276-6S.2 (Framing and Drywall

Add). There are areas of ceiling outside the serenity room and boarding gates

that originally called for ACU1 or DF1 finish. RFI 2173 was written to request

information for the replacement ceiling finish in those areas. The modified

scope of work consists of the additional costs associated with upgrading the

skylight drywall finish area ceiling from Level-1 to Level-4 finish, per

RFI 2173 response and sketches.

The approval of this Subcontractor Modification to Wal-Mark Contracting Group,

LLC resolves all requests for costs and time resulting from RFI 2173 for the

Drywall scope of work in GMP No. 6-S.2. Costs for RFI 2173 in GMP No. 6-S.4

for the Painting scope of work will be submitted via CR0570.2-6S4 for a future

CCM approval.

HPC has submitted documentation including the subcontractor's proposal to

support this request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontract Modification for this project is as follows:

HPC to issue a subcontract modification to Wal-Mark

Contracting Group, LLC in the lump sum amount of: $ 72,257.00

Deduct from P1 Owner Contingency: $ (72,257.00)

Hensel Phelps Construction is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00144 (GMP No. 6-S.2) for this subcontract modification is

Wal-Mark Contracting Group, LLC (Non-MWBE/LDB/VBE). There is no small business

participation associated with this modification.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, 3-Z, 3-AA,

3-BB, 3-CC, 3-DD, 3-EE, 3-FF, 3-GG, 3-HH, 3-II, 3-JJ, 3-KK, 3-LL, 3-MM, 3-NN,

3-OO, 3-PP, 3-QQ, 3-RR, 3-SS, 3-TT, 3-UU, 3-VV, 3-WW, 3-XX, and 3-YY were

considered in one motion.

Minutes of the Construction Committee Meeting, May 26, 2020

Page 13 of 59

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried by roll-call,

with all votes yea, to approve Hensel Phelps Construction to issue a

Subcontract Modification to Wal-Mark Contracting Group, LLC on BP-S00144,

South Terminal C, Phase 1 - Airside Enclosure and Exterior Finishes (GMP

No. 6-S.2), for the total lump sum amount of $72,257.00, with funding from

Passenger Facility Charges and General Airport Revenue Bonds.

H. Subcontractor Modification for BP-S00145 (GMP No. 6-S.3) with David Allen Company, Inc. for CR0556-6S.3-Terrazzo Floor Leveling in the Airside Concourse

Hub and W1 Areas. Mr. Corthell presented the memorandum, requesting approval

for Hensel Phelps Construction (HPC) to issue a Subcontract Modification on

BP-S00145, South Terminal C, Phase 1 - Airside Early Interiors (GMP No. 6-

S.3), at the Orlando International Airport, in the total amount of $114,371.00

to David Allen Company, Inc. for CR0556-6S.3-Terrazzo Floor Leveling in the

Airside Concourse Hub and W1 Areas. Bid Package for BP-S00145 09.05 "Terrazzo"

has been previously awarded within GMP No. 6-S.3 to David Allen Company, Inc.,

CC No. 20180807.010.

HPC is requesting to issue a Subcontractor Modification to David Allen Company,

Inc., in the total Lump Sum amount of $114,371.00 for CR0556-6S.3-Terrazzo

Floor Leveling in the Airside Concourse Hub and W1 Areas. Floor leveling is

required under the terrazzo floor on the Transfer Level at the Hub Area and

in W1 in order to achieve the desired appearance of the terrazzo floor system

in such a large open area. The concrete slab on metal deck does meet the Floor

Flatness (FF) requirements of the concrete specifications and ACI. The terrazzo

is required to meet a specified Floor Levelness (FL). An allowance was included

in GMP No. 6-S.3 to address the variance between the substrate FF and the

finish product FL. The modified scope of work consists of the costs associated

with the substrate leveling of the Slab-on-Metal-Deck (SOMD) in the Transfer

Level Hub and W1 areas prior to installation of the Terrazzo floor system.

The approval of this Subcontractor Modification to David Allen Company, Inc.,

resolves all requests for cost and time resulting from the Terrazzo Floor

System's floor flatness/leveling scopes of work in the Phase 1 ASC Transfer

Level Hub and W1 areas.

HPC has submitted documentation including the subcontractor's proposal to

support this request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontractor Modification for this project is as follows:

Current GMP Line Item "AL01 Floor Leveling" value: $ 250,000.00

HPC to issue a subcontract modification to David Allen

Company, Inc. in the lump sum amount of: $ 114,371.00

Deduct from GMP Line Item “AL01 Floor Leveling" value: $ (114,371.00)

Remaining GMP Line Item "AL01 Floor Leveling" value: $ 135,629.00

Hensel Phelps Construction is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00145 (GMP No. 6-S.3) for this subcontract modification is

David Allen Company, Inc. (Non-MWBE/LDB/VBE). There is no small business

participation associated with this modification.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, 3-Z, 3-AA,

3-BB, 3-CC, 3-DD, 3-EE, 3-FF, 3-GG, 3-HH, 3-II, 3-JJ, 3-KK, 3-LL, 3-MM, 3-NN,

Minutes of the Construction Committee Meeting, May 26, 2020

Page 14 of 59

3-OO, 3-PP, 3-QQ, 3-RR, 3-SS, 3-TT, 3-UU, 3-VV, 3-WW, 3-XX, and 3-YY were

considered in one motion.

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried by roll-call,

with all votes yea, to approve Hensel Phelps Construction to issue a

Subcontractor Modification to David Allen Company, Inc. on BP-S00145, South

Terminal C, Phase 1 - Airside Early Interiors (GMP No. 6-S.3), for the total

lump sum amount of $114,371.00, with funding from Passenger Facility Charges

and General Airport Revenue Bonds.

I. Subcontractor Modification for BP-S00145 (GMP No. 6-S.3) with MULE Engineering & Construction, Inc. for CR0573.2-6S3-RFI 2283 Added Door 01-4006B - Doors,

Frames and Hardware. Mr. Corthell presented the memorandum, requesting

approval for Hensel Phelps Construction (HPC) to issue a Subcontract

Modification on BP-S00145, South Terminal C, Phase 1 - Airside Early Interiors

(GMP No. 6-S.3), at the Orlando International Airport, in the total amount of

$7,750.00 to MULE Engineering & Construction, Inc. for CR0573.2-6S3-RFI 2283

Added Door 01-4006B - Doors, Frames and Hardware. Bid Package for BP-S00145

08.03 "Doors, Frames and Hardware" has been previously awarded within GMP No.

6-S.3 to MULE Engineering & Construction, Inc., CC No. 20181009.03C.

HPC is requesting to issue a Subcontractor Modification to MULE Engineering &

Construction, Inc. in the total Lump Sum amount of $7,750.00 for CR0573.2-6S3-

RFI 2283 Added Door 01-4006B - Doors, Frames and Hardware. The modified scope

of work consists of the costs associated with the Hollow Metal (HM) Door 01-

4006B, frame, and hardware added in Plants Room 01-1124 on the Ramp Level

Area 25, per RFI 2283 response.

The approval of this Subcontractor Modification to MULE Engineering &

Construction, Inc. resolves all requests for costs and time resulting from

RFI 2283 for the Doors, Frames and Hardware scope of work in GMP No. 6-S.3.

Costs for RFI 2283 in GMP Nos. 6S.1 and 6S.4 will be submitted via CR0573.1-

6S1 and CR0573.3-6S4 for a future CCM approval.

HPC has submitted documentation including the subcontractor's proposal to

support this request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontractor Modification for this project is as follows:

HPC to issue a subcontract modification to MULE

Engineering & Construction, Inc. in the lump sum

amount of: $ 7,750.00

Deduct from P1 Owner Contingency: $ (7,750.00)

Hensel Phelps Construction is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00145 (GMP No. 6-S.3) for this subcontract modification is

MULE Engineering & Construction, Inc. (MWBE/LDB). There is 11.7% LDB

participation associated with this modification.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, 3-Z, 3-AA,

3-BB, 3-CC, 3-DD, 3-EE, 3-FF, 3-GG, 3-HH, 3-II, 3-JJ, 3-KK, 3-LL, 3-MM, 3-NN,

3-OO, 3-PP, 3-QQ, 3-RR, 3-SS, 3-TT, 3-UU, 3-VV, 3-WW, 3-XX, and 3-YY were

considered in one motion.

Minutes of the Construction Committee Meeting, May 26, 2020

Page 15 of 59

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried by roll-call,

with all votes yea, to approve Hensel Phelps Construction to issue a

Subcontractor Modification to MULE Engineering & Construction, Inc. on BP-

S00145, South Terminal C, Phase 1 - Airside Early Interiors (GMP No. 6-S.3),

for the total lump sum amount of $7,750.00, with funding from General Airport

Revenue Bonds.

J. Subcontractor Modification for BP-S00146 (GMP No. 7-S) with Banker Steel Co., LLC for CR0415-LST-RFIs 1616, 1616.1 and 1868-Interdisciplinary Coordination

of Beams and Embeds. Mr. Corthell presented the memorandum, requesting

approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract

Modification on BP-S00146, South Terminal C, Phase 1 - Landside Terminal,

Structure and Enclosure (GMP No. 7-S), at the Orlando International Airport,

in the total amount of $26,641.00 to Banker Steel Co., LLC for CR0415-LST-RFIs

1616, 1616.1 and 1868-Interdisciplinary Coordination of Beams and Embeds. Bid

Package 5.0.0 "Structural Steel" was previously awarded within GMP No. 7-S to

Banker Steel Co. LLC, CC No. 20180313.010.

TKJV is proposing a subcontract modification to Banker Steel Co., LLC in the

total lump sum amount of $26,641.00 for CR0415-LST-RFIs 1616, 1616.1 and 1868-

Interdisciplinary Coordination of Beams and Embeds. The modified scope of work

consists of a net deduction of 2.60 tons of structural steel, consisting of

the removal of (-4) wide flange members, addition of (2) wide flange members,

revised (7) wide flange members, removed (-1) W14 Column, modification of (24)

fabricated members due to dimensional changes, and net of (-3) erection

members, including all associated material, additional detailing, fabrication

and erection, as captured in the responses to RFIs 1616, 1616.1, and 1868.

The approval of this subcontract modification to Banker Steel Co., LLC resolves

all requests for costs and time for structural steel changes associated with

RFIs 1616, 1616.1, and 1868. There will be no forthcoming CRs.

TKJV has submitted documentation including the subcontractor's proposal with

supporting back-up to substantiate this request. An independent cost estimate

is included. By approving this request, the Owner does not waive its right to

enforce the contract requirements for other requests for costs or time.

The effect of this Subcontractor Modification for this project is as follows:

GMP No. 7-S Line Item 6 current value: $ 1,234,390.00

TKJV to issue a subcontract modification to Banker

Steel Co., LLC in the lump sum amount of: $ 26,641.00

Deduct from GMP No. 7-S Line Item 6: $ (26,641.00)

GMP No. 7-S Line Item 6 remaining balance: $ 1,207,749.00

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00146 (GMP No. 7-S) for this subcontract modification is

Banker Steel Co., LLC (Non-MWBE/LDB/VBE). There is no small business

participation associated with this modification.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, 3-Z, 3-AA,

3-BB, 3-CC, 3-DD, 3-EE, 3-FF, 3-GG, 3-HH, 3-II, 3-JJ, 3-KK, 3-LL, 3-MM, 3-NN,

3-OO, 3-PP, 3-QQ, 3-RR, 3-SS, 3-TT, 3-UU, 3-VV, 3-WW, 3-XX, and 3-YY were

considered in one motion.

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Minutes of the Construction Committee Meeting, May 26, 2020

Page 16 of 59

Subcontractor Modification to Banker Steel Co., LLC on BP-S00146, South

Terminal C, Phase 1 - Landside Terminal, Structure and Enclosure (GMP No.

7-S), for the total lump sum amount of $26,641.00, with funding from General

Airport Revenue Bonds.

K. Subcontractor Modification for BP-S00146 (GMP No. 7-S) with Banker Steel Co., LLC for CR0538-LST-RFIs 2208, 2208.1, and 2208.2 - Skylight CW Mullion

Transition. Mr. Corthell presented the memorandum, requesting approval for

Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-

S00146, South Terminal C, Phase 1 - Landside Terminal, Structure and Enclosure

(GMP No. 7-S), at the Orlando International Airport, in the total amount of

$71,665.00 to Banker Steel Co., LLC for CR0538-LST-RFIs 2208, 2208.1, and

2208.2 - Skylight CW Mullion Transition. Bid Package 5.0.0 "Structural Steel"

was previously awarded within GMP No. 7-S to Banker Steel Co. LLC, CC No.

20180313.010.

TKJV is proposing a subcontract modification to Banker Steel Co. LLC in the

total lump sum amount of $71,665.00 for CR0538-LST-RFIs 2208, 2208.1 and 2208.2

- Skylight CW Mullion Transition. RFIs 2208, 2208.1 and 2208.2 required the

skylight mullions to align with the curtain wall mullions. For that, the SAG

rod hangers will need to be relocated and enlarged in seven locations, as well

as relocation of curtain wall stiffener plates. The modified scope of work

consists of necessary labor, material and equipment for the relocated SAG rod

hangers and skylight mullions to align with curtain wall mullions, per RFIs

2208, 2208.1 and 2208.2.

The approval of this subcontract modification to Banker Steel Co., LLC resolves

all requests for cost and time associated with RFIs 2208, 2208.1 and 2208.2

scope of work in GMP No. 7-S. There are no cost impacts to GMP Nos. 7-S.1,

7-S.2, 7-S.3 and 7-S.4.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontractor Modification for this project is as follows:

TKJV to issue a subcontract modification to Banker

Steel Co., LLC in the lump sum amount of: $ 71,665.00

Deduct from P1 Owner Contingency: $ (52,122.00)

Deduct from P1X Owner Contingency: $ (19,543.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00146 (GMP No. 7-S) for this subcontract modification is

Banker Steel Co., LLC (Non-MWBE/LDB/VBE). There is no small business

participation associated with this modification.

Ms. Sharman asked if this request takes into account any potential reductions

to the GMP. Mr. Corthell answered yes.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, 3-Z, 3-AA,

3-BB, 3-CC, 3-DD, 3-EE, 3-FF, 3-GG, 3-HH, 3-II, 3-JJ, 3-KK, 3-LL, 3-MM, 3-NN,

3-OO, 3-PP, 3-QQ, 3-RR, 3-SS, 3-TT, 3-UU, 3-VV, 3-WW, 3-XX, and 3-YY were

considered in one motion.

Minutes of the Construction Committee Meeting, May 26, 2020

Page 17 of 59

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontractor Modification to Banker Steel Co., LLC on BP-S00146, South

Terminal C, Phase 1 - Landside Terminal, Structure and Enclosure (GMP No.

7-S), for the total lump sum amount of $71,665.00, with funding from General

Airport Revenue Bonds.

L. Subcontractor Modification for BP-S00146 (GMP No. 7-S) with Banker Steel Co., LLC for CR0600.1-LST-RFIs 2231, 2252, 3310, 3310.1 and 3310.2-Additional

Elevator Jamb and Stiffener Plates. [A handout was presented, which included

a revised Coversheet.] Mr. Corthell presented the memorandum, requesting

approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract

Modification on BP-S00146, South Terminal C, Phase 1 - Landside Terminal,

Structure and Enclosure (GMP No. 7-S), at the Orlando International Airport,

in the total amount of $42,330.00 to Banker Steel Co., LLC for CR0600.1-LST-

RFIs 2231, 2252, 3310, 3310.1 and 3310.2-Additional Elevator Jamb and Stiffener

Plates. Bid Package 5.0.0 "Structural Steel" was previously awarded within

GMP No. 7-S to Banker Steel Co., LLC, CC No. 20180313.010.

TKJV is proposing a subcontract modification to Banker Steel Co., LLC in the

total lump sum amount of $42,330.00 for CR0600.1-LST-RFIs 2231, 2252, 3310,

3310.1 and 3310.2-Additional Elevator Jamb and Stiffener Plates. The modified

scope of work consists of necessary labor and material to fabricate

approximately 4.20 tons of structural steel for elevator jamb supports, as

captured in RFIs 2231, 2252 and 3310 series.

The approval of this subcontract modification to Banker Steel Co., LLC resolves

all requests for costs and time associated with RFIs 2231, 2252, 3310, 3310.1

and 3310.2 in GMP No. 7-S. Cost impacts to GMP Nos. 7-S.1 and No. 7-S.2 will

be submitted for CCM review in future CRs. There are no cost impacts to GMP

Nos. 7-S.3 and 7-S.4.

TKJV has submitted documentation including the subcontractor's proposal to

substantiate this request. An independent cost estimate is included. By

approving this request, the Owner does not waive its right to enforce the

contract requirements for other requests for costs or time.

The effect of this Subcontractor Modification for this project is as follows:

Current GMP No. 7-S Line Item 6 value: $ 1,207,749.00

TKJV to issue a subcontract modification to Banker

Steel Co., LLC in the lump sum amount of: $ 42,330.00

Deduct from GMP No. 7-S Line Item 6: $ (42,330.00)

GMP No. 7-S Line Item 6 remaining balance: $ 1,165,419.00

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00146 (GMP No. 7-S) for this subcontract modification is

Banker Steel Co., LLC (Non-MWBE/LDB/VBE). There is no small business

participation associated with this modification.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, 3-Z, 3-AA,

3-BB, 3-CC, 3-DD, 3-EE, 3-FF, 3-GG, 3-HH, 3-II, 3-JJ, 3-KK, 3-LL, 3-MM, 3-NN,

3-OO, 3-PP, 3-QQ, 3-RR, 3-SS, 3-TT, 3-UU, 3-VV, 3-WW, 3-XX, and 3-YY were

considered in one motion.

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Minutes of the Construction Committee Meeting, May 26, 2020

Page 18 of 59

Subcontractor Modification to Banker Steel Co., LLC on BP-S00146, South

Terminal C, Phase 1 - Landside Terminal, Structure and Enclosure (GMP No.

7-S), for the total lump sum amount of $42,330.00, with funding from Passenger

Facility Charges and General Airport Revenue Bonds.

M. Subcontractor Modification for BP-S00146 (GMP No. 7-S) with Banker Steel Co., LLC for CR1015-LST-RFI 3789 Structural Steel Framing for Vertical Duct

Penetrations (CWA No. BP-S00146-003). Mr. Corthell presented the memorandum,

requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a

Subcontract Modification on BP-S00146, South Terminal C, Phase 1 - Landside

Terminal, Structure and Enclosure (GMP No. 7-S), at the Orlando International

Airport, in the total amount of $24,654.00 to Banker Steel Co., LLC for CR1015-

LST-RFI 3789 Structural Steel Framing for Vertical Duct Penetrations (CWA No.

BP-S00146-003). Bid Package 5.0.0 "Structural Steel" was previously awarded

within GMP No. 7-S to Banker Steel Co., LLC, CC No. 20180313.010.

TKJV is proposing a subcontract modification to Banker Steel Co., LLC in the

total lump sum amount of $24,654.00 for CR1015-LST-RFI 3789 Structural Steel

Framing for Vertical Duct Penetrations. The modified scope of work consists

of approximately 0.54 tons of additional structural steel, labor and

engineering for the installation of structural framing to support duct

penetrations at the new floor slab, per RFI 3789.

The approval of this subcontract modification to Banker Steel Co., LLC resolves

all requests for costs and time for structural steel changes associated with

RFI 3789 in GMP No. 7-S and closes CWA No. BP-S00146-003. Cost impacts to GMP

No. 7-S for the Concrete scope were approved at CC Ref. 20200407-03Q. There

will be no forthcoming CRs.

TKJV has submitted documentation including the subcontractor's proposal to

substantiate this request. An independent cost estimate is included. By

approving this request, the Owner does not waive its right to enforce the

contract requirements for other requests for costs or time.

The effect of this Subcontractor Modification for this project is as follows:

TKJV to issue a subcontract modification to Banker

Steel Co., LLC in the lump sum amount of: $ 24,654.00

Deduct from P1 Owner Contingency: $ (24,654.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00146 (GMP No. 7-S) for this subcontract modification is

Banker Steel Co., LLC (Non-MWBE/LDB/VBE). There is no small business

participation associated with this modification.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, 3-Z, 3-AA,

3-BB, 3-CC, 3-DD, 3-EE, 3-FF, 3-GG, 3-HH, 3-II, 3-JJ, 3-KK, 3-LL, 3-MM, 3-NN,

3-OO, 3-PP, 3-QQ, 3-RR, 3-SS, 3-TT, 3-UU, 3-VV, 3-WW, 3-XX, and 3-YY were

considered in one motion.

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontractor Modification to Banker Steel Co., LLC on BP-S00146, South

Terminal C, Phase 1 - Landside Terminal, Structure and Enclosure (GMP No.

7-S), for the total lump sum amount of $24,654.00, with funding from Passenger

Facility Charges and General Airport Revenue Bonds.

Minutes of the Construction Committee Meeting, May 26, 2020

Page 19 of 59

N. Subcontractor Modification for BP-S00146 (GMP No. 7-S) with Banker Steel Co., LLC for CR0903-LST-RFIs 3872, 3877 and 3888 Roof Supports for Plumbing Pipes.

Mr. Corthell presented the memorandum, requesting approval for Turner-Kiewit

Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00146, South

Terminal C, Phase 1 - Landside Terminal, Structure and Enclosure (GMP No. 7-

S), at the Orlando International Airport, in the total amount of $112,794.00

to Banker Steel Co., LLC for CR0903-LST-RFIs 3872, 3877 and 3888 Roof Supports

for Plumbing Pipes. Bid Package 5.0.0 "Structural Steel" was previously

awarded within GMP No. 7-S to Banker Steel Co., LLC, CC No. 20180313.010.

TKJV is proposing a subcontract modification to Banker Steel Co., LLC in the

total lump sum amount of $112,794.00 for CR0903-LST-RFIs 3872, 3877 and 3888

Roof Supports for Plumbing Pipes. The modified scope of work consists of all

costs associated with the net addition of approximately 1 ton of structural

steel to reinforce the roof joists in Areas 3, 4, 7, 8, 11 and 12.

The approval of this subcontract modification to Banker Steel Co., LLC resolves

all requests for costs and time associated with RFIs 3872, 3877 and 3888 scopes

of work in GMP No. 7-S. There are no cost impacts to GMP Nos. 7-S.1, 7-S.2,

7-S.3 and 7-S.4.

TKJV has submitted documentation including the subcontractor's proposal to

substantiate this request. An independent cost estimate is included. By

approving this request, the Owner does not waive its right to enforce the

contract requirements for other requests for costs or time.

The effect of this Subcontractor Modification for this project is as follows:

TKJV to issue a subcontract modification to Banker

Steel Co., LLC in the lump sum amount of: $ 112,794.00

Deduct from P1 Owner Contingency: $ (112,794.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00146 (GMP No. 7-S) for this subcontract modification is

Banker Steel Co., LLC (Non-MWBE/LDB/VBE). There is no small business

participation associated with this modification.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, 3-Z, 3-AA,

3-BB, 3-CC, 3-DD, 3-EE, 3-FF, 3-GG, 3-HH, 3-II, 3-JJ, 3-KK, 3-LL, 3-MM, 3-NN,

3-OO, 3-PP, 3-QQ, 3-RR, 3-SS, 3-TT, 3-UU, 3-VV, 3-WW, 3-XX, and 3-YY were

considered in one motion.

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontractor Modification to Banker Steel Co., LLC on BP-S00146, South

Terminal C, Phase 1 - Landside Terminal, Structure and Enclosure (GMP No.

7-S), for the total lump sum amount of $112,794.00, with funding from Passenger

Facility Charges and General Airport Revenue Bonds.

O. Subcontract Modification for BP-S00147 (GMP No. 7-S.1) with MSE2, Inc. dba Mader Southeast for CR0726-LST-RFIs 3300 and 3300.1 Lath and Accessories Types

for Cement Plastering on Framing Walls. Mr. Corthell presented the memorandum,

requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a

Subcontract Modification on BP-S00147, South Terminal C, Phase 1 - Landside

Terminal Remaining Structure and Systems (GMP No. 7-S.1), at the Orlando

International Airport, in the total deductive amount of ($12,545.00) to MSE2,

Inc. dba Mader Southeast for CR0726-LST-RFIs 3300 and 3300.1 Lath and

Minutes of the Construction Committee Meeting, May 26, 2020

Page 20 of 59

Accessories Types for Cement Plastering on Framing Walls. Bid Package 9.1.0

"Drywall and Framing" was previously awarded within GMP No. 7-S.1 to MSE2,

Inc., CC No. 20181002.009.

TKJV is proposing a subcontract modification to MSE2, Inc. dba Mader Southeast

in the total deductive lump sum amount of ($12,545.00) for CR0726-LST-RFI 3300

Lath and Accessories Types for Cement Plastering on Framing Walls. RFI 3300

confirmed changes in stucco materials based on a stucco coordination meeting

held between the OAR, CM@R and design team. The modified scope of work consists

of changes in stucco materials and accessories from 2.5 lb/sq. yd. self-furred

diamond mesh and zinc to Megalath Welded Wire Mesh and vinyl stucco trim, per

RFIs 3300 and 3300.1

The approval of this subcontract modification to MSE2, Inc. dba Mader Southeast

resolves all requests for cost and time associated with RFIs 3300 and 3300.1

in GMP No. 7-S.1. There are no cost impacts to GMP Nos. 7-S, 7-S.2, 7-S.3 and

7-S.4.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontract Modification for this project is as follows:

TKJV to issue a subcontract modification to MSE2,

Inc. dba Mader Southeast in the deductive amount of: $ (12,545.00)

Add to P1 Owner Contingency: $ 12,545.00

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00147 (GMP No. 7-S.1) for this subcontract modification is

MSE2, Inc. dba Mader Southeast (Non-MWBE/LDB/VBE). There is a 95.7% reduction

in MWBE participation associated with this modification.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, 3-Z, 3-AA,

3-BB, 3-CC, 3-DD, 3-EE, 3-FF, 3-GG, 3-HH, 3-II, 3-JJ, 3-KK, 3-LL, 3-MM, 3-NN,

3-OO, 3-PP, 3-QQ, 3-RR, 3-SS, 3-TT, 3-UU, 3-VV, 3-WW, 3-XX, and 3-YY were

considered in one motion.

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontract Modification to MSE2, Inc. dba Mader Southeast on BP-S00147, South

Terminal C, Phase 1 - Landside Terminal Remaining Structure and Systems (GMP

No. 7-S.1), for the deductive lump sum amount of ($12,545.00), with funding

credited to Passenger Facility Charges and General Airport Revenue Bonds.

P. Subcontract Modifications for BP-S00147 (GMP No. 7-S.1) with MSE2, Inc. dba Mader Southeast; and, and Taylor, Cotton & Ridley, Inc.; for CR0961-LST-RFI

3071 Electrical Room Wall Type Change. Mr. Corthell presented the memorandum,

requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue Subcontract

Modifications on BP-S00147, South Terminal C, Phase 1 - Landside Terminal

Remaining Structure and Systems (GMP No. 7-S.1), at the Orlando International

Airport, in the total amount of $1,920.00 to MSE2, Inc. dba Mader Southeast; and Taylor, Cotton & Ridley, Inc.; for CR0961-LST-RFI 3071 Electrical Room

Wall Type Change.

Minutes of the Construction Committee Meeting, May 26, 2020

Page 21 of 59

Bid Package 9.1.0 "Drywall and Framing" was previously awarded within GMP

No. 7-S.1 to MSE2, Inc., CC No. 20181002.009.

Bid Package 8.0.0 "Doors, Frames and Hardware" was previously awarded within

GMP No. 7-S.1 to Taylor, Cotton & Ridley, Inc., CC No. 20181002.009.

TKJV is proposing a subcontract modification to MSE2, Inc. dba Mader

Southeast in the lump sum amount of $1,553.00 for CR0961-LST-RFI 3071

Electrical Room Wall Type Change. The modified scope of work consists of

necessary labor, material and equipment for the revised wall type from G2-

6-inch studs, 1-hour rated to G4-6-inch studs 2-hours rated, per RFI3071.

TKJV is proposing a subcontract modification to Taylor, Cotton 8i Ridley,

Inc. in the lump sum amount of $367.00 for CR0961-LST-RFI 3071 Electrical

Room Wall Type Change. The modified scope of work consists of material

costs for the revised door frame to accommodate 6-inch wall at room 02-

0021, per RFI 3071

The approval of these subcontract modifications to MSE2, Inc. dba Mader

Southeast; and Taylor, Cotton & Ridley, Inc.; resolves all requests for cost

and time associated with RFI 3071 in GMP No. 7-S.1. There are no cost impacts

to GMP Nos. 7-S, 7-S.2, 7-S.3 and 7-S.4.

TKJV has submitted documentation including the subcontractor's proposal to

support this request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of these Subcontract Modifications for this project is as follows:

TKJV to issue a subcontract modification to MSE2,

Inc. dba Mader Southeast in the amount of: $ 1,553.00

TKJV to issue a subcontract modification to Taylor,

Cotton & Ridley, Inc. in the amount of: $ 367.00

Deduct from P1 Owner Contingency: $ (1,920,00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractors identified and committed to

participate on BP-S00147 (GMP No. 7-S.1) for these subcontract modifications

are MSE2, Inc. dba Mader Southeast (Non-MWBE/LDB/VBE); and Taylor, Cotton &

Ridley, Inc. (Non-MWBE/LDB/VBE). There is an overall 5% MWBE participation

associated with these modifications.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, 3-Z, 3-AA,

3-BB, 3-CC, 3-DD, 3-EE, 3-FF, 3-GG, 3-HH, 3-II, 3-JJ, 3-KK, 3-LL, 3-MM, 3-NN,

3-OO, 3-PP, 3-QQ, 3-RR, 3-SS, 3-TT, 3-UU, 3-VV, 3-WW, 3-XX, and 3-YY were

considered in one motion.

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue Subcontract

Modifications on BP-S00147, South Terminal C, Phase 1 - Landside Terminal

Remaining Structure and Systems (GMP No. 7-S.1), for the total amount of

$1,920,00, which includes the lump sum amount of $1,553.00 to MSE2, Inc. dba

Mader Southeast; and the lump sum amount of $367.00 to Taylor, Cotton & Ridley,

Inc.; with funding from Passenger Facility Charges and General Airport Revenue

Bonds.

Minutes of the Construction Committee Meeting, May 26, 2020

Page 22 of 59

Q. Subcontract Modification for BP-S00147 (GMP No. 7-S.1) with MSE2, Inc. dba Mader Southeast for CR0559.1-LST-RFIs 1357.5 and 2610 Drywall to Exterior

Facade. Mr. Corthell presented the memorandum, requesting approval for Turner-

Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00147,

South Terminal C, Phase 1 - Landside Terminal Remaining Structure and Systems

(GMP No. 7-S.1), at the Orlando International Airport, in the total amount of

$454,511.00 to MSE2, Inc. dba Mader Southeast for CR0559.1-LST-RFIs 1357.5 and

2610 Drywall to Exterior Facade. Bid Package 9.1.0 "Drywall and Framing" was

previously awarded within GMP No. 7-S.1 to MSE2, Inc. dba Mader Southeast, CC

No. 20181002.009.

TKJV is proposing a subcontract modification to MSE2, Inc. dba Mader Southeast

in the total lump sum amount of $454,511.00 for CR0559.1-LST-RFIs 1357.5 and

2610 Drywall to Exterior Facade. The modified scope of work includes necessary

labor, material, equipment and detailing for the wall type change from EWS-

02bb to EWS-01d and added fire-rated sheathing to the exterior walls on the

North and South elevations where the stairs enter the building, per RFIs 1357.5

and 2610.

The approval of this subcontract modification to MSE2, Inc. dba Mader Southeast

resolves all requests for cost and time associated with RFIs 1357.5 and 2610

scope of work in GMP No. 7-S.1. Cost impacts to GMP No. 7-S were approved at

CC Ref. 20191203-01D. There are no cost impacts to GMP Nos. 7-S.2, 7-S.3 and

7-S.4.

TKJV has submitted documentation including the subcontractor's proposal to

support this request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontract Modification for this project is as follows:

TKJV to issue a subcontract modification to MSE2,

Inc. dba Mader Southeast in the amount of: $ 454,511.00

Deduct from P1 Owner Contingency: $ (392,587.00)

Deduct from P1X Owner Contingency: $ (61,924.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00147 (GMP No. 7-S.1) for this subcontract modification is

MSE2, Inc. dba Mader Southeast (Non-MWBE/LDB/VBE). There is 16.2% MWBE

participation associated with this modification.

Ms. Sharman stated that this BBC includes both Phase 1 and Phase 1 Expansion

funding.

Ms. Sharman asked if this request takes into account any potential reductions

to the GMP. Mr. Corthell answered yes.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, 3-Z, 3-AA,

3-BB, 3-CC, 3-DD, 3-EE, 3-FF, 3-GG, 3-HH, 3-II, 3-JJ, 3-KK, 3-LL, 3-MM, 3-NN,

3-OO, 3-PP, 3-QQ, 3-RR, 3-SS, 3-TT, 3-UU, 3-VV, 3-WW, 3-XX, and 3-YY were

considered in one motion.

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontract Modification to MSE2, Inc. dba Mader Southeast on BP-S00147, South

Terminal C, Phase 1 - Landside Terminal Remaining Structure and Systems (GMP

Minutes of the Construction Committee Meeting, May 26, 2020

Page 23 of 59

No. 7-S.1), for the total lump sum amount of $454,511.00, with funding from

Passenger Facility Charges and General Airport Revenue Bonds.

R. Subcontract Modification for BP-S00147 (GMP No. 7-S.1) with M.C. Dean, Inc. for CR0595.1-LST-Bulletin 32 Low Voltage Scope. Mr. Corthell presented the

memorandum, requesting approval for Turner-Kiewit Joint Venture (TKJV) to

issue a Subcontract Modification on BP-S00147, South Terminal C, Phase 1 -

Landside Terminal Remaining Structure and Systems (GMP No. 7-S.1), at the

Orlando International Airport, in the total deductive amount of ($43,905.00)

to M.C. Dean, Inc. for CR0595.1-LST-Bulletin 32 Low Voltage Scope. Bid Package

28.0.0 "Low Voltage" was previously awarded within GMP No. 7-S.1 to MC Dean,

Inc., CC No. 20181002.009.

TKJV is proposing a subcontract modification to M.C. Dean, Inc. in the total

deductive lump sum amount of ($43,905.00) for CR0595.1-LST-Bulletin 32 Low

Voltage Scope. The modified scope of work consists of revisions to the Signage

Design resulting in credits for the alterations to conduit, cabling, low

voltage components and flat panel displays, as captured in LST Bulletin 32.

The approval of this subcontract modification to M.C. Dean, Inc. resolves all

requests for cost and time associated with LST Bulletin 32 for the Low Voltage

scope in GMP No. 7-S.1. Cost impacts to GMP No. 7-S.1 for the Drywall scope

were approved at CC Ref. 20200218.03L. Cost impacts to GMP No. 7-S.2 for the

Signage scope will be submitted in a future CR. There are no cost impacts to

GMP Nos. 7-S, 7-S.3 and 7-S.4.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontract Modification for this project is as follows:

TKJV to issue a subcontract modification to M.C.

Dean, Inc. in the deductive amount of: $ (43,905.00)

Add to P1 Owner Contingency: $ 31,932.00

Add to P1X Owner Contingency: $ 11,973.00

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00147 (GMP No. 7-S.1) for this subcontract modification is

M.C. Dean, Inc. (Non-MWBE/LDB/VBE). There is a 3.4% reduction in MWBE

participation associated with this modification.

Ms. Sharman asked if this request takes into account any potential reductions

to the GMP. Mr. Corthell answered yes.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, 3-Z, 3-AA,

3-BB, 3-CC, 3-DD, 3-EE, 3-FF, 3-GG, 3-HH, 3-II, 3-JJ, 3-KK, 3-LL, 3-MM, 3-NN,

3-OO, 3-PP, 3-QQ, 3-RR, 3-SS, 3-TT, 3-UU, 3-VV, 3-WW, 3-XX, and 3-YY were

considered in one motion.

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontract Modification to M.C. Dean, Inc. on BP-S00147, South Terminal C,

Phase 1 - Landside Terminal Remaining Structure and Systems (GMP No. 7-S.1),

for the total deductive lump sum amount of ($43,905.00), with funding credited

to Passenger Facility Charges and General Airport Revenue Bonds.

Minutes of the Construction Committee Meeting, May 26, 2020

Page 24 of 59

S. Subcontract Modification for BP-S00147 (GMP No. 7-S.1) with Hommes Masonry Inc., dba Toltec Construction for CR0599.1-LST-RFI 1980 Added CMU around

Area 9, Level 1. Mr. Corthell presented the memorandum, requesting approval

for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on

BP-S00147, South Terminal C, Phase 1 - Landside Terminal Remaining Structure

and Systems (GMP No. 7-S.1), at the Orlando International Airport, in the

total amount of $10,353.00 to Hommes Masonry Inc., dba Toltec Construction for

CR0599.1-LST-RFI 1980 Added CMU around Area 9, Level 1. Bid Package 4.0.0 for

Masonry was previously awarded within GMP No. 7-S.1 to Hommes Masonry Inc. dba

Toltec Construction, CC No. 20181002.09

TKJV is proposing a subcontract modification to Hommes Masonry Inc. dba Toltec

Construction in the total lump sum amount of $10,353.00 for CR0599.1-LST-RFI

1980 Added CMU around Area 9, Level 1. The modified scope of work consists of

added Concrete Masonry Unit (CMU) walls to replace framing and drywall around

columns in Area 9, Level 1, per RFI 1980.

Approval of this subcontract modification to Hommes Masonry Inc. dba Toltec

Construction resolves all requests for cost and time associated with RFI 1980

scope of work in GMP No. 7-S.1. Cost impacts to GMP No. 7-S.1 for the Framing

and Drywall scope were approved at CC Ref. 20200218.03L. There are no cost

impacts to GMP Nos. 7-S, 7-S.2, 7-S.3 and 7-S.4.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontract Modification for this project is as follows:

TKJV to issue a subcontract modification to Hommes

Masonry Inc., dba Toltec Construction in the amount of: $ 10,353.00

Deduct from CMAR Contingency P1: $ (10,353.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00147 (GMP No. 7-S.1) for this subcontract modification is

Hommes Masonry Inc. dba Toltec Construction (MWBE). There is 100% MWBE

participation associated with this modification.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, 3-Z, 3-AA,

3-BB, 3-CC, 3-DD, 3-EE, 3-FF, 3-GG, 3-HH, 3-II, 3-JJ, 3-KK, 3-LL, 3-MM, 3-NN,

3-OO, 3-PP, 3-QQ, 3-RR, 3-SS, 3-TT, 3-UU, 3-VV, 3-WW, 3-XX, and 3-YY were

considered in one motion.

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontract Modification to Hommes Masonry Inc., dba Toltec Construction on

BP-S00147, South Terminal C, Phase 1 - Landside Terminal Remaining Structure

and Systems (GMP No. 7-S.1), for the total lump sum amount of $10,353.00, with

funding from Passenger Facility Charges and General Airport Revenue Bonds.

T. Subcontract Modification for BP-S00147 (GMP No. 7-S.1) with Alpha Insulation & Waterproofing, Inc. for CR0682.1-LST-RFIs 2832 and 2832.1 Sealant for Roof-

to-Wall Transition. Mr. Corthell presented the memorandum, requesting approval

for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on

BP-S00147, South Terminal C, Phase 1 - Landside Terminal Remaining Structure

Minutes of the Construction Committee Meeting, May 26, 2020

Page 25 of 59

and Systems (GMP No. 7-S.1), at the Orlando International Airport, in the

total amount of $43,416.00 to Alpha Insulation & Waterproofing, Inc. for

CR0682.1-LST-RFIs 2832 and 2832.1 Sealant for Roof-to-Wall Transition. Bid

Package 7.3.0 "Applied Fireproofing" was previously awarded within GMP No. 7-

S.1 to Alpha Insulation & Waterproofing, Inc., CC No. 20181002.009.

TKJV is proposing a subcontract modification to Alpha Insulation &

Waterproofing, Inc. in the total lump sum amount of $43,416.00 for CR0682.1-

LST-RFIs 2832 and 2832.1 Sealant for Roof-to-Wall Transition. RFIs 2832 and

2832.1 confirmed additional areas that require an expansion joint to

accommodate for structural movement in the LST. Those locations were finalized

and included in the RFI 2832.1 and Detail A2/A5.11.47 attached to the RFI

calls for reframing of walls. The modified scope of work consists of the

necessary labor, material and equipment for the addition of a double bead of

exterior silicone sealant at exterior CIP to Framed Walls and 1-inch backer

rod, per the responses to RFIs 2832 and 2832.1.

The approval of this subcontract modification to Alpha Insulation &

Waterproofing, Inc. resolves all requests for cost and time associated with

RFIs 2832 and 2832.1 for the Insulation scope in GMP No. 7-S.1. Cost impacts

to GMP No. 7-S.1 for the Roofing and Drywall and Framing scopes were approved

at CC No. 20200428.02H. There are no cost impacts to GMP Nos. 7-S, 7-S.2,

7-S.3 and 7-S.4.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontract Modification for this project is as follows:

TKJV to issue a subcontract modification to Alpha

Insulation & Waterproofing, Inc. in the amount of: $ 43,416.00

Deduct from P1 Owner Contingency: $ (43,416.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00147 (GMP No. 7-S.1) for this subcontract modification is

Alpha Insulation & Waterproofing, Inc. (Non-MWBE/LDB/VBE). There is 55.3% MWBE

participation associated with this modification.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, 3-Z, 3-AA,

3-BB, 3-CC, 3-DD, 3-EE, 3-FF, 3-GG, 3-HH, 3-II, 3-JJ, 3-KK, 3-LL, 3-MM, 3-NN,

3-OO, 3-PP, 3-QQ, 3-RR, 3-SS, 3-TT, 3-UU, 3-VV, 3-WW, 3-XX, and 3-YY were

considered in one motion.

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontract Modification to Alpha Insulation & Waterproofing, Inc. on BP-

S00147, South Terminal C, Phase 1 - Landside Terminal Remaining Structure and

Systems (GMP No. 7-S.1), for the total lump sum amount of $43,416.00, with

funding from Passenger Facility Charges and General Airport Revenue Bonds.

U. Subcontract Modification for BP-S00147 (GMP No. 7-S.1) with Enclos Corp. for CR0715-LST-RFIs 2649 and 2649.1 FIS Wall King Post Clash. Mr. Corthell

presented the memorandum, requesting approval for Turner-Kiewit Joint Venture

(TKJV) to issue a Subcontract Modification on BP-S00147, South Terminal C,

Phase 1 - Landside Terminal Remaining Structure and Systems (GMP No. 7-S.1),

Minutes of the Construction Committee Meeting, May 26, 2020

Page 26 of 59

at the Orlando International Airport, in the total amount of $21,104.00 to

Enclos Corp. for CR0715-LST-RFIs 2649 and 2649.1 FIS Wall King Post Clash.

Bid Package 8.3.0 "Interior Glazing" was previously awarded within GMP No.

7-S.1 to Enclos Corp., CC No. 20181002.009.

TKJV is proposing a subcontract modification to Enclos Corp. in the total lump

sum amount of $21,104.00 for CR0715-LST-RFIs 2649 and 2649.1 FIS Wall King

Post Clash. The structural steel and glazing were in conflict at the FIS exit

wall glass. The modified scope of work consists of necessary labor, material

and equipment for the additional installation of approximately 27 SF of

structural glass fin, per RFIs 2649 and 2649.1.

The approval of this subcontract modification to Enclos Corp. resolves all

requests for cost and time associated with RFIs 2649 and 2649.1 scope of work

in GMP No. 7-S.1. There are no cost impacts to GMP Nos. 7-S, 7-S.2, 7-S.3 and

7-S.4.

TKJV has submitted documentation including the subcontractor's proposal with

substantiating back-up to support this request. An independent cost estimate

is included. By approving this request, the Owner does not waive its right to

enforce the contract requirements for other requests for cost or time.

The effect of this Subcontract Modification for this project is as follows:

TKJV to issue a subcontract modification to Enclos

Corp. in the amount of: $ 21,104.00

Deduct from P1 Owner Contingency: $ (21,104.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00147 (GMP No. 7-S.1) for this subcontract modification is

Enclos Corp. (Non-MWBE/LDB/VBE). There is no MWBE, LDB or VBE participation

associated with this modification.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, 3-Z, 3-AA,

3-BB, 3-CC, 3-DD, 3-EE, 3-FF, 3-GG, 3-HH, 3-II, 3-JJ, 3-KK, 3-LL, 3-MM, 3-NN,

3-OO, 3-PP, 3-QQ, 3-RR, 3-SS, 3-TT, 3-UU, 3-VV, 3-WW, 3-XX, and 3-YY were

considered in one motion.

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontract Modification to Enclos Corp. on BP-S00147, South Terminal C, Phase

1 - Landside Terminal Remaining Structure and Systems (GMP No. 7-S.1), for the

total lump sum amount of $21,104.00, with funding from Passenger Facility

Charges and General Airport Revenue Bonds.

V. Subcontract Modification for BP-S00147 (GMP No. 7-S.1) with M.C. Dean, Inc. for CR0916-LST-RFI 2983.1 Intermediate Distribution Frame (IDF) Rooms 01-638AX

and 01-638BX Layout (Low Voltage Scope). Mr. Corthell presented the

memorandum, requesting approval for Turner-Kiewit Joint Venture (TKJV) to

issue a Subcontract Modification on BP-S00147, South Terminal C, Phase 1 -

Landside Terminal Remaining Structure and Systems (GMP No. 7-S.1), at the

Orlando International Airport, in the total deductive amount of ($16,011.00)

to M.C. Dean, Inc. for CR0916-LST-RFI 2983.1 Intermediate Distribution Frame

(IDF) Rooms 01-638AX and 01-638BX Layout (Low Voltage Scope). Bid Package

28.0.0 "Low Voltage" was previously awarded within GMP No. 7-S.1 to MC Dean,

Inc., CC No. 20181002.009.

Minutes of the Construction Committee Meeting, May 26, 2020

Page 27 of 59

TKJV is proposing a subcontract modification to M.C. Dean, Inc. in the total

deductive lump sum amount of ($16,011.00) for CR0916-LST-RFI 2983.1

Intermediate Distribution Frame (IDF) Rooms 01-638AX and 01-638BX Layout (Low

Voltage Scope). The modified scope of work includes the addition of an

Uninterruptible Power Supply (UPS) room and updates to the technology, security

and electrical design, resulting in an overall credit, per RFI 2983.1.

The approval of this subcontract modification to M.C. Dean, Inc. resolves all

requests for cost and time associated with RFI 2983.1 scope of work in GMP

No. 7-S.1. Cost impacts to GMP No. 7-S.3 will be submitted for CCM review

under CR0916.1. There are no cost impacts to GMP Nos. 7-S, 7-S.2 and 7-S.4.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontract Modification for this project is as follows:

TKJV to issue a subcontract modification to M.C.

Dean, Inc. in the deductive amount of: $ (16,011.00)

Add to P1X Owner Contingency: $ 16,011.00

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00147 (GMP No. 7-S.1) for this subcontract modification is

M.C. Dean, Inc. (Non-MWBE/LDB/VBE). This modification is comprised of an

addition to M.C. Dean, Inc. and a reduction to its MWBE subcontractor, Quality

Cable Contractors, Inc., in the deductive amount of ($19,034.25).

Ms. Sharman asked if this request takes into account any potential reductions

to the GMP. Mr. Corthell answered yes.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, 3-Z, 3-AA,

3-BB, 3-CC, 3-DD, 3-EE, 3-FF, 3-GG, 3-HH, 3-II, 3-JJ, 3-KK, 3-LL, 3-MM, 3-NN,

3-OO, 3-PP, 3-QQ, 3-RR, 3-SS, 3-TT, 3-UU, 3-VV, 3-WW, 3-XX, and 3-YY were

considered in one motion.

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontract Modification to M.C. Dean, Inc. on BP-S00147, South Terminal C,

Phase 1 - Landside Terminal Remaining Structure and Systems (GMP No. 7-S.1),

for the total deductive lump sum amount of ($16,011.00), with funding credited

to Passenger Facility Charges and General Airport Revenue Bonds.

W. Subcontract Modification for BP-S00147 (GMP No. 7-S.1) with P&A Roofing & Sheet Metal, Inc. for CR0949-LST-RFIs 3711 and 3711.1 Roof Membrane Flashing

for Elevators 4.1 and 12.2. Mr. Corthell presented the memorandum, requesting

approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract

Modification on BP-S00147, South Terminal C, Phase 1 - Landside Terminal

Remaining Structure and Systems (GMP No. 7-S.1), at the Orlando International

Airport, in the total amount of $2,128.00 to P&A Roofing & Sheet Metal, Inc.

for CR0949-LST-RFIs 3711 and 3711.1 Roof Membrane Flashing for Elevators 4.1

and 12.2. Bid Package 7.2.0 "Roofing" was previously awarded within GMP No.

7-S.1 to P&A Roofing & Sheet Metal, Inc., CC No. 20181002.009.

TKJV is proposing the following subcontract modifications to P&A Roofing &

Sheet Metal, Inc. in the total lump sum amount of $2,128.00 for CR0949-LST-

Minutes of the Construction Committee Meeting, May 26, 2020

Page 28 of 59

RFIs 3711 and 3711.1 Roof Membrane Flashing for Elevators 4.1 and 12.2. The

modified scope of work consists of all cost associated with the installation

of membrane flashing at Elevators 4.1 and 12.2 relief hoods, per RFIs 3711 and

3711.1.

The approval of this subcontract modification to P&A Roofing & Sheet Metal,

Inc. resolves all requests for cost and time associated with RFIs 3711 and

3711.1 for the Roofing scope of work in GMP No. 7-S.1. Cost impacts to GMP

No. 7-S.l for the Masonry and Waterproofing scopes will be submitted in a

future CR. Cost impacts to GMP No. 7-S for the Structural Steel and Concrete

scopes will be submitted in a future CR. There are no cost impacts to GMP

Nos. 7-S.2, 7-S.3 and 7-S.4.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontract Modification for this project is as follows:

TKJV to issue a subcontract modification to P&A

Roofing & Sheet Metal, Inc. in the amount of: $ 2,128.00

Deduct from P1 Owner Contingency: $ (2,128.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00147 (GMP No. 7-S.1) for this subcontract modification is

P&A Roofing & Sheet Metal, Inc. (Non-MWBE/LDB/VBE). There is no MWBE, LDB or

VBE participation associated with this modification.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, 3-Z, 3-AA,

3-BB, 3-CC, 3-DD, 3-EE, 3-FF, 3-GG, 3-HH, 3-II, 3-JJ, 3-KK, 3-LL, 3-MM, 3-NN,

3-OO, 3-PP, 3-QQ, 3-RR, 3-SS, 3-TT, 3-UU, 3-VV, 3-WW, 3-XX, and 3-YY were

considered in one motion.

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontract Modification to P&A Roofing & Sheet Metal, Inc. on BP-S00147,

South Terminal C, Phase 1 - Landside Terminal Remaining Structure and Systems

(GMP No. 7-S.1), for the total lump sum amount of $2,128.00, with funding from

Passenger Facility Charges and General Airport Revenue Bonds.

X. Subcontract Modification for BP-S00147 (GMP No. 7-S.1) with Alpha Insulation & Waterproofing, Inc. for CR0963-LST-RFIs 3164 and 3164.1 Firestop and Caulking

of CMU/Drywall to Columns. Mr. Corthell presented the memorandum, requesting

approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract

Modification on BP-S00147, South Terminal C, Phase 1 - Landside Terminal

Remaining Structure and Systems (GMP No. 7-S.1), at the Orlando International

Airport, in the total amount of $19,577.00 to Alpha Insulation & Waterproofing,

Inc. for CR0963-LST-RFIs 3164 and 3164.1 Firestop and Caulking of CMU/Drywall

to Columns. Bid Package 7.3.0 "Applied Fireproofing" was previously awarded

within GMP No. 7-S.1 to Alpha Insulation & Waterproofing, Inc., CC No.

20181002.009.

TKJV is proposing a subcontract modification to Alpha Insulation &

Waterproofing, Inc. in the total lump sum amount of $19,577.00 for CR0963-LST-

RFIs 3164 and 3164.1 Firestop and Caulking of CMU/Drywall to Columns. The

modified scope of work consists of necessary labor, material and equipment for

Minutes of the Construction Committee Meeting, May 26, 2020

Page 29 of 59

the additional firestopping and caulking at 56 each 12-inch columns that

interrupt the 12-inch CMU wall around the Early Baggage Storage Room 01-4051,

per RFIs 3164 and 3164.1.

The approval of this subcontract modification to Alpha Insulation &

Waterproofing, Inc. resolves all requests for cost and time associated with

RFIs 3164 and 3164.1 for the Insulation scope in GMP No. 7-S.1. Cost impacts

to GMP No. 7-S.1 for the Masonry scope will be submitted in a future CR. There

are no cost impacts to GMP Nos. 7-S, 7-S.2, 7-S.3 and 7-S.4.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontract Modification for this project is as follows:

TKJV to issue a subcontract modification to Alpha

Insulation & Waterproofing, Inc. in the amount of: $ 19,577.00

Deduct from P1 Owner Contingency: $ (19,577.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00147 (GMP No. 7-S.1) for this subcontract modification is

Alpha Insulation & Waterproofing, Inc. (Non-MWBE/LDB/VBE). There is no MWBE,

LDB or VBE participation associated with this modification.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, 3-Z, 3-AA,

3-BB, 3-CC, 3-DD, 3-EE, 3-FF, 3-GG, 3-HH, 3-II, 3-JJ, 3-KK, 3-LL, 3-MM, 3-NN,

3-OO, 3-PP, 3-QQ, 3-RR, 3-SS, 3-TT, 3-UU, 3-VV, 3-WW, 3-XX, and 3-YY were

considered in one motion.

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontract Modification to Alpha Insulation & Waterproofing, Inc. on

BP-S00147, South Terminal C, Phase 1 - Landside Terminal Remaining Structure

and Systems (GMP No. 7-S.1), for the total lump sum amount of $19,577.00, with

funding from Passenger Facility Charges and General Airport Revenue Bonds.

Y. Subcontract Modification for BP-S00150 (GMP No. 9-S) with Morton Electric, Inc. for CR0329.4-PKG-Bulletin 8 - Electrical Gear Storage. [A handout was

presented, which includes a revised Coversheet.] Mr. Corthell presented the

memorandum, requesting approval for Turner-Kiewit Joint Venture (TKJV) to

issue a Subcontract Modification on BP-S00150, South Terminal C, Phase 1,

Parking Facility - Phase 1 (GMP No. 9-S), at the Orlando International Airport,

in the total amount of $32,838.00 to Morton Electric, Inc. for CR0329.4-PKG-

Bulletin 8 - Electrical Gear Storage. Bid Package 26.0.0 "Electrical" was

previously awarded within the GMP No. 9-S to Morton Electric, Inc. CC No.

20171010.16.

TKJV is proposing a Subcontractor Modification to Morton Electric, Inc. in the

total Lump Sum amount of $32,838.00 for CR0329.4-PKG-Bulletin 8 - Electrical

Gear Storage. The electrical switchgear was released for fabrication in

October 2018 following the January 2019 approval of CR 080.4 for Electrical

design revisions included in PKG Bulletins 3, 4, and 5, CC No. 20190115.02M.

The gear was ready for delivery in May 2019 as originally planned at the time

of release. PKG Bulletin 8, issued on January 31, 2019, revised the structural

and electrical drawings based on the PKG elevator Lobby VE and City Comments.

Minutes of the Construction Committee Meeting, May 26, 2020

Page 30 of 59

Revisions associated with this Bulletin caused additional structural work at

the Elevator Core 4. Storage of the gear was required until the revised PKG

switchgear room in the Elevator 4 was constructed. The modified scope of work

included in this change request consists of additional storage, loading and

transportation costs associated with Morton Electric, Inc.'s Electrical Gear

stored at the Broken Arrow, OK, facility from May 6, 2019, to September 5,

2019.

The approval of this subcontract modification to Morton Electric, Inc. resolves

all requests for costs and time for the scope of work as presented in CR0329.4-

PKG-Bulletin 8 - Electrical Gear Storage associated with the PKG Bulletin 8.

The following trades were submitted and approved under separate change

requests:

CR0329.0-9S-Concrete-Early Release Rebar and Engineering-CC No.

20190507.02G.

CR0329.1-9S-Electrical-CC No. 20190625.02M.

CR0329.2-9S-HVAC, Plumbing and Fire Protection-CC No.20190730.02D.

CR0329.3-9S.l-Finishes-CC No. 20190827.02K.

CR0329.6-9S.1-Transfer of Unbought Items-Terrazzo and Interior

Decorative Glazing-CC No. 20190723.03D.

CR0375-9S.1-Resilient Flooring-CC No.20190611.02D.

CR0248-9S-PKG-Bulletin 4 and RFI 1263-EGM Removal of the Curtain Wall-

CC No. 20190115.02L.

CR934-9S-PKG CCK Remaining Cost Bulletin 8-CC No.20200407.03K.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontract Modification for this project is as follows:

TKJV to issue subcontract modification to Morton

Electric, Inc. in the lump sum amount of: $ 32,838.00

Deduct from P1 Owner Contingency: $ (13,647.00)

Deduct from P1 CMAR Contingency: $ (19,191.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00150 (GMP No. 9-S) for this subcontract modification is

Morton Electric, Inc. (Non-MWBE/LDB/VBE). There is no small business

participation associated with this modification.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, 3-Z, 3-AA,

3-BB, 3-CC, 3-DD, 3-EE, 3-FF, 3-GG, 3-HH, 3-II, 3-JJ, 3-KK, 3-LL, 3-MM, 3-NN,

3-OO, 3-PP, 3-QQ, 3-RR, 3-SS, 3-TT, 3-UU, 3-VV, 3-WW, 3-XX, and 3-YY were

considered in one motion.

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontract Modification to Morton Electric, Inc. on BP-S00150, South Terminal

C, Phase 1 - Parking Facility - Phase 1 (GMP No. 9-S), for the total lump sum

amount of $32,838.00, with funding from Customer Facility Charges and General

Airport Revenue Bonds.

Minutes of the Construction Committee Meeting, May 26, 2020

Page 31 of 59

Z. Subcontract Modification for BP-S00150 (GMP No. 9-S) with Alpha Insulation & Waterproofing, Inc. for CR0841.2-9S-PKG-Vertical Expansion Joint on Promenade

Columns Area 4 Level 3. Mr. Corthell presented the memorandum, requesting

approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract

Modification on BP-S00150, South Terminal C, Phase 1, Parking Facility - Phase

1 (GMP No. 9-S), at the Orlando International Airport, in the total amount of

$20,511.00 to Alpha Insulation & Waterproofing, Inc. for CR0841.2-9S-PKG-

Vertical Expansion Joint on Promenade Columns Area 4 Level 3. Bid Package

7.0.0 "Waterproofing" was previously awarded within GMP No. 9-S to Alpha

Insulation & Waterproofing, Inc. CC No. 20171010.16.

TKJV is proposing a subcontract modification to Alpha Insulation &

Waterproofing, Inc. in the total lump sum amount of $20,511.00 for CR0841.2-

9S-PKG-Vertical Expansion Joint on Promenade Columns Area 4 Level 3. The

vertical expansion joints in the plaster system for the promenade columns

Area 4 Level 3 were not included in either the MSE2, Inc. or Alpha Insulation

subcontract scopes of work, creating a scope gap. The modified scope of work

consists of all labor, material and equipment to install the vertical expansion

joint on the promenade Columns Area 4 level 3.

The approval of this subcontract modification to Alpha Insulation &

Waterproofing, Inc. resolves all requests for cost and time associated with

Vertical Expansion Joint on Promenade Columns Area 4 Level 3 scope of work and

CR0841.2-9S-PKG-Vertical Expansion Joint on Promenade Columns Area 4 Level 3.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. By approving this request, the Owner does not waive its

right to enforce the contract requirements for other requests for cost or

time.

The effect of this Subcontract Modification for this project is as follows:

TKJV to issue subcontract modification to Alpha

Insulation & Waterproofing, Inc. in the lump sum

amount of: $ 20,511.00

Deduct from CMAR Contingency: $ (20,511.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00150 (GMP No. 9-S) for this subcontract modification is

Alpha Insulation & Waterproofing, Inc. (Non-MWBE/LDB/VBE). There is no small

business participation associated with this modification.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, 3-Z, 3-AA,

3-BB, 3-CC, 3-DD, 3-EE, 3-FF, 3-GG, 3-HH, 3-II, 3-JJ, 3-KK, 3-LL, 3-MM, 3-NN,

3-OO, 3-PP, 3-QQ, 3-RR, 3-SS, 3-TT, 3-UU, 3-VV, 3-WW, 3-XX, and 3-YY were

considered in one motion.

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontract Modification to Alpha Insulation & Waterproofing, Inc. on BP-

S00150, South Terminal C, Phase 1 - Parking Facility - Phase 1 (GMP No. 9-S),

for the total lump sum amount of $20,511.00, with funding from Customer

Facility Charges and General Airport Revenue Bonds.

Minutes of the Construction Committee Meeting, May 26, 2020

Page 32 of 59

AA. Subcontract Modification for BP-S00150 (GMP No. 9-S) with Alpha Insulation &

Waterproofing, Inc. for CR1021-9S-PKG-Existing Garage Expansion Joint Repair.

Mr. Corthell presented the memorandum, requesting approval for Turner-Kiewit

Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00150, South

Terminal C, Phase 1, Parking Facility - Phase 1 (GMP No. 9-S), at the Orlando

International Airport, in the total amount of $3,267.00 to Alpha Insulation &

Waterproofing, Inc. for CR1021-9S-PKG-Existing Garage Expansion Joint Repair.

Bid Package 7.0.0 "Waterproofing" was previously awarded within GMP No. 9-S

to Alpha Insulation & Waterproofing, Inc. CC No. 20171010.16.

TKJV is proposing a subcontract modification to Alpha Insulation &

Waterproofing, Inc. in the total lump sum amount of $3,267.00 for CR1021-9S-

PKG-Existing Garage Expansion Joint Repair. Per GOAA's request during a field

walk that took place March 27, 2020, TKJV was required to proceed with the

repairs of two expansion joints at the existing Parking Garage. The modified

scope of work consists of all labor, material and equipment costs associated

with the removal and replacement of existing PKG expansion joints at Stair

No. 2 (Gridline GH) Level 4 and Stair No. 4 (Gridline G6) Level 2 as requested

on March 27, 2020.

The approval of this subcontract modification to Alpha Insulation &

Waterproofing, Inc. resolves all requests for cost and time associated with

CR1021-9S-PKG-Existing Garage Expansion Joint Repair.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. By approving this request, the Owner does not waive its

right to enforce the contract requirements for other requests for cost or

time.

The effect of this Subcontract Modification for this project is as follows:

TKJV to issue subcontract modification to Alpha

Insulation & Waterproofing, Inc. in the lump sum

amount of: $ 3,267.00

Deduct from P1 Owner Contingency: $ (3,267.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00150 (GMP No. 9-S) for this subcontract modification is

Alpha Insulation & Waterproofing, Inc. (Non-MWBE/LDB/VBE). There is no small

business participation associated with this modification.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, 3-Z, 3-AA,

3-BB, 3-CC, 3-DD, 3-EE, 3-FF, 3-GG, 3-HH, 3-II, 3-JJ, 3-KK, 3-LL, 3-MM, 3-NN,

3-OO, 3-PP, 3-QQ, 3-RR, 3-SS, 3-TT, 3-UU, 3-VV, 3-WW, 3-XX, and 3-YY were

considered in one motion.

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontract Modification to Alpha Insulation & Waterproofing, Inc. on BP-

S00150, South Terminal C, Phase 1 - Parking Facility - Phase 1 (GMP No. 9-S),

for the total lump sum amount of $3,267.00, with funding from Customer Facility

Charges and General Airport Revenue Bonds.

Minutes of the Construction Committee Meeting, May 26, 2020

Page 33 of 59

BB. Subcontract Modification for BP-S00150 (GMP No. 9-S) with Skybuilders USA, LLC

for CR1031-9S-PKG-Promenade Remediation Work for New Expansion Joint (CWA BP-

S00150-005). Mr. Corthell presented the memorandum, requesting approval for

Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-

S00150, South Terminal C, Phase 1, Parking Facility - Phase 1 (GMP No. 9-S),

at the Orlando International Airport, in the total amount of $1,075.00 to

Skybuilders USA, LLC for CR1031-9S-PKG-Promenade Remediation Work for New

Expansion Joint (CWA BP-S00150-005). Bid Package 31.0.0 "Demolition" was

previously awarded within GMP No. 9-S to Skybuilders USA, LLC, CC No.

20171010.16.

TKJV is proposing a subcontract modification to Skybuilders USA, LLC in the

total lump sum amount of $1,075.00 for CR1031-9S-PKG-Promenade Remediation

work for New Expansion Joint (CWA BP-S00150-005). During the pre-construction

evaluation of existing conditions in the existing Phase 1, it was not

identified that the PKG promenade structure was 1-inch higher than shown on

the plans, and as a result additional remediation work is needed to prepare

the existing area to receive the new expansion joint along GL G2.

The approval of this subcontract modification to Skybuilders USA, LLC resolves

all requests for cost and time associated with the PKG Promenade Remediation

work for CR1031-9S-PKG-Promenade Remediation work for New Expansion Joint and

closes CWA BP-S00150-005.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. By approving this request, the Owner does not waive its

right to enforce the contract requirements for other requests for cost or

time.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontract Modification for this project is as follows:

TKJV to issue subcontract modification to Skybuilders

USA, LLC in the lump sum amount of: $ 1,075.00

Deduct from CMAR Contingency: $ (1,075.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00150 (GMP No. 9-S) for this subcontract modification is

Skybuilders USA, LLC (MWBE/LDB). There is 100% MWBE participation associated

with this modification.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, 3-Z, 3-AA,

3-BB, 3-CC, 3-DD, 3-EE, 3-FF, 3-GG, 3-HH, 3-II, 3-JJ, 3-KK, 3-LL, 3-MM, 3-NN,

3-OO, 3-PP, 3-QQ, 3-RR, 3-SS, 3-TT, 3-UU, 3-VV, 3-WW, 3-XX, and 3-YY were

considered in one motion.

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontract Modification to Skybuilders USA, LLC on BP-S00150, South Terminal

C, Phase 1 - Parking Facility - Phase 1 (GMP No. 9-S), for the total lump sum

amount of $1,075.00, with funding from Customer Facility Charges and General

Airport Revenue Bonds.

Minutes of the Construction Committee Meeting, May 26, 2020

Page 34 of 59

CC. Subcontract Modification for BP-S00150 (GMP No. 9-S) with Gulf Mechanical

Contractors, LLC for CR0591-PKG-RFIs 1161 and 1161.1 CHWSR Re-routing for

Level 2 (CWA BP-S00150-006). Mr. Corthell presented the memorandum, requesting

approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract

Modification on BP-S00150, South Terminal C, Phase 1, Parking Facility - Phase

1 (GMP No. 9-S), at the Orlando International Airport, in the total amount of

$24,208.00 to Gulf Mechanical Contractors, LLC for CR0591-PKG-RFIs 1161 and

1161.1 CHWSR Re-routing for Level 2 (CWA BP-S00150-006). Bid Package 23.0.0

"HVAC Mechanical" was previously awarded within GMP No. 9-S to Gulf Mechanical

Contractors, LLC CC No. 20171010.16.

TKJV is proposing a subcontract modification to Gulf Mechanical Contractors,

LLC, in the total lump sum amount of $24,208.00 for CR0591-PKG-RFIs 1161 and

1161.1 CHWSR Re-routing for Level 2. Drawing M2.02.02 Note No. 2 states to

route chilled water piping in existing mechanical rooms, but there was not a

clear path for the contractor to install the piping without being in conflict

with pre-existing piping, conduit, damper, panels or gear. The submitted shop

drawings recommended running the chilled water lines exposed on the exterior

of the mechanical room wall between the existing stairwells. RFI 1161 was

issued to confirm this alternative routing and after a site visit with the

relevant parties, RFI 1161.1 confirmed the routing in approved Submittal

230500-0001-0. The modified scope of work captured in this request consists

of all material, labor and equipment costs associated with rerouting and

extending the chilled water supply and return piping on the exterior of the

mechanical room per the responses to RFIs 1161 and 1161.1.

The approval of this subcontract modification resolves all requests for cost

and time associated with PKG RFI 1161 Series and closes CWA BP-S00150-006.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontract Modification for this project is as follows:

TKJV to issue subcontract modification to Gulf

Mechanical Contractors, LLC in the lump sum amount of: $ 24,208.00

Deduct from P1 CMAR Contingency: $ (24,208.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00150 (GMP No. 9-S) for this subcontract modification is

Gulf Mechanical Contractors, LLC (Non-MWBE/LDB/VBE). There is 47.4% MWBE

participation associated with this modification.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, 3-Z, 3-AA,

3-BB, 3-CC, 3-DD, 3-EE, 3-FF, 3-GG, 3-HH, 3-II, 3-JJ, 3-KK, 3-LL, 3-MM, 3-NN,

3-OO, 3-PP, 3-QQ, 3-RR, 3-SS, 3-TT, 3-UU, 3-VV, 3-WW, 3-XX, and 3-YY were

considered in one motion.

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontract Modification to Gulf Mechanical Contractors, LLC on BP-S00150,

South Terminal C, Phase 1 - Parking Facility - Phase 1 (GMP No. 9-S), for the

total lump sum amount of $24,208.00, with funding from Customer Facility

Charges and General Airport Revenue Bonds.

Minutes of the Construction Committee Meeting, May 26, 2020

Page 35 of 59

DD. Subcontract Modification for BP-S00150 (GMP No. 9-S) with Skybuilders USA, LLC

for CR0816-9S-PKG-RFI-3798-Area 1 North Slab on Grade Removal (CWA BP-S00150-

009). Mr. Corthell presented the memorandum, requesting approval for Turner-

Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00150,

South Terminal C, Phase 1, Parking Facility - Phase 1 (GMP No. 9-S), at the

Orlando International Airport, in the total amount of $12,321.00 to Skybuilders

USA, LLC for CR0816-9S-PKG-RFI-3798-Area 1 North Slab on Grade Removal (CWA

BP-S00150-009). Bid Package 31.0.0 "Demolition" was previously awarded within

GMP 9S to Skybuilders USA, LLC, CC No. 20171010.16.

TKJV is proposing a subcontract modification to Skybuilders USA, LLC in the

total lump sum amount of $12,321.00 for CR0816-9S-PKG-RFI-3798-Area 1 North

Slab on Grade Removal. Per structural note in drawing S-1.01.04A the contractor

is required to verify that there is a minimum of 8-foot 4-inch headroom between

all driving surfaces and overhead beams prior to placing concrete. In RFI 1373

a field condition was presented to the AOR at PKG Elevator Tower No. 4 where

the overhead clearance between Level 1 and the bottom of concrete beams was

two inches below the 8-foot 4-inch minimum headroom requirement. Since the

Level 2 beams and elevated deck at this location had already been poured, TKJV

suggested as a solution to this issue lowering the elevations noted from

0-foot 0-inch to minus 2-inches, and the RFI 1373 response confirmed this as

acceptable. Based on the change in elevation in RFI 1373, there was a

difference in slope in the Slab-On-Grade (SOG) that would exceed the 2-percent

requirement per the ADA. RFI 3798 confirmed that it is acceptable to remove

the existing SOG back to the south wall of the existing electrical room and

replace to allow for the new SOG to meet the 2-percent slope requirement per

ADA. The modified scope of work consists of all labor, material and equipment

costs to remove the SOG per RFI 3798 response.

The approval of this subcontract modification to Skybuilders USA, LLC resolves

all requests for costs and time associated with RFI 3798 and closes CWA BP-

S00150-009.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontract Modification for this project is as follows:

TKJV to issue subcontract modification to Skybuilders

USA, LLC in the lump sum amount of: $ 12,321.00

Deduct from CMAR Contingency: $ (12,321.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00150 (GMP No. 9-S) for this subcontract modification is

Skybuilders USA, LLC (MWBE/LDB). There is 100% MWBE participation associated

with this modification.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, 3-Z, 3-AA,

3-BB, 3-CC, 3-DD, 3-EE, 3-FF, 3-GG, 3-HH, 3-II, 3-JJ, 3-KK, 3-LL, 3-MM, 3-NN,

3-OO, 3-PP, 3-QQ, 3-RR, 3-SS, 3-TT, 3-UU, 3-VV, 3-WW, 3-XX, and 3-YY were

considered in one motion.

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontract Modification to Skybuilders USA, LLC on BP-S00150, South Terminal

Minutes of the Construction Committee Meeting, May 26, 2020

Page 36 of 59

C, Phase 1 - Parking Facility - Phase 1 (GMP No. 9-S), for the total lump sum

amount of $12,321.00, with funding from Customer Facility Charges and General

Airport Revenue Bonds.

EE. Subcontract Modification for BP-S00150 (GMP No. 9-S) with Skybuilders USA, LLC

for CR0998-9S-PKG-RFI-4152-Additional Demolitin at Stair 1 (CWA BP-S00150-

010). Mr. Corthell presented the memorandum, requesting approval for Turner-

Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00150,

South Terminal C, Phase 1, Parking Facility - Phase 1 (GMP No. 9-S), at the

Orlando International Airport, in the total amount of $11,525.00 to Skybuilders

USA, LLC for CR0998-9S-PKG-RFI-4152-Additional Demolition at Stair 1 (CWA BP-

S00150-010). Bid Package 31.0.0 "Demolition" was previously awarded within

GMP No. 9-S to Skybuilders USA, LLC, CC No. 20171010.16.

TKJV is proposing a subcontract modification to Skybuilders USA, LLC in the

total lump sum amount of $11,525.00 for CR0998-9S-PKG-RFI-4152-Additional

Demolition at Stair 1 (CWA BP-S00150-010). Per the contract documents at

Parking Garage Stair 1, the existing 6-inch CIP wall is to be removed where

the new stair riser is to tie into the existing. In order to attach to the

existing sheer wall and deck slab, additional demolition of the existing sheer

wall and deck is required to expose the rebar couplers installed in the

previous phase. RFI 4152 was issued to confirm if this additional demolition

is required. The response confirmed that the existing concrete surface must

be chipped back to expose the couplers. The modified scope of work consists

of all labor, material and equipment costs to expose the rebar couplers per

RFI 4152.

The approval of this subcontract modification to Skybuilders USA, LLC resolves

all requests for costs and time associated with RFI 4152 and closes CWA BP-

S00150-010.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontract Modification for this project is as follows:

TKJV to issue subcontract modification to Skybuilders

USA, LLC in the lump sum amount of: $ 11,525.00

Deduct from CMAR Contingency: $ (11,525.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00150 (GMP No. 9-S) for this subcontract modification is

Skybuilders USA, LLC (MWBE/LDB). There is 100% MWBE participation associated

with this modification.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, 3-Z, 3-AA,

3-BB, 3-CC, 3-DD, 3-EE, 3-FF, 3-GG, 3-HH, 3-II, 3-JJ, 3-KK, 3-LL, 3-MM, 3-NN,

3-OO, 3-PP, 3-QQ, 3-RR, 3-SS, 3-TT, 3-UU, 3-VV, 3-WW, 3-XX, and 3-YY were

considered in one motion.

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontract Modification to Skybuilders USA, LLC on BP-S00150, South Terminal

C, Phase 1 - Parking Facility - Phase 1 (GMP No. 9-S), for the total lump sum

Minutes of the Construction Committee Meeting, May 26, 2020

Page 37 of 59

amount of $11,525.00, with funding from Customer Facility Charges and General

Airport Revenue Bonds.

FF. Subcontract Modification for BP-S00150 (GMP No. 9-S) with Alpha Insulation &

Waterproofing, Inc. for CR01033-9S-PKG-0948-0948.1 - Traffic Topping at

Level 3. Mr. Corthell presented the memorandum, requesting approval for

Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-

S00150, South Terminal C, Phase 1, Parking Facility - Phase 1 (GMP No. 9-S),

at the Orlando International Airport, in the total deductive amount of

($28,832.00) to Alpha Insulation & Waterproofing, Inc. for CR01033-9S-PKG-

0948-0948.1 - Traffic Topping at Level 3. Bid Package 7.0.0 "Waterproofing"

was previously awarded within GMP 9S to Alpha Insulation & Waterproofing, Inc.

CC No. 20171010.16.

TKJV is proposing a subcontract modification to Alpha Insulation &

Waterproofing, Inc. in the total deductive lump sum amount of ($28,832.00) for

CR01033-9S-PKG-0948-0948.1 - Traffic Topping at Level 3. RFI 0948 was issued

to request the traffic topping limits on Level 3 between Grid Lines G1 and G3.

The RFI response confirmed the limits of the traffic topping as per Sheets

A2.03.01 and A2.06.02. Sheets Al.03.01 and S-l.03.01 were updated to maintain

the conformity between structural and architectural drawings. Subsequently,

RFI 948.1 Revised Sheet Al.03.01 revising the limits of the traffic topping

required on Level 3 Areas 1 and 2 of the existing Parking Garage. The modified

scope of work captured in this request consists of a credit due to the deletion

of traffic coating areas at Level 3 per PKG RFIs 0948 and 0948.1.

The approval of this subcontract modification to Alpha Insulation &

Waterproofing, Inc. resolves all requests for cost and time associated with

RFIs 0948-0948.1

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontract Modification for this project is as follows:

TKJV to issue subcontract modification to Alpha

Insulation & Waterproofing, Inc. in the deductive lump

sum amount of: $ (28,832.00)

Add to Owner Contingency: $ 28,832.00

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00150 (GMP No. 9-S) for this subcontract modification is

Alpha Insulation & Waterproofing, Inc. (Non-MWBE/LDB/VBE). There is no small

business participation associated with this modification.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, 3-Z, 3-AA,

3-BB, 3-CC, 3-DD, 3-EE, 3-FF, 3-GG, 3-HH, 3-II, 3-JJ, 3-KK, 3-LL, 3-MM, 3-NN,

3-OO, 3-PP, 3-QQ, 3-RR, 3-SS, 3-TT, 3-UU, 3-VV, 3-WW, 3-XX, and 3-YY were

considered in one motion.

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontract Modification to Alpha Insulation & Waterproofing, Inc. on BP-

S00150, South Terminal C, Phase 1 - Parking Facility - Phase 1 (GMP No. 9-S),

Minutes of the Construction Committee Meeting, May 26, 2020

Page 38 of 59

for the total deductive lump sum amount of ($28,832.00), with funding credited

to Customer Facility Charges and General Airport Revenue Bonds.

GG. Subcontract Modification for BP-S00150 (GMP No. 9-S) with Gulf Mechanical

Contractors, LLC for CR1034-PKG-RFI 3768-Promenade Overflow Drains (CWA BP-

S00150-011). Mr. Corthell presented the memorandum, requesting approval for

Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-

S00150, South Terminal C, Phase 1, Parking Facility - Phase 1 (GMP No. 9-S),

at the Orlando International Airport, in the total amount of $20,708.00 to

Gulf Mechanical Contractors, LLC for CR1034-PKG-RFI 3768-Promenade Overflow

Drains (CWA BP-S00150-011). Bid Package 22.0.0 "Plumbing" was previously

awarded within GMP No. 9-S to Gulf Mechanical Contractors, LLC, CC No.

20171010.16.

TKJV is proposing a subcontract modification to Gulf Mechanical Contractors,

LLC, in the total lump sum amount of $20,708.00 for CR1034-PKG-RFI 3768-

Promenade Overflow Drains. RFI 3768 was generated to confirm the design teams

request to modify the overflow drains that were terminating out in the open,

down the eastern columns of the promenade. The RFI response provided direction

to install a dry well at the base of the overflow drains, dig holes 3-4 feet

in diameter at a depth of 6-feet, and line the hole with geo-textile fabric

and fill with 57 stone to finish grade. The modified scope of work consists

of all labor material and equipment costs to reroute the promenade overflow

drains. Scope of work includes PVC DWV pipes, fittings, new hangers and riser

clamps.

The approval of this subcontract modification resolves all requests for cost

and time associated with PKG RFI 3768 and closes CWA BP-S00150-011.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontract Modification for this project is as follows:

TKJV to issue subcontract modification to Gulf

Mechanical Contractors, LLC in the lump sum amount of: $ 20,708.00

Deduct from CWE Owner Contingency: $ (20,708.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00150 (GMP No. 9-S) for this subcontract modification is

Gulf Mechanical Contractors, LLC (Non-MWBE/LDB/VBE). There is no small

business participation associated with this modification.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, 3-Z, 3-AA,

3-BB, 3-CC, 3-DD, 3-EE, 3-FF, 3-GG, 3-HH, 3-II, 3-JJ, 3-KK, 3-LL, 3-MM, 3-NN,

3-OO, 3-PP, 3-QQ, 3-RR, 3-SS, 3-TT, 3-UU, 3-VV, 3-WW, 3-XX, and 3-YY were

considered in one motion.

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontract Modification to Gulf Mechanical Contractors, LLC on BP-S00150,

South Terminal C, Phase 1 - Parking Facility - Phase 1 (GMP No. 9-S), for the

total lump sum amount of $20,708.00, with funding from Customer Facility

Charges.

Minutes of the Construction Committee Meeting, May 26, 2020

Page 39 of 59

HH. Subcontract Modification for BP-S00150 (GMP No. 9-S) with Gulf Mechanical

Contractors, LLC for CR1035-PKG-RFI 3718 - Storm Drain at Ramp (CWA BP-S00150-

012). Mr. Corthell presented the memorandum, requesting approval for Turner-

Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00150,

South Terminal C, Phase 1, Parking Facility - Phase 1 (GMP No. 9-S), at the

Orlando International Airport, in the total amount of $2,588.00 to Gulf

Mechanical Contractors, LLC for CR1035-PKG-RFI 3718 - Storm Drain at Ramp (CWA

BP-S00150-012). Bid Package 22.0.0 "Plumbing" was previously awarded within

GMP No. 9-S to Gulf Mechanical Contractors, LLC, CC No. 20171010.16.

TKJV is proposing a subcontract modification to Gulf Mechanical Contractors,

LLC, in the lump sum amount of $2,588.00 for CR1035-PKG-RFI 3718 - Storm Drain

at Ramp (CWA BP-S00150-012). On Page S1.02.04, there is a floor drain tagged

at Column Line GM/G1 on the ramp to the second floor. On Page P2.02.04, there

is what appears to be a circle, but no tag or piping shown or reflected.

RFI 3718 was issued to confirm the floor drain at this location. The RFI

response provided sketches for the drain type, sizing and routing. The

modified scope of work captured in this CR consists of all labor materials and

equipment to furnish and install all hangers, piping and deck drain.

The approval of this subcontract modification resolves all requests for cost

and time associated with PKG RFI 3718 and closes CWA BP-S00150-012.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontract Modification for this project is as follows:

TKJV to issue subcontract modification to Gulf

Mechanical Contractors, LLC in the lump sum amount of: $ 2,588.00

Deduct from P1 Owner Contingency: $ (2,588.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00150 (GMP No. 9-S) for this subcontract modification is

Gulf Mechanical Contractors, LLC (Non-MWBE/LDB/VBE). There is no small business

participation associated with this modification.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, 3-Z, 3-AA,

3-BB, 3-CC, 3-DD, 3-EE, 3-FF, 3-GG, 3-HH, 3-II, 3-JJ, 3-KK, 3-LL, 3-MM, 3-NN,

3-OO, 3-PP, 3-QQ, 3-RR, 3-SS, 3-TT, 3-UU, 3-VV, 3-WW, 3-XX, and 3-YY were

considered in one motion.

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontract Modification to Gulf Mechanical Contractors, LLC on BP-S00150,

South Terminal C, Phase 1 - Parking Facility - Phase 1 (GMP No. 9-S), for the

total lump sum amount of $2,588.00, with funding from Customer Facility Charges

and General Airport Revenue Bonds.

II. Subcontractor Modifications for BP-S00151 (GMP No. 9-S.1) with MSE2, Inc. dba

Mader Southeast for CR0720.1-9S.1-PKG-RFIs 3417-3417.2 - Elevators 3 and 4

Firestop Seal (CWA BP-151-003). Mr. Corthell presented the memorandum,

requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue Subcontract

Modifications on BP-S00151, South Terminal C, Phase 1 - Parking Facility Phase

2 (GMP No. 9-S.1), at the Orlando International Airport, in the total amount

Minutes of the Construction Committee Meeting, May 26, 2020

Page 40 of 59

of $26,264.00 to MSE2, Inc. dba Mader Southeast for CR0720.1-9S.1-PKG-RFIs

3417-3417.2 - Elevators 3 and 4 Firestop Seal (CWA BP-151-003). Bid Packages

9.1.0 "Drywall, Stucco and Insulation" and 9.2.1 "Acoustical Ceilings" were

previously awarded within GMP No. 9-S.1 to MSE2, Inc. dba Mader Southeast, CC

No. 20180911.004.

TKJV is proposing a subcontract modification to MSE2, Inc. dba Mader Southeast

in the lump sum amount of $26,264.00 for CR0720.1-9S.1-PKG-RFI 3417-3417.2-

Elevator 3 and 4 Firestop Seal. As a result of value engineering in PKG

Bulletin 8, the elevator lobby wall finishes at elevator fronts changed from

tiles to stucco at PKG Elevator Cores 3 and 4. The elevator door frames had

already been procured at the time Bulletin 8 was issued. The door frames are

smaller than the concrete openings at the elevator fronts. RFIs 3417 and

3417.2 confirmed the use of the Hilti Engineering Judgement firestop detail

to seal off the 2-hour rating where the elevator door frames are smaller than

the concrete openings at the elevators fronts of Cores 3 and 4. RFI 3417.1

confirmed the revised details addressing concerns related to the fire-rated

door and the conduit running through the firestopping system. The modified

scope of work consists of all material and labor to continue the fire rating

from the concrete wall to the fire-rated elevator door frame per responses to

RFIs 3417-3417.2.

The approval of this subcontract modification to MSE2, Inc. dba Mader Southeast

resolves all requests for cost and time associated with RFIs 3417-3417.2 and

closes CWA BP-151-003. There will be no forthcoming CRs associated with RFIs

3417­3417.2.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of these Subcontractor Modifications for this project is as follows:

TKJV to issue subcontract modification to MSE2, Inc. dba

Mader Southeast in the lump sum amount of: $ 26,264.00

Deduct from Owner Contingency: $ (26,264.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00151 (GMP No. 9-S.1) for this subcontract modification is

MSE2, Inc. dba Mader Southeast (Non-MWBE/LDB/VBE). There is no small business

participation associated with this modification.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, 3-Z, 3-AA,

3-BB, 3-CC, 3-DD, 3-EE, 3-FF, 3-GG, 3-HH, 3-II, 3-JJ, 3-KK, 3-LL, 3-MM, 3-NN,

3-OO, 3-PP, 3-QQ, 3-RR, 3-SS, 3-TT, 3-UU, 3-VV, 3-WW, 3-XX, and 3-YY were

considered in one motion.

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue

Subcontractor Modifications to MSE2, Inc. dba Mader Southeast on BP-S00151,

South Terminal C, Phase 1 - Parking Facility Phase 2 (GMP No. 9-S.1), for the

total lump sum amount of $26,264.00, with funding from Customer Facility

Charges and General Airport Revenue Bonds.

Minutes of the Construction Committee Meeting, May 26, 2020

Page 41 of 59

JJ. Subcontractor Modifications for BP-S00151 (GMP No. 9-S.1) with MSE2, Inc. dba

Mader Southeast for CR0720-9S.1-PKG-RFIs 3074.1-3074.3, 3660 and 3782 - Drywall

and Stucco (CWA BP-S00151-002). Mr. Corthell presented the memorandum,

requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue Subcontract

Modifications on BP-S00151, South Terminal C, Phase 1 - Parking Facility Phase

2 (GMP No. 9-S.1), at the Orlando International Airport, in the total amount

of $46,430.00 to MSE2, Inc. dba Mader Southeast for CR0720-9S.1-PKG-RFIs

3074.1-3074.3, 3660 and 3782 - Drywall and Stucco (CWA BP-S00151-002). Bid

Packages 9.1.0 "Drywall, Stucco and Insulation" and 9.2.1 "Acoustical Ceilings"

were previously awarded within GMP No. 9-S.1 to MSE2, Inc. dba Mader Southeast,

CC No. 20180911.004.

RFI 3074-3074.3:

TKJV is proposing a subcontract modification to MSE2, Inc. dba Mader Southeast

in the lump sum amount of $12,891.00 from Owner Contingency for CR0720-9S.1-

PKG-RFIs 3074.1-3074.3, 3660 and 3782 - Drywall and Stucco. RFI 3074.1 was

issued to request direction for the exposed pipes inside the lobby. The RFI

response revised Drawing A9.01.08 showing the location of the new wall 2-hour

rated shaft wall. RFI 3074.2 was issued to confirm a 3-5/8-inch structural

wall in front of the non-structural G13 shaft wall to comply with wind load

requirements. RFI 3074.3 confirmed additional non-fire rated structural

ceiling in order to achieve appropriate support to the walls given the setup

approved in RFI 3074.2. The modified scope of work consists of all material,

labor and equipment to install a shaft wall exterior wall at the SW corner of

Elevator 4 Level 1 to enclose the mechanical chase and non-fire rated

structural ceiling per RFI 3074 series responses.

RFI 3660:

TKJV is proposing a subcontract modification to MSE2, Inc. dba Mader Southeast

in the lump sum amount of $28,110.00 from Owner Contingency for CR0720-9S.1-

PKG-RFIs 3074.1-3074.3, 3660 and 3782 - Drywall and Stucco. RFI 3660 confirmed

that stucco was needed at the locations shown on the photos of each elevation

inside Core 4 lobby of Levels 2, 3, 4, 5, and 6. The RFI also confirmed

Sketch 1 to address stucco slopes for the areas that are exposed to non-wind

driven and wind driven areas. The modified scope of work consists of all

labor, material and equipment to add stucco on the CMU interior walls and for

the stucco sloped at top of all furred walls in elevator lobbies Levels 1 to

6, Core 4 frame at CMU locations.

RFI 3782:

TKJV is proposing a subcontract modification to MSE2, Inc. dba Mader Southeast

in the lump sum amount of $5,429.00 from CMAR contingency for CR0720-9S.1-PKG-

RFIs 3074.1-3074.3, 3660 and 3782 - Drywall and Stucco. RFI 3782 was issued

to confirm the installation of 6-inch framed wall in lieu of CMU walls,

Level 6 Core 4 on the north and south ends of the elevator lobby. The modified

scope of work consists of material, labor and equipment to install the

Level 6 Core 4 frame walls at CMU locations. The credit for the CMU wall was

included in CR 0948, CCM No. 20200331.02Q.

The approval of these subcontract modifications to MSE2, Inc. dba Mader

Southeast resolves all requests for cost and time associated with RFIS 3074

Series and 3660. This request also resolves all cost and time for the Drywall

scope in RFI 3782 and closes CWA BP-S00151-002. A CR associated with RFI 3782

CMU scope credit was submitted in CR0948, CC No. 20200331.02Q.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

Minutes of the Construction Committee Meeting, May 26, 2020

Page 42 of 59

The effect of these Subcontractor Modifications for this project is as follows:

TKJV to issue subcontract modification to MSE2, Inc. dba

Mader Southeast in the lump sum amount of: $ 46,430.00

Deduct from P1 CM@R Contingency: $ (5,429.00)

Deduct from P1 Owner Contingency: $ (41,001.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00151 (GMP No. 9-S.1) for this subcontract modification is

MSE2, Inc. dba Mader Southeast (Non-MWBE/LDB/VBE). There is 48.7% MWBE

participation associated with this modification.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, 3-Z, 3-AA,

3-BB, 3-CC, 3-DD, 3-EE, 3-FF, 3-GG, 3-HH, 3-II, 3-JJ, 3-KK, 3-LL, 3-MM, 3-NN,

3-OO, 3-PP, 3-QQ, 3-RR, 3-SS, 3-TT, 3-UU, 3-VV, 3-WW, 3-XX, and 3-YY were

considered in one motion.

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue

Subcontractor Modifications to MSE2, Inc. dba Mader Southeast on BP-S00151,

South Terminal C, Phase 1 - Parking Facility Phase 2 (GMP No. 9-S.1), for the

total lump sum amount of $46,430.00, with funding from Customer Facility

Charges and General Airport Revenue Bonds.

KK. Subcontractor Modifications for BP-S00151 (GMP No. 9-S.1) with MSE2, Inc. dba

Mader Southeast for CR1019-9S.1-PKG-RFI 4092 - Insulation in lieu of Soffits-

Credit. Mr. Corthell presented the memorandum, requesting approval for Turner-

Kiewit Joint Venture (TKJV) to issue Subcontract Modifications on BP-S00151,

South Terminal C, Phase 1 - Parking Facility Phase 2 (GMP No. 9-S.1), at the

Orlando International Airport, in the total deductive amount of ($4,549.00)

to MSE2, Inc. dba Mader Southeast for CR1019-9S.1-PKG-RFI 4092 - Insulation

in lieu of Soffits-Credit. Bid Packages 9.1.0 "Drywall, Stucco and Insulation"

and 9.2.1 "Acoustical Ceilings" were previously awarded within GMP No. 9-S.1

to MSE2, Inc. dba Mader Southeast, CC No. 20180911.004.

TKJV is proposing a subcontract modification to MSE2, Inc. dba Mader Southeast

in the total deductive lump sum amount of ($4,549.00) for CR1019-9S.1-PKG-RFI

4092 - Insulation in lieu of Soffits-Credit. RFI 1937 confirmed the location

of an accessible sump pit for the escalators added in PKG Bulletin 5 and

indicated fire protection was required in the aforementioned sump pits.

RFI 2332 series confirmed freeze protection and provided details for a new

soffit enclosure vertically to the ground to avoid potential issues associated

with installing a fire sprinkler line exposed in an unheated corridor. On

March 6, 2020, RFI 4092 was issued to request confirmation from the AOR for

an alternative solution to the one presented in RFI 2332.1 (i.e., the use of

1-inch thick foam glass with aluminum jacketing in lieu of soffit). This

request was based on TKJV indications that the available ceiling space and

height would not allow such installation. On March 16, 2020, the AOR made a

field visit on which it was captured that insulation had been completed on the

fire sprinkler piping along the south and east walls of the ground Elevator 4

lobby and the wet-pipe piping between the ground level tenant IDF and pit, and

that the assembly did not appear to have used an aluminum jacket as noted in

the RFI. The AOR confirmed as acceptable the use of wrap insulation in lieu

of soffits, and a credit was requested for the elimination of the soffit as

the soffit had not been installed. The modified scope of work consists of a

credit for material, labor and equipment associated with the removed soffits

Minutes of the Construction Committee Meeting, May 26, 2020

Page 43 of 59

on Level 1 corridor at the freeze line as was indicated in previous RFIs 2332-

2332.1 response.

The approval of this subcontract modification to MSE2, Inc. dba Mader Southeast

resolves all requests for cost and time associated with RFI 4092 for GMP No.

9-S.1. Costs for the insulation in RFI 4092 will be submitted in CR 1019.1

in GMP No. 9-S.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of these Subcontractor Modifications for this project is as follows:

TKJV to issue subcontract modification to MSE2, Inc. dba

Mader Southeast in the deductive lump sum amount of: $ (4,549.00)

Add to Owner Contingency: $ 4,549.00

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00151 (GMP No. 9-S.1) for this subcontract modification is

MSE2, Inc. dba Mader Southeast (Non-MWBE/LDB/VBE). There is no MWBE, LDB or

VBE participation associated with this modification.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, 3-Z, 3-AA,

3-BB, 3-CC, 3-DD, 3-EE, 3-FF, 3-GG, 3-HH, 3-II, 3-JJ, 3-KK, 3-LL, 3-MM, 3-NN,

3-OO, 3-PP, 3-QQ, 3-RR, 3-SS, 3-TT, 3-UU, 3-VV, 3-WW, 3-XX, and 3-YY were

considered in one motion.

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue

Subcontractor Modifications to MSE2, Inc. dba Mader Southeast on BP-S00151,

South Terminal C, Phase 1 - Parking Facility Phase 2 (GMP No. 9-S.1), for the

total deductive lump sum amount of ($4,549.00), with funding credited to

Customer Facility Charges and General Airport Revenue Bonds.

LL. Subcontractor Modifications for BP-S00151 (GMP No. 9-S.1) with Taylor, Cotton

& Ridley, Inc. for CR0776-PKG-RFI 2690-Additional Access Control - Hardware

Changes (CWA BP-S00151-004). Mr. Corthell presented the memorandum, requesting

approval for Turner-Kiewit Joint Venture (TKJV) to issue Subcontract

Modifications on BP-S00151, South Terminal C, Phase 1 - Parking Facility Phase

2 (GMP No. 9-S.1), at the Orlando International Airport, in the total amount

of $7,313.00 to Taylor, Cotton & Ridley, Inc. for CR0776-PKG-RFI 2690-

Additional Access Control - Hardware Changes (CWA BP-S00151-004). Bid Packages

8.0.0 "Doors, Frames and Hardware" was previously awarded within GMP No. 9-

S.1 to Taylor, Cotton & Ridley, Inc., CC No. 20180911.004.

TKJV is proposing a subcontract modification to Taylor, Cotton & Ridley, Inc.

in the total lump sum amount of $7,313.00 for CR0776-PKG-RFI 2690-Additional

Access Control - Hardware Changes (CWA BP-S00151-004). RFI 2690 was issued to

confirm additional access control at various doors in the Parking Garage and

the response updated the garage floor plans and PACS schedule. The modified

scope of work consists of all material and labor costs for hardware changes

to Openings 01-1833, 02-2374, 03-3511, 05-5374, 05-5511 and 01-1834.

Minutes of the Construction Committee Meeting, May 26, 2020

Page 44 of 59

The approval of this subcontract modification to Taylor, Cotton & Ridley, Inc.

resolves all requests for cost and time associated with RFI 2690 for GMP

No. 9-S.1 and closes CWA BP-S00151-004. Costs for low voltage were approved

in CR0430.1, CC No. 20200218.03R

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of these Subcontractor Modifications for this project is as follows:

TKJV to issue subcontract modification to Taylor, Cotton

& Ridley, Inc. in the lump sum amount of: $ 7,313.00

Deduct from Owner Contingency: $ (7,313.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00151 (GMP No. 9-S.1) for this subcontract modification is

Taylor, Cotton & Ridley, Inc. (Non-MWBE/LDB/VBE). There is no small business

participation associated with this modification.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, 3-Z, 3-AA,

3-BB, 3-CC, 3-DD, 3-EE, 3-FF, 3-GG, 3-HH, 3-II, 3-JJ, 3-KK, 3-LL, 3-MM, 3-NN,

3-OO, 3-PP, 3-QQ, 3-RR, 3-SS, 3-TT, 3-UU, 3-VV, 3-WW, 3-XX, and 3-YY were

considered in one motion.

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue

Subcontractor Modifications to Taylor, Cotton & Ridley, Inc. on BP-S00151,

South Terminal C, Phase 1 - Parking Facility Phase 2 (GMP No. 9-S.1), for the

total lump sum amount of $7,313.00, with funding from Customer Facility Charges

and General Airport Revenue Bonds.

MM. Subcontractor Modifications for BP-S00151 (GMP No. 9-S.1) with Morton Electric,

Inc. for CR1032-PKG-Removal of DAS System. Mr. Corthell presented the

memorandum, requesting approval for Turner-Kiewit Joint Venture (TKJV) to

issue Subcontract Modifications on BP-S00151, South Terminal C, Phase 1 -

Parking Facility Phase 2 (GMP No. 9-S.1), at the Orlando International Airport,

in the total deductive amount of ($37,297.00) to Morton Electric, Inc. for

CR1032-PKG-Removal of DAS System. "DAS Antenna Locations and Raceways Level

1 to 5-inch was previously awarded via CR 0637 to Morton Electric, Inc., CC

No. 20200204.002Q.

TKJV is proposing a subcontract modification to Morton Electric, Inc. in the

total deductive lump sum amount of ($37,297.00) for CR1032-PKG-Removal of DAS

System. In order to get the Parking Garage Temporary Certificate of Occupancy

(TCO) in Area 4 on March 27, 2020, the project had to conduct radio signal

testing because the new DAS system/extension was not yet complete. The Radio

Frequency study data revealed that the 800 MHz signal levels in the Terminal

C Parking Garage Area 4 met the minimum signal strength of -95 dbm or better

in 90-percent Areas of the building. The results concluded that no public

safety enhancement system was required to meet the City of Orlando

requirements. A portion of the materials and labor in the previously approved

CR0637 had already been provided when the radio signal testing occurred, and

thus the modified scope of work consists of a credit for the remaining scope

Minutes of the Construction Committee Meeting, May 26, 2020

Page 45 of 59

of CR0637 not performed due to the removal of the DAS system resulting from

the conducted study.

The approval of this subcontract modification to Morton Electric, Inc. resolves

all requests for costs and time for CR1032-PKG-Removal of DAS System.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of these Subcontractor Modifications for this project is as follows:

TKJV to issue subcontract modification to Morton

Electric, Inc. in the deductive lump sum amount of: $ (37,297.00)

Add to P1 Owner Contingency: $ 37,297.00

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00151 (GMP No. 9-S.1) for this subcontract modification is

Morton Electric, Inc. (Non-MWBE/LDB/VBE). There is no small business

participation associated with this modification.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, 3-Z, 3-AA,

3-BB, 3-CC, 3-DD, 3-EE, 3-FF, 3-GG, 3-HH, 3-II, 3-JJ, 3-KK, 3-LL, 3-MM, 3-NN,

3-OO, 3-PP, 3-QQ, 3-RR, 3-SS, 3-TT, 3-UU, 3-VV, 3-WW, 3-XX, and 3-YY were

considered in one motion.

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue

Subcontractor Modifications to Morton Electric, Inc. on BP-S00151, South

Terminal C, Phase 1 - Parking Facility Phase 2 (GMP No. 9-S.1), for the total

deductive lump sum amount of ($37,297.00), with funding credited to Customer

Facility Charges and General Airport Revenue Bonds.

NN. Subcontract Modification for BP-S00156 (GMP No. 14-S) with Skybuilders USA,

LLC for CR0392.2-CEP - Bulletin 12 Stucco Changes. Mr. Corthell presented the

memorandum, requesting approval for Turner-Kiewit Joint Venture (TKJV) to

issue a Subcontract Modification on BP-S00156, South Terminal C, Phase 1 - CEP

and EPG Buildings (GMP No. 14-S), at the Orlando International Airport, in the

total deductive amount of ($3,920.00) to Skybuilders USA, LLC for CR0392.2-

CEP - Bulletin 12 Stucco Changes. Bid Package 9.2.0 "Stucco" was previously

awarded within GMP No. 14-S to Skybuilders USA, LLC, CC No. 20180807.011.

TKJV is proposing a subcontract modification to Skybuilders USA, LLC in the

total deductive lump sum amount of ($3,920.00) for CR0392.2-CEP - Bulletin 12

Stucco Changes. The scope of work includes credits for the revised stucco

system from striated stucco to smooth stucco, per CEP Bulletin 12.

The approval of this subcontract modification to Skybuilders USA, LLC resolves

all requests for cost and time associated with CEP Bulletin 12 Stucco scope

of work. Cost impacts to GMP No. 14-S for the Structural Steel scope were

approved at CC No. 20190709.02J. Cost impacts to GMP No. 14-S.1 for the

Electrical scope were approved at CC No. 20190910.02E. There will be no

forthcoming CRs associated with CEP Bulletin 12.

Minutes of the Construction Committee Meeting, May 26, 2020

Page 46 of 59

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontract Modification for this project is as follows:

TKJV to issue a subcontract modification to Sky Builders

USA, LLC in the deductive lump sum amount of: $ (3,920.00)

Add to P1 Owner Contingency: $ 3,920.00

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00156 (GMP No. 14-S) for this subcontract modification is

Skybuilders USA, LLC (MWBE/LDB). There is a 100% reduction in LDB

participation associated with this modification.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, 3-Z, 3-AA,

3-BB, 3-CC, 3-DD, 3-EE, 3-FF, 3-GG, 3-HH, 3-II, 3-JJ, 3-KK, 3-LL, 3-MM, 3-NN,

3-OO, 3-PP, 3-QQ, 3-RR, 3-SS, 3-TT, 3-UU, 3-VV, 3-WW, 3-XX, and 3-YY were

considered in one motion.

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontract Modification to Skybuilders USA, LLC on BP-S00156, South Terminal

C, Phase 1 - CEP and EPG Buildings (GMP No. 14-S), for the total deductive

lump sum amount of ($3,920.00), with funding credited to Passenger Facility

Charges and General Airport Revenue Bonds.

OO. Subcontract Modifications for BP-S00156 (GMP No. 14-S) with Hommes Masonry,

Inc. dba Toltec Construction; MULE Engineering & Construction, Inc.; Taylor

Cotton & Ridley, Inc.; and Florida Door Solutions, Inc. for CR0925-EPG-Bulletin

9-RFIs 2250 and 2283-CMU, Structural Steel and Door Changes. Mr. Corthell

presented the memorandum, requesting approval for Turner-Kiewit Joint Venture

(TKJV) to issue Subcontract Modifications on BP-S00156, South Terminal C,

Phase 1 - CEP and EPG Buildings (GMP No. 14-S), at the Orlando International

Airport, in the total deductive amount of ($1,753.00) to Hommes Masonry, Inc.

dba Toltec Construction; MULE Engineering & Construction, Inc.; Taylor, Cotton

& Ridley, Inc.; and Florida Door Solutions, Inc. for CR0925-EPG-Bulletin 9-

RFIs 2250 and 2283-CMU, Structural Steel and Door Changes. Bid Packages 4.0.0

"Masonry", 5.0.0 "Structural Steel and Misc. Metals", were previously awarded

within GMP No. 14-S, respectively, to Hommes Masonry, Inc. dba Toltec

Construction; and MULE Engineering & Construction, Inc., CC No. 20180807.011.

Bid package 9.0.0 "General Trades; Hollow Metal Doors, Frames and Hardware"

was previously awarded to Taylor, Cotton & Ridley, Inc. via CR0343, CC No.

20190423.03L Bid package 9.0.0 "General Trades; Overhead Coiling Doors" was

previously awarded to Florida Door Solutions, Inc. via CR0344, CC No.

20190507.02H

1. TKJV is proposing a subcontract modification to Hommes Masonry, Inc.

dba Toltec Construction in the deductive lump sum amount of ($3,384.00)

for CR0925-EPG-Bulletin 9-RFIs 2250 and 2283-CMU, Structural Steel and

Door Changes. The modified scope of work consists of a net credit for

the deletion of nine CIP beams (5-foot by 24-inch by 8-inch) on the

west wall, 69 SF of CMU wall and CIP Beam (8-foot 8-inch by 40-inch by

8-inch) was removed in Control Room 1015 as detailed on Sheet Al.12.01

and Sheet Sl.25.01 in result of EPG Bulletin 9 revisions.

Minutes of the Construction Committee Meeting, May 26, 2020

Page 47 of 59

2. TKJV is proposing a subcontract modification to MULE Engineering &

Construction, Inc. in the lump sum amount of $3,074.00 for CR0925-EPG-

Bulletin 9-RFIs 2250 and 2283-CMU, Structural Steel and Door Changes.

EPG Bulletin 9 revised structural steel to accommodate new stair landing

and tie-in details required for the extended CMU block wall. The

modified scope of work consists of additional materials, labor and

engineering required for tie-ins detailed on Sheet S5.00.09, El and C5

and revised stair landing per EPG Bulletin 9 revisions.

3. TKJV is proposing a subcontract modification to Taylor, Cotton & Ridley,

Inc. in the deductive lump sum amount of ($3,261.00) for CR0925-EPG-

Bulletin 9-RFIs 2250 and 2283-CMU, Structural Steel and Door Changes.

The modified scope of work consists of a credit for the deletion of

Type A3 Door 1006.

4. TKJV is proposing a subcontract modification to Florida Door Solutions,

Inc. in the lump sum amount of $1,818.00 for CR0925-EPG-Bulletin 9-

RFIs 2250 and 2283-CMU, Structural Steel and Door Changes. EPG

Bulletin 9 revised Door 1003B from a l0-foot 0-inch by l0-foot 0-inch

coiling door to a 12-foot 0-inch by 14-foot 0-inch coiling door. The

modified scope of work consists of a credit for the original door and

the added cost difference for the revised door.

The approval of these subcontract modifications to Hommes Masonry, Inc. dba

Toltec Construction; MULE Engineering & Construction, Inc.; Taylor, Cotton &

Ridley, Inc.; and Florida Door Solutions, Inc.; resolves all requests for

costs and time resulting from EPG Bulletin 9, RFIs 2250 and 2283. The following

is the status of all CRs associated with EPG Bulletin 9 that have been or will

be submitted: CR0925.1 - Electrical Scope "forthcoming"; CR0925.2 - Plumbing

Scope" forthcoming"; CR0927 - Diesel Fuel "forthcoming"; CR0933 - Concrete

Scope "approved", CC No. 20200505.02S.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of these Subcontract Modifications for this project is as follows:

TKJV to issue a subcontract modification to Hommes Masonry,

Inc. dba Toltec Construction in the deductive lump sum

amount of: $ (3,384.00)

TKJV to issue a subcontract modification to MULE

Engineering & Construction, Inc. in the lump sum amount of: $ 3,074.00

TKJV to issue a subcontract modification to Taylor, Cotton

& Ridley, Inc.; and Florida Door Solutions, Inc.; in the

deductive lump sum amount of: $ (3,261.00)

TKJV to issue a subcontract modification to Florida Door

Solutions, Inc. in the lump sum amount of: $ 1,818.00

Add to P1 EPG Owner Contingency: $ 1,753.00

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00156 (GMP No. 14-S) for these subcontract modifications

are as follows: Hommes Masonry, Inc. dba Toltec Construction (MWBE); MULE

Engineering & Construction, Inc. (MWBE/LDB); Taylor, Cotton & Ridley, Inc.

(Non-MWBE/LDB); and, Florida Door Solutions, Inc. (Non-MWBE/LDB). Hommes

Masonry, Inc. dba Toltec Construction's subcontract modification reduces its

MWBE participation by ($3,384.00). MULE Engineering & Construction, Inc.'s

Minutes of the Construction Committee Meeting, May 26, 2020

Page 48 of 59

subcontract modification results in an addition of $187.00 to its LDB

participation. Taylor, Cotton & Ridley, Inc.'s subcontract modification does

not have any impact on the small business participation. Florida Door

Solutions, Inc.'s subcontract modification does not have any impact on the

small business participation.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, 3-Z, 3-AA,

3-BB, 3-CC, 3-DD, 3-EE, 3-FF, 3-GG, 3-HH, 3-II, 3-JJ, 3-KK, 3-LL, 3-MM, 3-NN,

3-OO, 3-PP, 3-QQ, 3-RR, 3-SS, 3-TT, 3-UU, 3-VV, 3-WW, 3-XX, and 3-YY were

considered in one motion.

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue Subcontract

Modifications on BP-S00156, South Terminal C, Phase 1 - CEP and EPG Buildings

(GMP No. 14-S), for the total deductive lump sum amount of ($1,753.00), which

includes the deductive lump sum amount of ($3,384.00) to Hommes Masonry, Inc.

dba Toltec Construction; the lump sum amount of $3,074.00 to MULE Engineering

& Construction, Inc.; the deductive lump sum amount of ($3,261.00) to Taylor,

Cotton & Ridley, Inc.; and the lump sum amount of $1,818.00 to Florida Door

Solutions, Inc.; with funding from Passenger Facility Charges and General

Airport Revenue Bonds.

PP. Subcontract Modification for BP-S00156 (GMP No. 14-S) with Hommes Masonry,

Inc. dba Toltec Construction for CR1044-CEP-Concrete Pads at Water Treatment

Room. Mr. Corthell presented the memorandum, requesting approval for Turner-

Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00156,

South Terminal C, Phase 1 - CEP and EPG Buildings (GMP No. 14-S), at the

Orlando International Airport, in the total amount of $1,983.00 to Hommes

Masonry, Inc. dba Toltec Construction for CR1044-CEP-Concrete Pads at Water

Treatment Room. Bid Package 4.0.0 "Masonry" was previously awarded within GMP

No. 14-S to Hommes Masonry, Inc. dba Toltec Construction, CC No. 20180807.011.

TKJV is proposing a subcontract modification to Hommes Masonry, Inc. dba Toltec

Construction in the total lump sum amount of $1,983.00 for CR1044-CEP-Concrete

Pads at Water Treatment Room. The scope of work includes the concrete

materials, labor and equipment for two concrete pads in the CEP Water Treatment

Room.

The approval of this subcontract modification to Hommes Masonry, Inc. dba

Toltec Construction resolves all requests for cost and time associated with

CR1044-CEP-Concrete Pads at Water Treatment Room.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontract Modification for this project is as follows:

GMP No. 14-S Line Item 23 current value: $ 74,175.00

TKJV to issue a subcontract modification to Hommes Masonry,

Inc. dba Toltec Construction in the lump sum amount of: $ 1,983.00

Deduct from P1 CMAR Contingency: $ (808.00)

Deduct from GMP No. 14 Line Item 23: $ (1,175.00)

GMP No. 14-S Line Item 23 remaining balance: $ 73,000.00

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

Minutes of the Construction Committee Meeting, May 26, 2020

Page 49 of 59

participate on BP-S00156 (GMP No. 14-S) for this subcontract modification is

Homes Masonry, Inc. dba Toltec Construction (MWBE). There is a 100% MWBE

participation associated with this modification.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, 3-Z, 3-AA,

3-BB, 3-CC, 3-DD, 3-EE, 3-FF, 3-GG, 3-HH, 3-II, 3-JJ, 3-KK, 3-LL, 3-MM, 3-NN,

3-OO, 3-PP, 3-QQ, 3-RR, 3-SS, 3-TT, 3-UU, 3-VV, 3-WW, 3-XX, and 3-YY were

considered in one motion.

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontract Modification to Hommes Masonry, Inc. dba Toltec Construction on

BP-S00156, South Terminal C, Phase 1 - CEP and EPG Buildings (GMP No. 14-S),

for the total lump sum amount of $1,983.00, with funding from Passenger

Facility Charges and General Airport Revenue Bonds.

QQ. Subcontractor Modification for BP-S00168 (GMP No. 6-S.4) Percopo Coatings

Company, LLC for CR0570.2-6S4-RFI 2173 Hub Skylight Area Ceiling and CR0573.3-

6S4-RFI 2283 Added Door 01-4006B - Painting. Mr. Corthell presented the

memorandum, requesting approval for Hensel Phelps Construction (HPC) to issue

a Subcontract Modification on BP-S00168, South Terminal C, Phase 1 - Interior

Finishes and Specialties (GMP No. 6-S.4), at the Orlando International Airport,

in the total amount of $25,530.00 to Percopo Coatings Company, LLC, for

CR0570.2-6S4-RFI 2173 Hub Skylight Area Ceiling and CR0573.3-6S4-RFI 2283

Added Door 01-4006B - Painting. Bid Package for BP-S00168 09.11 "Painting"

has been previously awarded within GMP No. 6-S.4 to Percopo Coatings Company,

LLC, CC No. 20181002.010.

HPC is requesting to issue a Subcontractor Modification to Percopo Coatings

Company, LLC in the total Lump Sum amount of $25,530.00 for:

1. CR0570.2-6S.4-RFI 2173 Hub Skylight Area Ceiling - Painting: $25,319.00. ACU1 Acoustic Plaster and DF1 Textured Plaster finish were removed

entirely from the project through the Value Engineering process and

replaced with Level-4 drywall finish and paint only at the serenity room

and boarding gates, CC Nos. 20190709.02E, 20190709.02M and 20190716.02G

respectively, CR0276-6S.3 (Interior Plaster credit), CR0276-6S.4

(Painting Add), and CR0276-6S.2 (Framing and Drywall Add). There are

areas of ceiling outside the serenity room and boarding gates that

originally called for ACU1 or DF1 finish. RFI 2173 was written to

request information for the replacement ceiling finish in those areas.

The modified scope of work consists of the additional costs associated

with painting the drywall Level-4 finish in the Hub Skylight area

ceiling, per RFI 2173 response and sketches.

2. CR0573.3-6S4-RFI 2283 Added Door 01-4006B - Painting: $211.00. The

modified scope of work consists of the additional costs associated with

painting the added Hollow Metal (HM) Door 01-4006B and frame in Plants

Room 01-1124 on the Ramp Level Area 25, per RFI 2283 response.

The approval of this Subcontractor Modification to Percopo Coatings Company,

LLC resolves all requests for costs and time resulting from RFI 2173 for the

Painting scope of work in GMP No. 6-S.4. Costs for RFI 2173 in GMP No. 6-S.2

for the Drywall finish scope of work will be submitted via CR0570.1-6S2 for a

future CCM approval. The approval of this subcontractor modification also

resolves all requests for cost and time resulting from RFI 2283 for the

Painting scope of work in GMP No. 6-S.4. Costs for RFI 2283 in GMP Nos.

Minutes of the Construction Committee Meeting, May 26, 2020

Page 50 of 59

6-S.1 and 6-S.3 will be submitted via CR0573.1-6S1 and CR0573.2-6S3 for a

future CCM approval.

HPC has submitted documentation including the subcontractor's proposal to

support this request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontractor Modification for this project is as follows:

HPC to issue a subcontract modification to Percopo

Coatings Company, LLC in the lump sum amount of: $ 25,530.00

Deduct from P1 Owner Contingency $ (25,530.00)

Hensel Phelps Construction is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00168 (GMP No. 6-S.4) for this subcontract modification is

Percopo Coatings Company, LLC (Non-MWBE certified at the time of award of the

"Painting" Bid Package). There is no small business participation associated

with this modification.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, 3-Z, 3-AA,

3-BB, 3-CC, 3-DD, 3-EE, 3-FF, 3-GG, 3-HH, 3-II, 3-JJ, 3-KK, 3-LL, 3-MM, 3-NN,

3-OO, 3-PP, 3-QQ, 3-RR, 3-SS, 3-TT, 3-UU, 3-VV, 3-WW, 3-XX, and 3-YY were

considered in one motion.

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried by roll-call,

with all votes yea, to approve Hensel Phelps Construction to issue a

Subcontractor Modification to Percopo Coatings Company, LLC on BP-S00168,

South Terminal C, Phase 1 - Interior Finishes and Specialties (GMP No. 6-S.4),

for the total lump sum amount of $25,530.00, with funding from Passenger

Facility Charges and General Airport Revenue Bonds.

RR. Subcontractor Modification for BP-S00168 (GMP No. 6-S.4) M.C. Dean, Inc. for

CR0366-6S4-RFI 1474 Camera Interface Box (CIB) Alternative. Mr. Corthell

presented the memorandum, requesting approval for Hensel Phelps Construction

(HPC) to issue a Subcontract Modification on BP-S00168, South Terminal C,

Phase 1 - Interior Finishes and Specialties (GMP No. 6-S.4), at the Orlando

International Airport, in the total deductive amount of ($76,878.00) to M.C.

Dean, Inc., for CR0366-6S4-RFI 1474 Camera Interface Box (CIB) Alternative.

Bid Package for BP-S00168 27.01 "Airside Concourse Low Voltage Systems" has

been previously awarded within GMP No. 6-S.4 to M. C. Dean, Inc., CC No.

20181002.010.

HPC is requesting to issue a Subcontractor Modification to M.C. Dean, Inc. in

the total deductive Lump Sum amount of ($76,878.00) for CR0366-6S4-RFI 1474

Camera Interface Box (CIB) Alternative. The modified scope of work consists

of the credits associated with deleting the Camera Interface Boxes (CIB) and

replacing them with 4-11/16-inch deep square boxes in the Back-of-House (BOH)

or concealed locations, per RFI 1474 response and sketch.

The approval of this Subcontract Modification to M.C. Dean, Inc. resolves all

requests for cost and time resulting from RFI 1474.

HPC has submitted documentation including the subcontractor's proposal to

support this request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

Minutes of the Construction Committee Meeting, May 26, 2020

Page 51 of 59

The effect of this Subcontractor Modification for this project is as follows:

HPC to issue a subcontract modification to M.C. Dean, Inc.

in the deductive lump sum amount of: $ (76,878.00)

Add to P1 Owner Contingency $ 76,878.00

Hensel Phelps Construction is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00168 (GMP No. 6-S.4) for this subcontract modification is

M.C. Dean, Inc. (Non-MWBE/LDB/VBE). There is 96.8% reduction in MWBE

participation associated with this modification.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, 3-Z, 3-AA,

3-BB, 3-CC, 3-DD, 3-EE, 3-FF, 3-GG, 3-HH, 3-II, 3-JJ, 3-KK, 3-LL, 3-MM, 3-NN,

3-OO, 3-PP, 3-QQ, 3-RR, 3-SS, 3-TT, 3-UU, 3-VV, 3-WW, 3-XX, and 3-YY were

considered in one motion.

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried by roll-call,

with all votes yea, to approve Hensel Phelps Construction to issue a

Subcontractor Modification to M.C. Dean, Inc. on BP-S00168, South Terminal C,

Phase 1 - Interior Finishes and Specialties (GMP No. 6-S.4), for the total

deductive lump sum amount of ($76,878.00), with funding credited to Passenger

Facility Charges and General Airport Revenue Bonds.

SS. Subcontractor Modification for BP-S00168 (GMP No. 6-S.4) M.C. Dean, Inc. for

CR0566.1-6S4-RFI 2352 Emergency Communication System (ECS) Fault Reporting

Confirmation. Mr. Corthell presented the memorandum, requesting approval for

Hensel Phelps Construction (HPC) to issue a Subcontract Modification on BP-

S00168, South Terminal C, Phase 1 - Interior Finishes and Specialties (GMP No.

6-S.4), at the Orlando International Airport, in the total deductive amount

of ($4,940.00) to M.C. Dean, Inc., for CR0566.1-6S4-RFI 2352 Emergency

Communication System (ECS) Fault Reporting Confirmation. Bid Package for

BP-S00168 27.01 "Airside Concourse Low Voltage Systems" has been previously

awarded within GMP No. 6-S.4 to M. C. Dean, Inc., CC No. 20181002.010.

HPC is requesting to issue a Subcontractor Modification to M. C. Dean, Inc.,

in the total deductive Lump Sum amount of ($4,940.00) for CR0566.1-6S4-RFI

2352 Emergency Communication System (ECS) Fault Reporting Confirmation. The

modified scope of work consists of the costs associated with the deletion of

the Fire Alarm Logic Relay 1522LR, per RFI 2352 response.

The approval of this Subcontractor Modification to M. C. Dean, Inc. resolves

all requests for costs and time resulting from RFI 2352 scope of work within

GMP No. 6-S.4. Impacts of RFI 2352 to GMP No. 6-S.6 will be submitted via

CR0566.2-6S.6. There are no cost or time impacts to GMP Nos. 6-S, 6-S.1,

6-S.2, 6-S.3, 6-S.5.

HPC has submitted documentation including the subcontractor's proposal to

support this request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontractor Modification for this project is as follows:

HPC to issue a subcontract modification to M.C. Dean, Inc.

in the deductive lump sum amount of: $ (4,940.00)

Add to P1 Owner Contingency $ 4,940.00

Minutes of the Construction Committee Meeting, May 26, 2020

Page 52 of 59

Hensel Phelps Construction is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00168 (GMP No. 6-S.4) for this subcontract modification is

M.C. Dean, Inc. (Non-MWBE/LDB/VBE). There is no small business participation

associated with this modification.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, 3-Z, 3-AA,

3-BB, 3-CC, 3-DD, 3-EE, 3-FF, 3-GG, 3-HH, 3-II, 3-JJ, 3-KK, 3-LL, 3-MM, 3-NN,

3-OO, 3-PP, 3-QQ, 3-RR, 3-SS, 3-TT, 3-UU, 3-VV, 3-WW, 3-XX, and 3-YY were

considered in one motion.

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried by roll-call,

with all votes yea, to approve Hensel Phelps Construction to issue a

Subcontractor Modification to M.C. Dean, Inc. on BP-S00168, South Terminal C,

Phase 1 - Interior Finishes and Specialties (GMP No. 6-S.4), for the total

deductive lump sum amount of ($4,940.00), with funding credited to Passenger

Facility Charges and General Airport Revenue Bonds.

TT. Subcontract Modification for BP-S00173 (GMP No. 7-S.3) with Kirlin Florida,

LLC for CR0755-LST-RFI 2665-Deletion of Natural Gas Piping. Mr. Corthell

presented the memorandum, requesting approval for Turner-Kiewit Joint Venture

(TKJV) to issue a Subcontract Modification on BP-S00173, South Terminal C,

Phase 1, Landside Terminal, MEP Systems - FDOT (GMP No. 7-S.3), at the Orlando

International Airport, in the total deductive amount of ($43,828.00) to Kirlin

Florida, LLC for CR0755-LST-RFI 2665-Deletion of Natural Gas Piping. Bid

Package BP 23.0.0 "Plumbing and HVAC" was previously awarded via CR0239 to

Kirlin Florida, LLC, CC No. 20190205.02H

TKJV is proposing a subcontract modification to Kirlin Florida, LLC in the

total deductive lump sum amount of ($43,828.00) for CR0755-LST-RFI 2665-

Deletion of Natural Gas Piping. LST Bulletin 12 previously deleted two natural

gas lines and a credit was given in that CR. The response to LST RFI 2665

confirmed that natural gas piping has been removed from the LST project. The

modified scope of work consists of credits associated with the deletion of the

four remaining natural gas lines shown on the plumbing sheets.

The approval of this subcontract modification to Kirlin Florida, LLC resolves

all requests for cost and time associated with RFI 2665 in GMP No. 7-S.3.

There are no cost impacts to GMP Nos. 7-S, 7-S.1, 7-S.2 and 7-S.4.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontract Modification for this project is as follows:

TKJV to issue a subcontract modification to Kirlin

Florida, LLC in the deductive lump sum amount of: $ (43,828.00)

Add to P1 Owner Contingency: $ 43,828.00

Due to the funding source of this GMP No. 7-S.3, Turner-Kiewit Joint Venture

proposed a 10% DBE participation goal for Construction Services, in lieu of

MWBE and LDB participation goals. As such, Turner-Kiewit Joint Venture’s

committed MWBE and LDB Construction Services goals are not affected by this

modification. The subcontractor identified and committed to participate on

BP-S00173 (GMP No. 7-S.3) for this subcontract modification is Kirlin Florida,

Minutes of the Construction Committee Meeting, May 26, 2020

Page 53 of 59

LLC (Non-MWBE/LDB/VBE). There is no DBE participation associated with this

modification.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, 3-Z, 3-AA,

3-BB, 3-CC, 3-DD, 3-EE, 3-FF, 3-GG, 3-HH, 3-II, 3-JJ, 3-KK, 3-LL, 3-MM, 3-NN,

3-OO, 3-PP, 3-QQ, 3-RR, 3-SS, 3-TT, 3-UU, 3-VV, 3-WW, 3-XX, and 3-YY were

considered in one motion.

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontract Modification to Kirlin Florida, LLC on BP-S00173, South Terminal

C, Phase 1, Landside Terminal, MEP Systems - FDOT (GMP No. 7-S.3), for the

deductive amount of ($43,828.00), with funding credited to Passenger Facility

Charges.

UU. Subcontractor Modification for BP-S00178 (GMP No. 19-S) with Kiewit

Infrastructure South Co. for CR0672.1-AFC-Asphalt Millings (Part II)(CWA BP-

S00178-002). Mr. Corthell presented the memorandum, requesting approval for

Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-

S00178, South Terminal C, Phase 1 - Airfield Civil (GMP No. 19-S), at the

Orlando International Airport, in the total amount of $59,102.00 to Kiewit

Infrastructure South Co. for CR0672.1-AFC-Asphalt Millings (Part II)(CWA BP-

S00178-002). Bid Package 34.0.1 "Site Electrical and Communications" was

previously awarded within GMP No. 19-S to Kiewit Infrastructure South Co., CC

No. 20190604.026.

TKJV is proposing a subcontract modification to Kiewit Infrastructure South

Co. in the total lump sum amount of $59,102.00 for CR0672.1-AFC-Asphalt

Millings (Part II), (CWA BP-S00178-002). GMP No. 19-S was procured with an

assumption that onsite milling materials would be available to the contractor

for use on crane pads, access road, pedestrian paths, and relocated laydown

yard. Due to an insufficient quantity of milling materials being available

onsite, the contractor had to purchase millings for the areas shown on the map

included in this package, for a total of 5,845 tons. CR0672 was submitted and

approved at CC No. 20200218.03AA for the cost of 2,908 tons of millings

material for crane pads, access road, and pedestrian paths. The modified

scope of work consists of all remaining costs associated with 2,937 tons of

asphalt milling RAP (Reclaimed Asphalt Pavement) for use on relocated HPC

laydown yard as tracked by the time and material (T&M) tickets.

The approval of this subcontract modification to Kiewit Infrastructure South

Co. resolves all requests for cost and time for the scope of work delineated

in CR0672.1-AFC-Asphalt Millings (Part II) (CWA BP-S00178-002) and closes CWA

BP-S00178-002.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost review is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontractor Modification for this project is as follows:

TKJV to issue a subcontract modification to Kiewit

Infrastructure South Co. in the lump sum amount of: $ 59,102.00

Deduct from P1X Owner Contingency: $ (59,102.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

Minutes of the Construction Committee Meeting, May 26, 2020

Page 54 of 59

participate on BP-S00178 (GMP No. 19-S) for this subcontract modification is

Kiewit Infrastructure South Co. (Non-MWBE/LDB). There is 87% LDB participation

associated with this modification.

Ms. Sharman asked if this request takes into account any potential reductions

to the GMP. Mr. Corthell answered yes.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, 3-Z, 3-AA,

3-BB, 3-CC, 3-DD, 3-EE, 3-FF, 3-GG, 3-HH, 3-II, 3-JJ, 3-KK, 3-LL, 3-MM, 3-NN,

3-OO, 3-PP, 3-QQ, 3-RR, 3-SS, 3-TT, 3-UU, 3-VV, 3-WW, 3-XX, and 3-YY were

considered in one motion.

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontractor Modification to Kiewit Infrastructure South, Co. on BP-S00178,

South Terminal C, Phase 1 - Airfield Civil (GMP No. 19-S), for the total lump

sum amount of $59,102.00, with funding from General Airport Revenue Bonds.

VV. Subcontractor Modification for BP-S00178 (GMP No. 19-S) with Kiewit

Infrastructure South Co. for CR0886-AFC-North Secure Road Permanent Lighting

(CWA No. BP-S00178-004). Mr. Corthell presented the memorandum, requesting

approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract

Modification on BP-S00178, South Terminal C, Phase 1 - Airfield Civil (GMP No.

19-S), at the Orlando International Airport, in the total amount of $9,114.00

to Kiewit Infrastructure South Co. for CR0886-AFC-North Secure Road Permanent

Lighting (CWA No. BP-S00178-004). Bid Package 34.10.1 "Site Electrical and

Communications" was previously awarded within GMP No. 19-S to Kiewit

Infrastructure South Co., CC No. 20190604.026.

TKJV is proposing a subcontract modification to Kiewit Infrastructure South

Co. in the total lump sum amount of $9,114.00 for CR0886-AFC-North Secure Road

Permanent Lighting (CWA No. BP-S00178-004). The Plan Sheet CE12.01.03 left

final design and routing of circuitry to the contractor to finalize and

included a note that circuit voltage, direction of feed and existing load

shall require onsite verification. There was work that could not have been

known at bid time inside the AOA in order to maintain lights along Jeff Fuqua

Boulevard, as well as Secure Road. Based on actual onsite conditions, the

contractor had to coordinate with the OAR and OUC to re-circuit the lighting

fixtures on the Secure Road to an alternate voltage source. The modified scope

of work consists of all labor, material and equipment costs associated with

installing 2-inch underground SCH40 PVC conduit, fittings and pull boxes for

OUC roadway lighting on Secure Road for AFC.

The approval of this subcontract modification to Kiewit Infrastructure South

Co. resolves all requests for cost and time for the scope of work delineated

in CR0886-AFC-North Secure Road Permanent Lighting (CWA No. BP-S00178-004) and

closes CWA No. BP-S00178-004.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontractor Modification for this project is as follows:

TKJV to issue a subcontract modification to Kiewit

Infrastructure South Co. in the lump sum amount of: $ 9,114.00

Deduct from P1 Owner Contingency: $ (9,114.00)

Minutes of the Construction Committee Meeting, May 26, 2020

Page 55 of 59

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00178 (GMP No. 19-S) for this subcontract modification is

Kiewit Infrastructure South Co. (Non-MWBE/LDB). There is 76.3% LDB

participation associated with this modification.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, 3-Z, 3-AA,

3-BB, 3-CC, 3-DD, 3-EE, 3-FF, 3-GG, 3-HH, 3-II, 3-JJ, 3-KK, 3-LL, 3-MM, 3-NN,

3-OO, 3-PP, 3-QQ, 3-RR, 3-SS, 3-TT, 3-UU, 3-VV, 3-WW, 3-XX, and 3-YY were

considered in one motion.

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontractor Modification to Kiewit Infrastructure South, Co. on BP-S00178,

South Terminal C, Phase 1 - Airfield Civil (GMP No. 19-S), for the total lump

sum amount of $9,114.00, with funding from General Airport Revenue Bonds.

WW. Subcontractor Modification for BP-S00178 (GMP No. 19-S) with Kiewit

Infrastructure South Co. for CR0875-AFC-Sheet Pile Existing Transformer (CWA

BP-S00178-001). Mr. Corthell presented the memorandum, requesting approval

for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on

BP-S00178, South Terminal C, Phase 1 - Airfield Civil (GMP No. 19-S), at the

Orlando International Airport, in the total amount of $77,526.00 to Kiewit

Infrastructure South Co. for CR0875-AFC-Sheet Pile Existing Transformer (CWA

BP-S00178-001). Bid Package 34.10.1 "Site Electrical and Communications" was

previously awarded within GMP No. 19-S to Kiewit Infrastructure South Co., CC

No. 20190604.026.

TKJV is proposing a subcontract modification to Kiewit Infrastructure South

Co. in the total lump sum amount of $77,526.00 for CR0875-AFC-Sheet Pile

Existing Transformer. The modified scope of work consists of all labor,

material and equipment costs associated with installing sheet piling

44-foot L x 92-foot W in order to protect existing transformers that were too

close to P1X foundations, leaving it in place for two months, and then removing

the temporary sheet piling.

The approval of this subcontract modification to Kiewit Infrastructure South

Co. resolves all requests for cost and time associated with CR0875-AFC-Sheet

Pile Existing Transformer and closes (CWA BP-S00178-001).

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontractor Modification for this project is as follows:

TKJV to issue a subcontract modification to Kiewit

Infrastructure South Co. in the lump sum amount of: $ 77,526.00

Deduct from P1X Owner Contingency: $ (77,526.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00178 (GMP No. 19-S) for this subcontract modification is

Kiewit Infrastructure South Co. (Non-MWBE/LDB). There is no small business

participation associated with this modification.

Minutes of the Construction Committee Meeting, May 26, 2020

Page 56 of 59

Ms. Sharman asked if this request takes into account any potential reductions

to the GMP. Mr. Corthell answered yes.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, 3-Z, 3-AA,

3-BB, 3-CC, 3-DD, 3-EE, 3-FF, 3-GG, 3-HH, 3-II, 3-JJ, 3-KK, 3-LL, 3-MM, 3-NN,

3-OO, 3-PP, 3-QQ, 3-RR, 3-SS, 3-TT, 3-UU, 3-VV, 3-WW, 3-XX, and 3-YY were

considered in one motion.

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontractor Modification to Kiewit Infrastructure South, Co. on BP-S00178,

South Terminal C, Phase 1 - Airfield Civil (GMP No. 19-S), for the total lump

sum amount of $77,526.00, with funding from General Airport Revenue Bonds.

XX. Subcontractor Modification for BP-S00179 (GMP No. 6-S.6) with M. C. Dean, Inc.

for CR0476.2-6S6-RFI 2067 Deletion of Blank Plates at Premise Distribution

System (PDS) Empty Cabinets. Mr. Corthell presented the memorandum, requesting

approval for Hensel Phelps Construction (HPC) to issue a Subcontract

Modification on BP-S00179, South Terminal C, Phase 1 - Airside Concourse (GMP

No. 6-S.6), at the Orlando International Airport, in the total deductive amount

of ($16,978.00) to M. C. Dean, Inc. for CR0476.2-6S6-RFI 2067 Deletion of

Blank Plates at Premise Distribution System (PDS) Empty Cabinets. Bid Package

for BP-S00179 27.01 "Airside Concourse Low Voltage Systems" has been previously

awarded within GMP No. 6-S.6 to M. C. Dean, Inc., CC No. 20191029.007.

HPC is requesting to issue a Subcontractor Modification to M. C. Dean, Inc.,

in the total deductive Lump Sum amount of ($16,978.00) for CR0476.2-6S6-RFI

2067 Deletion of Blank Plates at Premise Distribution System (PDS) Empty

Cabinets. The modified scope of work consists of the labor and material credits

associated with the deletion of the blank plate covers added in CWS Bulletin

007, Specification Section 27 10 00, Premise Distribution System, in all the

PDS empty cabinet spaces, per RFI 2067 response.

The approval of this Subcontractor Modification to M.C. Dean, Inc. resolves

all requests for costs and time resulting from RFI 2067 scope of work within

GMP No. 6-S.6. Impacts of RFI 2067 to GMP No. 6-S.4 were approved via CC No.

20200225.02U.

HPC has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for costs or time.

The effect of this Subcontractor Modification for this project is as follows:

HPC to issue a subcontract modification to M. C. Dean,

Inc. in the deductive lump sum amount of: $ (16,978.00)

Add to Owner Contingency: $ 16,978.00

Due to the funding source of this GMP No. 6-S.6, Hensel Phelps Construction

proposed DBE participation goals per bid scope of work for Construction

Services. The subcontractor identified and committed to participate on BP-

S00179 (GMP No. 6-S.6) for this subcontract modification is M. C. Dean, Inc.

(Non-DBE/MWBE/LDB). There is a 100% reduction in DBE participation associated

with this modification.

Ms. Sharman stated that this BBC includes Phase 1 Expansion funding.

Minutes of the Construction Committee Meeting, May 26, 2020

Page 57 of 59

Ms. Sharman asked if this request takes into account any potential reductions

to the GMP. Mr. Corthell answered yes.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, 3-Z, 3-AA,

3-BB, 3-CC, 3-DD, 3-EE, 3-FF, 3-GG, 3-HH, 3-II, 3-JJ, 3-KK, 3-LL, 3-MM, 3-NN,

3-OO, 3-PP, 3-QQ, 3-RR, 3-SS, 3-TT, 3-UU, 3-VV, 3-WW, 3-XX, and 3-YY were

considered in one motion.

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried by roll-call,

with all votes yea, to approve Hensel Phelps Construction to issue a

Subcontractor Modification to M. C. Dean, Inc. on BP-S00179, South Terminal

C, Phase 1 - Airside Concourse (GMP No. 6-S.6), for the total deductive lump

sum amount of ($16,978.00), with funding credited to General Airport Revenue

Bonds and Passenger Facility Charges.

YY. Subcontractor Modification for BP-S00179 (GMP No. 6-S.6) with M. C. Dean, Inc.

for CR0566.2-6S.6-RFI 2352 Emergency Communication System (ECS] Fault

Reporting Confirmation. Mr. Corthell presented the memorandum, requesting

approval for Hensel Phelps Construction (HPC) to issue a Subcontract

Modification on BP-S00179, South Terminal C, Phase 1 - Airside Concourse (GMP

No. 6-S.6), at the Orlando International Airport, in the total deductive amount

of ($1,861.00) to M. C. Dean, Inc. for CR0566.2-6S.6-RFI 2352 Emergency

Communication System (ECS] Fault Reporting Confirmation. Bid Package for BP-

S00179 27.01 "Airside Concourse Low Voltage Systems" has been previously

awarded within GMP No. 6-S.6 to M. C. Dean, Inc., CC No. 20191029.007.

HPC is requesting to issue a Subcontractor Modification to M. C. Dean, Inc.

in the total deductive Lump Sum amount of ($1,861.00) for CR0566.2-6S.6-RFI

2352 Emergency Communication System (ECS) Fault Reporting Confirmation. The

modified scope of work consists of the costs associated with the deletion of

the Fire Alarm logic relay 1522LR, per RFI 2352 response.

The approval of this Subcontractor Modification to M. C. Dean, Inc. resolves

all requests for costs and time resulting from RFI 2352 scope of work within

GMP No. 6-S.6. Impacts of RFI 2352 to GMP No. 6-S.4 will be submitted via

CR0566.1-6S.4. There are no cost or time impacts to GMP Nos. 6-S, 6-S.1, 6-

S.2, 6-S.3, 6-S.5.

HPC has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for costs or time.

The effect of this Subcontractor Modification for this project is as follows:

HPC to issue a subcontract modification to M. C. Dean,

Inc. in the deductive lump sum amount of: $ (1,861.00)

Add to Owner Contingency: $ 1,861.00

Due to the funding source of this GMP No. 6-S.6, Hensel Phelps Construction

proposed DBE participation goals per bid scope of work for Construction

Services. The subcontractor identified and committed to participate on BP-

S00179 (GMP No. 6-S.6) for this subcontract modification is M. C. Dean, Inc.

(Non-DBE/MWBE/LDB). There is no small business participation associated with

this modification.

Ms. Sharman asked if this request takes into account any potential reductions

to the GMP. Mr. Corthell answered yes.

Minutes of the Construction Committee Meeting, May 26, 2020

Page 58 of 59

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, 3-Z, 3-AA,

3-BB, 3-CC, 3-DD, 3-EE, 3-FF, 3-GG, 3-HH, 3-II, 3-JJ, 3-KK, 3-LL, 3-MM, 3-NN,

3-OO, 3-PP, 3-QQ, 3-RR, 3-SS, 3-TT, 3-UU, 3-VV, 3-WW, 3-XX, and 3-YY were

considered in one motion.

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried by roll-call,

with all votes yea, to approve Hensel Phelps Construction to issue a

Subcontractor Modification to M. C. Dean, Inc. on BP-S00179, South Terminal

C, Phase 1 - Airside Concourse (GMP No. 6-S.6), for the total deductive lump

sum amount of ($1,861.00), with funding credited to Passenger Facility Charges

and General Airport Revenue Bonds.

ZZ. Subcontractor Modification for BP-S00179 (GMP No. 6-S.6) with Liberty Conshor,

LLC for CR0574-6S6-RFI 2133 Pile Caps and Adjoining Foundations.

This item was deferred.

GENERAL

REQUEST FOR RESCISSION OF PRIOR APPROVAL FOR PASSIVE OPTICAL LOCAL AREA NETWORK (POL)

TESTING OF TECHNOLOGY WITH WORLD WIDE TECHNOLOGY, LLC FOR W-00401, SELECTION OF

PASSIVE OPTICAL LOCAL AREA NETWORK (LAN) MANUFACTURER, AT THE ORLANDO INTERNATIONAL

AIRPORT.

4. Ms. Harvey presented the memorandum, dated May 26, 2020, to request for the

rescission of prior approval for Passive Optical Local Area Network (POL) Testing

of Technology with World Wide Technology, LLC for W-00401, Selection of Passive

Optical Local Area Network (LAN) Manufacturer, at the Orlando international Airport.

On September 5, 2019, the Construction Committee approved POL Testing of Technology

with World Wide Technology for the not-to-exceed amount of $20,493.84. Due to

irreconcilable contract term differences, instead of using World Wide Technology,

LLC’s facilities for the testing, the decision was made to utilize the Aviation

Authority’s Configuration Lab at HBJ Warehouse to complete this testing and

evaluation of the three shortlisted Proposers for W401, Selection of POL

Manufacturer, against specific operational requirements. Therefore, it is

respectfully requested that the previous Construction Committee approval to procure

testing services from World Wide Technology, LLC be rescinded.

The Office of Small Business Development has determined that the proposed request

to rescind prior approval to procure testing services from World Wide Technology,

LLC does not have any impact on the small business participation.

Upon motion of Ms. Sharman, second by Mr. Hunt, vote carried by roll-call, with all

votes yea, to approve the rescission of prior approval of Passive Optical Local Area

Network (POL) Testing of Technology with World Wide Technology, LLC for W-00401,

Selection of Passive Optical Local Area Network (LAN) Manufacturer, for the total

deductive amount of ($20,493.84), with funding credited to General Airport Revenue

Bonds.

INFORMATION ITEMS

5. The following items were presented for information only:

A. Field Change Order (FCO) Log

B. COVID-19 CCM Item Log

On WEDNESDAY, JUNE 3, 2020, the CONSTRUCTION COMMITTEE met in regular session

telephonically with the meeting live streamed on You Tube (www.OrlandoAirports.net).

Chairman Thornton called the meeting to order at 10:00 a.m. The meeting was posted

in accordance with Florida Statutes with a quorum participating. Office of the

Governor, Executive Order Number 20-69

Participating Committee members,

Stanley J. Thornton, Chairman

Kathleen Sharman, Chief Financial Officer

Mike Patterson, Director of Construction

Gary Hunt, Director of Maintenance

Denise Schneider, Assistant Director of Purchasing and Material Control

Also participating:

Davin Ruohomaki, GOAA Senior Director of Planning, Engineering, and Construction

Karen Ryan, Legal Counsel (Nelson Mullins Broad & Cassel)

Dan Carrington, GOAA Environmental

Scott Shedek, GOAA Construction

Alex Sorondo, HNTB Corporation

Ben Brown, A2 Group, Inc.

Chris Kieffer, A2 Group, Inc.

Don Corthell, PSA Management, Inc.

Tara Ciaglia, Recording Secretary

LOBBYIST DISCLOSURE

Parties present were reminded that for individuals who conduct lobbying activities

with Aviation Authority employees or Board members, registration with the Aviation

Authority is required each year prior to conducting any lobbying activities. A

statement of expenditures incurred in connection with those lobbying instances should

also be filed prior to April 1st of each year for the preceding year. As of January

16, 2013, lobbying any Aviation Authority Staff who are members of any committee

responsible for ranking Proposals, Letters of Interest, Statements of Qualifications

or Bids and thereafter forwarding those recommendations to the Board and/or Board

Members is prohibited from the time that a Request for Proposals, Request for Letters

of Interests, Request for Qualifications or Request for Bids is released to the time

that the Board makes an award. As adopted by the Board on September 19, 2012,

lobbyists are now required to sign-in at the Aviation Authority offices prior to any

meetings with Staff or Board members. In the event a lobbyist meets with or otherwise

communicates with Staff or a Board member at a location other than the Aviation

Authority offices, the lobbyist shall file a Notice of Lobbying (Form 4) detailing

each instance of lobbying to the Aviation Authority within 7 calendar days of such

lobbying. As of January 16, 2013, lobbyists will also provide a notice to the

Aviation Authority when meeting with the Mayor of the City of Orlando or the Mayor

of Orange County at their offices. The policy, forms, and instructions are available

in the Aviation Authority’s offices and the website. Please contact the Director

of Board Services with questions at (407) 825-2032.

ANNOUNCEMENT

Any appeals of decisions made by the Construction Committee must be filed with the

Chief Executive Officer within five business days (no later than 4:00 p.m. on the

fifth business day) of the rendering of that decision. If a bidder or proposer is

aggrieved by any of the proceedings of today’s meeting and wishes to appeal the

results of actions made by this committee, they must file an appeal stating the item

they wish to appeal and the basis for which they wish to appeal, and it must be

received in writing by the Chief Executive Officer, Mr. Phillip N. Brown, via email

[email protected], with a copy to [email protected] (emails will be accepted during the

COVID-19 pandemic.)

Minutes of the Construction Committee Meeting, June 3, 2020

Page 2 of 41

COVID-19 ANNOUNCEMENT

Due to COVID-19, the Aviation Authority is adhering to a business distancing

operational plan. Please note that all Construction Committee meetings from today

until further notice will be held telephonically. If you would like to speak at the

meeting on an agenda item being considered, please contact the Recording Secretary,

Tara Ciaglia ([email protected] -or- 407-825-4461) no less than 24 hours in

advance of the meeting. Otherwise, the Construction Committee will be available via

Live Stream at www.orlandoairports.net.

CHANGE ORDER AGENDA

1. The following Change Orders were presented for consideration:

A. Change Order BP-00482-04 VARIOUS REVISIONS. This change order to the contract with Carr & Collier Inc. for Gate E-50 and Checkpoint Charlie Development is

to: 1. Increase the Contract Time for Substantial Completion by 97 calendar

days, from 220 calendar days to 317 calendar days, for delays associated with

utility locates, delayed permit issuance, and City of Orlando inspection

rescheduling. ADD: $0.00; 2. Negotiated Settlement for project refinements to

provide all labor, materials, and equipment for: (a) Additional asphalt

pavement, Raised Pavement Markings (RPM), and flexible delineators in areas

originally designed to be non-asphalt paving, in accordance with design

drawings, provided at ‘Attachment B’; (b) Ten bollards to protect aboveground

equipment; (c) Install revised storm water system piping, structures,

flumes/dissipaters, and canopy roof-drain system, in accordance with design

drawings, provided at ‘Attachment B’; (d) Install a gate valve on the main

water lateral from Cargo Road; (e) Install 2,350 square yards of sod for

disturbed areas outside of the north project limits; (f) Implement improvements

to the electrical system, in accordance with design drawings, provided at

‘Attachment B’; (g) Install an nVent Erico Interceptor ESE i-series Lightning

Protection arrestor system to allow for continuous operation of the checkpoint

during inclement weather, in accordance with design drawings, provided at

‘Attachment B’; (h) Install an under cabinet water heater for the restroom and

janitor’s closet fixtures in accordance the City of Orlando permit comments;

and, (i) Install revised concrete canopy footings in accordance with the

delegated structural engineer’s design. This item completely resolves all cost

issues associated with the above adjustments. Contractor represents and

warrants that neither Contractor nor its subcontractors, suppliers,

materialmen, or any other persons supplying materials, supplies, services, or

labor directly or indirectly in the prosecution of the work provided in the

Contract have or are aware of any claims or potential claims on this Project.

Contractor further covenants that all subcontractors, suppliers, materialmen,

and all other persons supplying material, supplies, services, or labor used

directly or indirectly in the prosecution of the work provided in the Contract

shall be paid in full, and that Contractor shall defend, indemnify and hold

harmless the Aviation Authority from any and all debts and accounts, promises,

damages, liens, encumbrances, causes of action, suits, bonds, judgements,

claims and demands whatsoever, in law or in equity which any subcontractors,

suppliers, materialmen, or any other persons supplying material, supplies,

services, or labor used directly or indirectly in the prosecution of the work

provided in the Contract had, now has, or may ever have. ADD: $233,140.34;

and, 3. Negotiated Settlement for project refinements to: (a) Eliminate

concrete curb, traffic separator, curb infill areas, and aggregate sub-base

within the interior of the project limits; (b) Eliminate one gate arm from the

Non-AOA reject lane; (c) Eliminate two P-2 Inlet tops; (d) Eliminate the

demolition of the high mast parking lot light; (e) Eliminate Orlando Utilities

Commission connection for streetlights; (f) Eliminate original lightning

protection system; (g) Eliminate original water heater from janitor’s closet;

and, (h) Savings from fill dirt provided by the Aviation Authority.

DEDUCT: ($65,272.15).

Minutes of the Construction Committee Meeting, June 3, 2020

Page 3 of 41

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried by roll-call

with all votes yea, to recommend to the Aviation Authority Board approval of

Change Order BP-00482-04, for a total amount of $167,868.19 and a 97 calendar

day time extension to Substantial Completion, with funding from previously-

approved Capital Expenditure Funds.

B. Change Order BP-00486-03 GENERATOR CHANGE. This change order to the contract with Hubbard Construction Company for Runway 18L-36R Rehabilitation and Related

Work is to provide a credit for the procurement of a Tier 3 Generator as

opposed to a Tier 4 Generator as required by Contract. It was determined that

the lead time for the Tier 4 was not conducive to the construction dates

provided per Contract. DEDUCT: ($155,984.37).

Ms. Sharman asked if it was okay to switch from a Tier 4 to a Tier 3 generator.

Mr. Brown replied yes, that a Tier 4 generator is intended to run continuously.

A Tier 3 generator operates as needed which is acceptable.

Upon motion of Ms. Sharman, second by Mr. Hunt, vote carried by roll-call with

all votes yea, to recommend to the Aviation Authority Board approval of Change

Order BP-00486-03, for a total deductive amount of ($155,984.37) and no time

extension, with funding credited to FAA and FDOT Grants to the extent eligible,

previously-approved Capital Expenditure Funds, and General Airport Revenue

Bonds.

C. Change Order BP-00491-08 VARIOUS REVISIONS. This change order to the contract with H.W. Davis Construction Inc. for West Security Screening Check Point

Expansion Package 2 is to: 1. Provide labor, material, and equipment to provide

low voltage connections to Level 3 TSA office space, low voltage cabling to

temporary video wall monitors. ADD: $10,634.00; 2. Provide labor, material,

and equipment to install one receptacle for one Fan Coil Unit (FCU) in the

Level 3 TSA office space. ADD: $1,746.17; 3. Provide labor, material, and

equipment to install three additional circuits for three FCUs in the Level 3

TSA office space. ADD: $7,949.00; 4. Provide labor, material, and equipment

to install WT 9x53 to existing structural steel on Level 2 between Grid Lines

F.5 and G.1 at Column Line 6.9, in accordance with ASI-16. ADD: $26,788.00;

5. Provide labor, material, and equipment to install WT 9x25 to structural

steel columns at Grid Lines 3-5 and G-H, in accordance with RFI-22. ADD:

$8,209.00; 6. Provide labor, material, and equipment to level the floor at the

transition between the vomitory tile and carpet at the A and B Sides of the

West Checkpoint. This change order replaces Field Change Order No. 2. ADD:

$3,520.00; and, 7. Reduce the Allowance for Unforeseen Conditions by

($56,197.00) from $56,197.00 to $0.00, to offset the costs associated with

this change order. DEDUCT: ($56,197.00).

Chairman Thornton asked about the deviation in the circuits. Mr. Shedek replied

that these were approved units; however, different manufacturers have different

circuitry specifications and the approved units being used required some

adjustments.

Upon motion of Ms. Sharman, second by Ms. Schneider, vote carried by roll-call

with all votes yea, to approve Change Order BP-00491-08, for a total amount

of $2,649.17 and no time extension, with funding from previously-approved

Capital Expenditure Funds, and General Airport Revenue Bonds.

D. Change Order V-00867-03 VARIOUS REVISIONS. [A handout was presented, which includes a revised Coversheet.] This change order to the contract with R. L.

Burns, Inc. for Centerfield ARFF Administration Building is the final change

order and includes the following: 1. Provide all labor, equipment, and

Minutes of the Construction Committee Meeting, June 3, 2020

Page 4 of 41

materials to perform the below-listed changes to building power. (Reference

Design Bulletin-03R1, Sheets E1-0, E2-0, and E4-1, and RFI-37): (a) Revise

routing to OUC transformer; (b) Increase size of emergency generator concrete

pad; and, (c) Add circuit for the Generator Annunciator Panel (GAP). This

change order replaces Field Change Order No. 3. ADD: $23,467.90; 2. Provide

all labor, equipment and materials to install bollards around the OUC

transformer. ADD: $6,902.83; 3. Provide all labor, equipment, and materials

to add data outlets in Workstation Room 121 where Contract Documents do not

make provisions for data outlets at all necessary workstation locations.

(Reference RFC-006R2 and Sheet T-2.0). This change order replaces Field Change

Order No. 4R. ADD: $2,000.00; 4. Provide all labor, equipment, and materials

to relocate of the installed Variable Air Volume (VAV) in the mechanical room.

(Reference RFI Nos. 42 and 53). ADD: $623.15; 5. Provide all labor, equipment,

and materials to shift proposed canopy footings determined to conflict with

the existing planter foundation. (Reference RFI-56). ADD: $606.29; 6. Provide

all labor, equipment and materials to reroute the condensate discharge to the

exterior from the air handler unit. (Reference RFI-65). ADD: $714.21;

7. Provide all labor, equipment, and materials to tie into an available

irrigation source. (Reference RFI-64). ADD: $10,916.27; 8. Provide all labor,

equipment and material to install temporary irrigation. ADD: $3,766.72; 9.

Provide all labor, equipment, and materials to provide power to various items,

where raceways to service these items are not identified in the electrical

package of the Contract Drawings. (Reference RFI-67). ADD: $4,102.58; 10.

Provide all labor, equipment, and materials to address City Fire Inspector

comments, issued during Final Inspection. ADD: $5,876.82; and, 11. Increase

the Contract Time for Substantial Completion by 124 calendar days from

317 calendar days to 441 calendar days. ADD: $0.00.

Ms. Sharman asked if the change order amount had changed. Mr. Kieffer replied

no, that the handout was provided to show that the potential A/E backcharges’

amounts had been revised.

Upon motion of Ms. Schneider, second by Mr. Hunt, vote carried by roll-call

with all votes yea, to recommend to the Aviation Authority Board approval of

Change Order V-00867-03, for a total amount of $58,976.77 and a 124 calendar

day time extension to Substantial Completion, with funding from previously-

approved Capital Expenditure Funds.

CONSTRUCTION MANAGEMENT AT RISK (CM@R) GUARANTEED MAXIMUM PRICE (GMP) BUDGET, BUYOUT,

AND CONTINGENCY MANAGEMENT REQUESTS AGENDA

2. The following GMP Budget, Buyout, and Contingency Management requests (related

to the South Terminal C, Phase One Project) were presented for consideration:

A. Subcontractor Modification for BP-S00141 (GMP No. 5-S.4) with Schindler

Elevator Corporation for CR0800-LST-RFIs 2036 and 2036.1 Elevator 12.2 Stop

at Level 5 BHS Platform. Mr. Corthell presented the memorandum, requesting

approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontractor

Modification on BP-S00141, South Terminal C, Phase 1 – Landside Conveying

Equipment (GMP No. 5-S.4), at the Orlando International Airport, in the total

amount of $1,169.00 to Schindler Elevator Corporation, for CR0800-LST-RFI 2036

and 2036.1 Elevator 12.2 Stop at Level 5 BHS Platform. Bid Package 14.0.0

"Conveying Systems" was previously awarded within GMP No. 5-S.4 to Schindler

Elevator Corporation, CC No. 20181004.007.

TKJV is proposing a subcontract modification to Schindler Elevator Corporation

in the total lump sum amount of $1,169.00 for CR0800-LST-RFIs 2036 and 2036.1

Elevator 12.2 Stop at Level 5 BHS Platform. The modified scope of work consists

of additional labor and material costs for the elevator manufacturer associated

Minutes of the Construction Committee Meeting, June 3, 2020

Page 5 of 41

with the revisions to Car-Opening Panel of Elevator 12.2 due to removal of

stop on Level 5, per RFIs 2036 and 2036.1.

The approval of this subcontract modification to Schindler Elevator Corporation

resolves all requests for costs and time resulting from RFIs 2036 and 2036.1

in GMP No. 5-S.4. Cost impacts to GMP No. 7-S.1 were approved at CC

No. 20200310-03L. There are no cost impacts to GMP Nos. 7-S, 7-S.2, 7-S.3 and

7-S.4.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests of cost or time.

The effect of this Subcontractor Modification for this project is as follows:

TKJV to issue a subcontract modification to Schindler

Elevator Corporation in the lump sum amount of: $ 1,169.00

Deduct from P1 Owner Contingency: $ (1,169.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00141 (GMP No. 5-S.4) for this subcontract modification is

Schindler Elevator Corporation (Non-MWBE/LDB/VBE). There is no small business

participation associated with this modification.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, and 2-CC were considered in one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, vote carried to approve Turner-Kiewit Joint Venture to

issue a Subcontractor Modification to Schindler Elevator Corporation on

BP-S00141, South Terminal C, Phase 1 – Landside Conveying Equipment (GMP No.

5-S.4), for the total lump sum amount of $1,169.00, with funding from Passenger

Facility Charges and General Airport Revenue Bonds.

B. Subcontractor Modification for BP-S00141 (GMP No. 5-S.4) with Schindler

Elevator Corporation for CR1053-GTF-RFI 4295-Exterior Escalators Hatch Access

to Sump Pump. Mr. Corthell presented the memorandum, requesting approval for

Turner-Kiewit Joint Venture (TKJV) to issue a Subcontractor Modification on

BP-S00141, South Terminal C, Phase 1 – Landside Conveying Equipment (GMP No.

5-S.4), at the Orlando International Airport, in the total amount of $829.00

to Schindler Elevator Corporation, for CR1053-GTF-RFI 4295-Exterior Escalators

Hatch Access to Sump Pump. Bid Package 14.0.0 "Conveying Systems" was

previously awarded within GMP No. 5-S.4 to Schindler Elevator Corporation, CC

No. 20181004.007.

TKJV is proposing a subcontract modification to Schindler Elevator Corporation

in the total lump sum amount of $829.00 for CR1053-GTF-RFI 4295-Exterior

Escalators Hatch Access to Sump Pump. Schindler Elevator Corporation issued

sketches in response to RFI 4295 to add removable panels to access sump pump

at exterior escalators. The sump pump pit dimensions were also revised to

36-inch W x 36-inch L x 36-inch D per the Design Team direction. The modified

scope of work consists of additional labor and material costs for the elevator

manufacturer associated with the revisions to add access hatch in the bottom

of the escalator pan to access the sump pump.

Minutes of the Construction Committee Meeting, June 3, 2020

Page 6 of 41

The approval of this subcontract modification to Schindler Elevator Corporation

resolves all requests for costs and time resulting from RFI 4295.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate; included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontractor Modification for this project is as follows:

TKJV to issue a subcontract modification to Schindler

Elevator Corporation in the lump sum amount of: $ 829.00

Deduct from P1X Owner Contingency: $ (829.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00141 (GMP No. 5-S.4) for this subcontract modification is

Schindler Elevator Corporation (Non-MWBE/LDB/VBE). There is no small business

participation associated with this modification.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, and 2-CC were considered in one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, vote carried to approve Turner-Kiewit Joint Venture to

issue a Subcontractor Modification to Schindler Elevator Corporation on

BP-S00141, South Terminal C, Phase 1 – Landside Conveying Equipment (GMP No.

5-S.4), for the total lump sum amount of $829.00, with funding from General

Airport Revenue Bonds and Customer Facility Charges.

C. Subcontract Modification for BP-S00143 (GMP No. 6-S.1) with Banker Steel Co., LLC for CR0546-6S1-RFI 2172 PBP 241 Low Roof Parapet Structural Support (CWA

BP-S143-024). Mr. Corthell presented the memorandum, requesting approval for

Hensel Phelps Construction (HPC) to issue a Subcontract Modification on BP-

S00143, South Terminal C, Phase 1 - Airside Terminal, Structure and Enclosure

(GMP No. 6-S.1), at the Orlando International Airport, in the total amount of

$2,522.00 to Banker Steel Co., LLC, for CR0546-6S1-RFI 2172 PBP 241 Low Roof

Parapet Structural Support (CWA BP-S143-024). Bid Package for BP-S00143 05.01

"Structural Steel and Miscellaneous Metals" has been previously awarded within

GMP No. 6-S.1 to Banker Steel Co., LLC, CC No. 20180410.008.

HPC is requesting to issue a Subcontractor Modification to Banker Steel Co.,

LLC in the total Lump Sum amount of $2,522.00 for CR0546-6S1-RFI 2172 PBP 241

Low Roof Parapet Structural Support. The modified scope of work consists of

the additional detailing, material, labor, and erection costs associated with

the added structural steel to support the parapet framing on both sides of the

Passenger Boarding Pier PBP-241 low roof expansion joint bump-out at Gridline

A 18.9/B4.5, per RFI 2172 response and sketches.

The approval of this Subcontractor Modification to Banker Steel Co., LLC

resolves all requests for cost and time resulting from RFI 2172 scope of work

and closed out CWA BP-S143-024. Costs for Testing and Inspection, if any, will

be submitted in a future CR.

HPC has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

Minutes of the Construction Committee Meeting, June 3, 2020

Page 7 of 41

this request, the Owner does not waive its right to enforce the contract

requirements or other requests for costs or time.

The effect of this Subcontract Modification for this project is as follows:

HPC to issue a subcontract modification to Banker

Steel Co., LLC in the lump sum amount of: $ 2,522.00

Deduct from P1 Owner Contingency: $ (2,522.00)

Hensel Phelps Construction is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00143 (GMP No. 6-S.1) for this subcontract modification is

Banker Steel Co., LLC (Non-MWBE/LDB/VBE). There is no small business

participation associated with this modification.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, and 2-CC were considered in one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Hensel Phelps Construction to issue a

Subcontract Modification to Banker Steel Co., LLC on BP-S00143, South Terminal

C, Phase 1 - Airside Terminal, Structure and Enclosure (GMP No. 6-S.1), for

the total lump sum amount of $2,522.00, with funding from Passenger Facility

Charges.

D. Subcontract Modifications for BP-S00143 (GMP No. 6-S.1) with T&T Construction of Central Fla., Inc.; and Banker Steel Co., LLC; for CR0444-6S1-RFI 1927 High

Roof Slab at LST/ASC Connection (CWA BP-S143-020). Mr. Corthell presented the

memorandum, requesting approval for Hensel Phelps Construction (HPC) to issue

Subcontract Modifications on BP-S00143, South Terminal C, Phase 1 - Airside

Terminal, Structure and Enclosure (GMP No. 6-S.1), at the Orlando International

Airport, in the total amount of $20,825.00 to T&T Construction of Central

Fla., Inc.; and Banker Steel Co., LLC; for CR0444-6S1-RFI 1927 High Roof Slab

at LST/ASC Connection (CWA BP-S143-020). Bid Package 03.02 "Building Concrete"

and 05.01 "Structural Steel and Miscellaneous Metals" were previously awarded

within GMP No. 6-S.1, respectively, to T&T Construction of Central Fla., Inc.;

and Banker Steel Co., LLC; CC No. 201800410.008.

RFI 1927 was written to clarify a discrepancy at the High Roof LST/ASC

Connection causing a portion of the exterior framing to not have the required

structural steel supports. HPC is requesting to issue the following

Subcontractor Modifications to:

1. T&T Construction of Central Fla., Inc. in the Lump Sum amount of

$1,865.00 for CR0444-6S1-RFI 1927 High Roof Slab at LST/ASC Connection.

The modified scope of work consists of the costs associated with added

Slab-on-Metal-Deck (SOMD) at column lines A30/S2 on the High Roof for

the ASC connection to the LST (Landside Terminal), per RFI 1927

response.

2. Banker Steel Co., LLC in the Lump Sum amount of $18,960.00 for CR0444-

6S1-RFI 1927 High Roof Slab at LST/ASC Connection. The modified scope

of work consists of the detailing, material, fabrication and erection

costs associated with the additional structural steel required to

support the High Roof deck and wall, at column lines A30/S2 on the High

Roof for the ASC connection to the LST (Landside Terminal), per RFI

1927 response.

Minutes of the Construction Committee Meeting, June 3, 2020

Page 8 of 41

The approval of these Subcontractor Modifications to T&T Construction of

Central Fla., Inc.; and Banker Steel Co., LLC; resolves all requests for costs

and time resulting from RFI 1927 and closes out CWA BP-S143-020, which covered

only the Structural Steel costs as set forth in CR0444. Cost impacts associated

with patching of fireproofing and testing and inspection, if any, will be

submitted at a future date.

HPC has submitted documentation including the subcontractor's proposal to

support this request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of these Subcontract Modifications for this project is as follows:

HPC to issue a subcontract modification to T&T

Construction of Central Fla. in the lump sum

amount of: $ 1,865.00

HPC to issue a subcontract modification to Banker

Steel Co., LLC in the lump sum amount of: $ 18,960.00

Deduct from P1 Owner Contingency: $ (20,825.00)

Hensel Phelps Construction is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractors identified and committed to

participate on BP-S00143 (GMP No. 6-S.1) for these subcontract modifications

are T&T Construction of Central Florida, Inc. (MWBE); and Banker Steel Co.,

LLC (Non-MWBE/LDB/VBE). There is an overall small business participation of

9.0% MWBE associated with the proposed modifications.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, and 2-CC were considered in one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Hensel Phelps Construction to issue Subcontract

Modifications on BP-S00143, South Terminal C, Phase 1 - Airside Terminal,

Structure and Enclosure (GMP No. 6-S.1), for the total amount of $20,825.00,

which includes the lump sum amount of $1,865.00 to T&T Construction of Central

Fla., Inc.; and the lump sum amount of $18,960.00 to Banker Steel Co., LLC;

with funding from Passenger Facility Charges and General Airport Revenue Bonds.

E. Subcontract Modification for BP-S00143 (GMP No. 6-S.1) with Odyssey

International dba Odyssey Global for CR0519-6S1-RFI 1562 CMU at BHS Fire

Shutter Door, and RFI 1456 BHS Lift CMU Reconfiguration. Mr. Corthell

presented the memorandum, requesting approval for Hensel Phelps Construction

(HPC) to issue a Subcontract Modification on BP-S00143, South Terminal C,

Phase 1 - Airside Terminal, Structure and Enclosure (GMP No. 6-S.1), at the

Orlando International Airport, in the total amount of $15,385.00 to Odyssey

International dba Odyssey Global for CR0519-6S1-RFI 1562 CMU at BHS Fire

Shutter Door, and RFI 1456 BHS Lift CMU Reconfiguration. Bid Package for BP-

S143 04.01 "Masonry" was previously awarded within GMP No. 6-S.1 to Odyssey

International dba Odyssey Global, CC No. 20180410.008.

HPC is requesting to issue a Subcontractor Modification to Odyssey

International dba Odyssey Global in the total Lump Sum amount of $15,385.00

for CR0519-6S1-RFI 1562 CMU at BHS Fire Shutter Door, and RFI 1456 BHS Lift

CMU Reconfiguration. The modified scope of work consists of the additional

costs associated with revising the Concrete Masonry Unit (CMU) wall layout to

Minutes of the Construction Committee Meeting, June 3, 2020

Page 9 of 41

align with the Baggage Handling System (BHS) Fire Shutter in Room 01-0078 in

the ASC Area 17, per RFI 1562 response and sketches; and with reconfiguring

the CMU wall to encapsulate the BHS Right-of-Way (ROW) lift in Room 01-0045

in the ASC Area 31, per RFI 1456 responses and sketches.

The approval of this Subcontractor Modification to Odyssey International dba

Odyssey Global resolves all requests for cost and time resulting from RFIs

1562 and 1456 scopes of work. Costs for Testing and Inspection, if any, will

be submitted in a future CR. There are no cost impacts to GMP Nos. 6-S, 6-S.2,

6-S.3, 6-S.4, 6-S.5, and 6-S.6.

HPC has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for costs or time.

The effect of this Subcontract Modification for this project is as follows:

HPC to issue a subcontract modification to

Odyssey International dba Odyssey Global in the

lump sum amount of: $ 15,385.00

Deduct from P1 Owner Contingency: $ (15,385.00)

Hensel Phelps Construction is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00143 (GMP No. 6-S.1) for this subcontract modification is

Odyssey International, Inc. dba Odyssey Global (Non-MWBE/LDB/VBE at the time

of award of the "Masonry" bid package). There is 95.7% MWBE participation

associated with this modification.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, and 2-CC were considered in one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Hensel Phelps Construction to issue a

Subcontract Modification to Odyssey International dba Odyssey Global on

BP-S00143, South Terminal C, Phase 1 - Airside Terminal, Structure and

Enclosure (GMP No. 6-S.1), for the total lump sum amount of $15,385.00, with

funding from Passenger Facility Charges.

F. Subcontract Modifications for BP-S00143 (GMP No. 6-S.1) with Odyssey

International Inc. dba Odyssey Global; and Banker Steel Co., LLC; for CR0462-

6S1-RFI 1905 Elevator 24.1 Door Support Channels and Angles (CWA BP-S143-011).

Mr. Corthell presented the memorandum, requesting approval for Hensel Phelps

Construction (HPC) to issue Subcontract Modifications on BP-S00143, South

Terminal C, Phase 1 - Airside Terminal, Structure and Enclosure (GMP No. 6-

S.1), at the Orlando International Airport, in the total amount of $34,792.00

to Odyssey International Inc. dba Odyssey Global; and Banker Steel Co., LLC;

for CR0462-6S1-RFI 1905 Elevator 24.1 Door Support Channels and Angles (CWA

BP-S143-011). Bid Package 04.01 "Masonry" and 05.01 "Structural Steel and

Miscellaneous Metals" were previously awarded within GMP No. 6-S.1,

respectively, to Odyssey International Inc. dba Odyssey Global; and Banker

Steel Co., LLC; CC No. 201800410.008.

RFI 1905 was written to clarify the support details for two doorways on the

Ramp Level and one doorway on the Transfer Level for Elevator 24.1. HPC is

requesting to issue the following Subcontractor Modifications to;

Minutes of the Construction Committee Meeting, June 3, 2020

Page 10 of 41

1. Odyssey International dba Odyssey Global in the Lump Sum amount of $18,005.00 for CR0462-6S1-RFI 1905 Elevator 24.1 Door Support Channels

and Angles. The modified scope of work includes the additional labor,

material and equipment costs associated with the installation and

grouting of the added Elevator door support frames and C-channels at the

jambs and the added L-angles at the sills, per RFI 1905.

2. Banker Steel Co., LLC in the Lump Sum amount of $16,787.00 for CR0462-6S1-RFI 1905 Elevator 24.1 Door Support Channels and Angles. The modified

scope of work includes the additional costs associated with the

detailing, material, fabrication and erection of the added structural

steel angles and channels, and the Elevator door support frames for

Elevator 24.1, per RFI 1905.

The approval of these Subcontractors Modifications to Odyssey International

dba Odyssey Global; and Banker Steel Co., LLC; resolves all requests for costs

and time resulting from RFI 1905 and closes out CWA BP-S143-011. Initial CWA

BP-S143-011 amount did not anticipate scaffolding rental. Costs for Testing

and Inspection, if any, will be submitted in a future CR.

HPC has submitted documentation including the subcontractor's proposal to

support this request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontract Modification for this project is as follows:

HPC to issue a subcontract modification to Odyssey

International dba Odyssey Global in the lump sum

amount of: $ 18,005.00

HPC to issue a subcontract modification to Banker

Steel Co., LLC in the lump sum amount of: $ 16,787.00

Deduct from P1 CM@R Contingency: $ (34,792.00)

Hensel Phelps Construction is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractors identified and committed to

participate on BP-S00143 (GMP No. 6-S.1) for these subcontract modifications

are Odyssey International, Inc. dba Odyssey Global (MWBE); and Banker Steel

Co., LLC (Non-MWBE/LDB/VBE). There is an overall 49.5% MWBE participation

associated with the proposed modifications.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, and 2-CC were considered in one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Hensel Phelps Construction to issue Subcontract

Modifications on BP-S00143, South Terminal C, Phase 1 - Airside Terminal,

Structure and Enclosure (GMP No. 6-S.1), for the total amount of $34,792.00,

which includes the lump sum amount of $18,005.00 to Odyssey International Inc.

dba Odyssey Global; and the lump sum amount of $16,787.00 to Banker Steel Co.,

LLC; with funding credited to Passenger Facility Charges and General Airport

Revenue Bonds.

Minutes of the Construction Committee Meeting, June 3, 2020

Page 11 of 41

G. Subcontract Modification for BP-S00143 (GMP No. 6-S.1) with Banker Steel Co., LLC for CR0463-6S1-RFI 1944 Elevator 18.1 Pit Deck/Slab Support (CWA BP-S143-

017). Mr. Corthell presented the memorandum, requesting approval for Hensel

Phelps Construction (HPC) to issue a Subcontract Modification on BP-S00143,

South Terminal C, Phase 1 - Airside Terminal, Structure and Enclosure (GMP No.

6-S.1), at the Orlando International Airport, in the total amount of $8,603.00

to Banker Steel Co., LLC for CR0463-6S1-RFI 1944 Elevator 18.1 Pit Deck/Slab

Support (CWA BP-S143-017). Bid Package for BP-S00143 05.01 "Structural Steel

and Miscellaneous Metals" has been previously awarded within GMP No. 6-S.1 to

Banker Steel Co., LLC, CC No. 20180410.008.

HPC is requesting to issue a Subcontractor Modification to Banker Steel Co.,

LLC in the total Lump Sum amount of $8,603.00 for CR0463-6S1-RFI 1944 Elevator

18.1 Pit Deck/Slab Support. The modified scope of work consists of the

detailing, material, fabrication, and erection costs associated with the

additional structural steel supports at the Elevator 18.1 Pit Deck/Slab, per

RFI 1944 response and sketch.

The approval of this Subcontractor Modification to Banker Steel Co., LLC

resolves all requests for cost and time resulting from RFI 1944 scope of work

and closes out CWA BP-S143-017.

HPC has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for costs or time.

The effect of this Subcontract Modification for this project is as follows:

HPC to issue a subcontract modification to

Banker Steel Co., LLC in the lump sum amount of: $ 8,603.00

Deduct from P1 Owner Contingency: $ (8,603.00)

Hensel Phelps Construction is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00143 (GMP No. 6-S.1) for this subcontract modification is

Banker Steel Co., LLC (Non-MWBE/LDB/VBE). There is no small business

participation associated with this modification.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, and 2-CC were considered in one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Hensel Phelps Construction to issue a

Subcontract Modification to Banker Steel Co., LLC on BP-S00143, South Terminal

C, Phase 1 - Airside Terminal, Structure and Enclosure (GMP No. 6-S.1), for

the total lump sum amount of $8,603.00, with funding from Passenger Facility

Charges and General Airport Revenue Bonds.

H. Subcontract Modification for BP-S00143 (GMP No. 6-S.1) with Odyssey

International dba Odyssey Global for CR0503.4-6S1-ASC Bulletin 037 Non-

Mechanical Trades. Mr. Corthell presented the memorandum, requesting approval

for Hensel Phelps Construction (HPC) to issue a Subcontract Modification on

BP-S00143, South Terminal C, Phase 1 - Airside Terminal, Structure and

Enclosure (GMP No. 6-S.1), at the Orlando International Airport, in the total

amount of $12,776.00 to Odyssey International dba Odyssey Global for CR0503.4-

6S1-ASC Bulletin 037 Non-Mechanical Trades. Bid Package for BP-S143 04.01

Minutes of the Construction Committee Meeting, June 3, 2020

Page 12 of 41

"Masonry" was previously awarded within GMP No. 6-S.1 to Odyssey International

dba Odyssey Global, CC No. 20180410.008.

HPC is requesting to issue a Subcontractor Modification to Odyssey

International dba Odyssey Global in the total Lump Sum amount of $12,776.00

for CR0503.4-6S1-ASC Bulletin 037 Non-Mechanical Trades. The modified scope

of work consists of the additional labor, material and equipment costs

associated with the added and changed Concrete Masonry Unit (CMU) wall

openings. HPC will also submit Time Impact Analysis (TIA 088) requesting

additional time associated with this scope of work ASC Bulletin 037.

The approval of this Subcontractor Modification to Odyssey International dba

Odyssey Global resolves all requests for costs associated with the ASC Bulletin

037 Non­Mechanical Trades scope of work in GMP No. 6-S.1, with the exception

of costs for DSI ASC-003 and ASC Bulletin 036, as follows:

Costs associated with DSI ASC-003 and ASC Bulletin 036 are excluded due

to document inconsistencies and further design changes that are being

resolved and costs for these will be submitted in a future CR.

Cost impacts of ASC Bulletin 037 Mechanical Only scope of work in GMP

No. 6-S.1 were approved via CC No. 20200324.02B (CR0503.2-6S.1).

Cost impacts of ASC B037 Mechanical Only scope of work in GMP No. 6-S.6

were approved via CC No. 20200324.200 (CR0503.3-6S.6).

Cost impacts of ASC B037 to GMP No. 6-S.2 for the Non-electrical Trades

in CR0503.5-6S.2 will be submitted for a future CCM approval.

Cost impacts of ASC B037 to GMP No. 6-S.4 will be submitted in CR0503.6-

6S.4 for a future CCM approval.

Cost impacts of ASC B037 to GMP No. 6-S.6 for the Non-Mechanical scope

will be submitted in future CRs.

There are no cost impacts of ASC B037 to GMP No. 6-S.2 for the Electrical

scope of work.

Cost impacts of ASC B037 to GMP Nos. 6-S, 6-S.3, and 6-S.5, if any, will

be submitted in future CR.

The OAR will evaluate TIA-088 and any additional time recommended to be

granted will be submitted at a future CCM.

HPC has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for costs or time.

The effect of this Subcontract Modification for this project is as follows:

HPC to issue a subcontract modification to

Odyssey International dba Odyssey Global in the

lump sum amount of: $ 12,776.00

Deduct from P1 Owner Contingency: $ (12,776.00)

Minutes of the Construction Committee Meeting, June 3, 2020

Page 13 of 41

Hensel Phelps Construction is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00143 (GMP No. 6-S.1) for this subcontract modification is

Odyssey International, Inc. dba Odyssey Global (Non-MWBE/LDB/VBE at the time

of award of the "Masonry" bid package). There is 88.8% MWBE participation

associated with this modification.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, and 2-CC were considered in one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Hensel Phelps Construction to issue a

Subcontract Modification to Odyssey International dba Odyssey Global on BP-

S00143, South Terminal C, Phase 1 - Airside Terminal, Structure and Enclosure

(GMP No. 6-S.1), for the total lump sum amount of $12,776.00, with funding

from General Airport Revenue Bonds.

I. Subcontract Modification for BP-S00143 (GMP No. 6-S.1) with Randall Mechanical, Inc. for CR0543-6S1-ASC B014 Air Handling Units (AHU) R2A-1 and R2A-2.

Mr. Corthell presented the memorandum, requesting approval for Hensel Phelps

Construction (HPC) to issue a Subcontract Modification on BP-S00143, South

Terminal C, Phase 1 - Airside Terminal, Structure and Enclosure (GMP No. 6-

S.1), at the Orlando International Airport, in the total amount of $205,347.00

to Randall Mechanical, Inc., for CR0543-6S1-ASC B014 Air Handling Units (AHU)

R2A-1 and R2A-2. Bid Package for BP-S00143 23.01 "HVAC" has been previously

awarded within GMP No. 6-S.1 to Randall Mechanical, Inc., CC No. 20180410.008.

HPC is requesting to issue a Subcontractor Modification to Randall Mechanical,

Inc. in the total Lump Sum amount of $205,347.00 for CR0543-6S1-ASC B014 Air

Handling Units R2A-1 and R2A-2. The Subcontractor, Randall Mechanical, Inc.,

submitted its proposal for ASC Bulletin 014 which was approved, CC No.

20190402.004. The Subcontractor subsequently realized that two Air Handling

Units (AHU) were identified, but no value was included for them in their ASC

Bulletin 014 proposal and provided back-up documentation to support their

error regarding missing values. The AHUs are necessary scope that were not

paid for previously in the ASC Bulletin 014 proposal. The additional scope of

work consists of the costs associated with the procurement of the two Air

Handling Units R2A-1 and R2A-2 located at the Mechanical Equipment Room (MER)

No. 2A.

The approval of this Subcontractor Modification to Randall Mechanical, Inc.

resolves all requests for costs associated with CR0543-6S1-ASC B014 Air

Handling Units R2A-1 and R2A-2 scope of work.

HPC has submitted documentation including the subcontractor's proposal to

support this request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontract Modification for this project is as follows:

HPC to issue a subcontract modification to Randall

Mechanical, Inc., in the lump sum amount of: $ 205,347.00

Deduct from P1 CM@R Contingency: $ (205,347.00)

Hensel Phelps Construction is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

Minutes of the Construction Committee Meeting, June 3, 2020

Page 14 of 41

participate on BP-S00143 (GMP No. 6-S.1) for this subcontract modification is

Randall Mechanical, Inc. (Non-MWBE/LDB/VBE). There is no small business

participation associated with this modification.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, and 2-CC were considered in one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Hensel Phelps Construction to issue a

Subcontract Modification to Randall Mechanical, Inc. on BP-S00143, South

Terminal C, Phase 1 - Airside Terminal, Structure and Enclosure (GMP No. 6-

S.1), for the total lump sum amount of $205,347.00, with funding from General

Airport Revenue Bonds and Aviation Authority Funds.

J. Subcontract Modification for BP-S00143 (GMP No. 6-S.1) with Banker Steel Co., LLC for CR0486-6S1-RFI 1705 Fall Protection Anchor Bracing Confirmation.

Mr. Corthell presented the memorandum, requesting approval for Hensel Phelps

Construction (HPC) to issue a Subcontract Modification on BP-S00143, South

Terminal C, Phase 1 - Airside Terminal, Structure and Enclosure (GMP No. 6-

S.1), at the Orlando International Airport, in the total amount of $5,958.00

to Banker Steel Co., LLC for CR0486-6S1-RFI 1705 Fall Protection Anchor Bracing

Confirmation. Bid Package for BP-S143 05.01 "Structural Steel and

Miscellaneous Metals" has been previously awarded within GMP No. 6-S.1 to

Banker Steel Co., LLC, CC No. 20180410.008.

HPC is requesting to issue a Subcontractor Modification to Banker Steel Co.,

LLC in the total Lump Sum amount of $5,958.00 for CR0486-6S1-RFI 1705 Fall

Protection Anchor Bracing Confirmation. The modified scope of work consists

of the detailing, material, fabrication and erection costs associated with the

added structural steel braces and the shifted fall protection anchors, to meet

the parameters of the fall protection engineered system spacing, per RFI 1705.

The approval of this Subcontractor Modifications to Banker Steel Co., LLC

resolves all requests for cost and time resulting from RFI 1705 scope of work.

Costs for Testing and Inspection, if any, will be submitted in a future CR.

HPC has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for costs or time.

The effect of this Subcontract Modification for this project is as follows:

HPC to issue a subcontract modification to Banker

Steel Co., LLC in the lump sum amount of: $ 5,958.00

Deduct from P1 CM@R Contingency: $ (5,958.00)

Hensel Phelps Construction is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00143 (GMP No. 6-S.1) for this subcontract modification is

Banker Steel Co., LLC (Non-MWBE/LDB/VBE). There is no small business

participation associated with this modification.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, and 2-CC were considered in one motion.

Minutes of the Construction Committee Meeting, June 3, 2020

Page 15 of 41

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Hensel Phelps Construction to issue a

Subcontract Modification to Banker Steel Co., LLC on BP-S00143, South Terminal

C, Phase 1 - Airside Terminal, Structure and Enclosure (GMP No. 6-S.1), for

the total lump sum amount of $5,958.00, with funding from Passenger Facility

Charges and General Airport Revenue Bonds.

K. Subcontract Modifications for BP-S00143 (GMP No. 6-S.1) with Kirlin Florida, LLC; and Randall Mechanical, Inc.; for CR0489-6S1-RFI 2079 IDF 01-0026 AC

Water Runoff Piping. Mr. Corthell presented the memorandum, requesting

approval for Hensel Phelps Construction (HPC) to issue Subcontract

Modifications on BP-S00143, South Terminal C, Phase 1 - Airside Terminal,

Structure and Enclosure (GMP No. 6-S.1), at the Orlando International Airport,

in the total amount of $5,704.00 to Kirlin Florida, LLC; and Randall

Mechanical, Inc.; for CR0489-6S1-RFI 2079 IDF 01-0026 AC Water Runoff Piping.

Bid Package for BP-S143 22.01 "Plumbing" has been previously awarded within

GMP No. 6-S.1 to Kirlin Florida, LLC, CC No. 20180522.04H. Bid Package for

BP-S00143 23.01 "HVAC" has been previously awarded within GMP No. 6-S.1 to

Randall Mechanical, Inc., CC No. 20180410.008.

HPC is requesting to issue the following Subcontractor Modifications to:

1. Kirlin Florida, LLC in the Lump Sum amount of $626.00 for CR0489-6S1-

RFI 2079 IDF 01-0026 AC Water Runoff Piping. The additional scope of

work consists of the costs associated with cutting and capping the

existing funnel drain in IDF Room 01-0026, per RFI 2079 response.

2. Randall Mechanical, Inc. in the Lump Sum amount of $5,078.00 for CR0489-

6S1-RFI 2079 IDF 01-0026 AC Water Runoff Piping. The modified scope of

work consists of the costs associated with relocating the pumped

condensate drain from AC-L1-4 to Mechanical Room 01-0021, per RFI 2079

response.

The approval of these Subcontractor Modifications to Kirlin Florida, LLC; and

to Randall Mechanical, Inc.; resolves all requests for cost and time resulting

from the RFI 2079. There are no cost impacts for RFI 2079 to GMP Nos. 6-S,

6-S.2, 6-S.3, 6-S.4, 6-S.5, and 6-S.6.

HPC has submitted documentation including the subcontractor's proposal to

support this request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontract Modification for this project is as follows:

HPC to issue a subcontract modification to Kirlin

Florida, LLC in the lump sum amount of: $ 626.00

HPC to issue a subcontract modification to Randall

Mechanical, Inc. in the lump sum amount of: $ 5,078.00

Deduct from P1 Owner Contingency: $ (5,704.00)

Hensel Phelps Construction is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractors identified and committed to

participated on BP-S00143 (GMP No. 6-S.1) for these subcontract modifications

are Kirlin Florida, LLC (Non-MWBE/LDB/VBE), and Randall Mechanical, Inc. (Non-

MWBE/LDB/VBE). There is no small business participation associated with the

proposed modifications.

Minutes of the Construction Committee Meeting, June 3, 2020

Page 16 of 41

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, and 2-CC were considered in one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Hensel Phelps Construction to issue a

Subcontract Modification on BP-S00143, South Terminal C, Phase 1 - Airside

Terminal, Structure and Enclosure (GMP No. 6-S.1), for the total amount of

$5,704.00, which includes the lump sum amount of $626.00 to Kirlin Florida,

LLC; and the lump sum amount of $5,078.00 to Randall Mechanical, Inc.; with

funding from Passenger Facility Charges and General Airport Revenue Bonds.

L. Subcontract Modifications for BP-S00143 (GMP No. 6-S.1) with T&T Construction of Central Fla., Inc.; Banker Steel Co., LLC; Kirlin Florida, LLC; and Randall

Mechanical, Inc.; for CR0469.1-6S1-RFI 0818 Series-Ramp Level Floor Fire

Dampers without Floors (CWA BP-S143-016). Mr. Corthell presented the

memorandum, requesting approval for Hensel Phelps Construction (HPC) to issue

Subcontract Modifications on BP-S00143, South Terminal C, Phase 1 - Airside

Terminal, Structure and Enclosure (GMP No. 6-S.1), at the Orlando International

Airport, in the total amount of $134,190.00 to T&T Construction of Central

Fla., Inc.; Banker Steel Co., LLC; Kirlin Florida, LLC; and Randall Mechanical,

Inc.; for CR0469.1-6S1-RFI 0818 Series-Ramp Level Floor Fire Dampers without

Floors (CWA BP-S143-016).

Bid Package 03.02 "Building Concrete" has been previously awarded within GMP

No. 6-S.1 to T&T Construction of Central Fla., Inc., CC No. 201800410.008.

Bid Package for BP-S143 05.01 "Structural Steel and Miscellaneous Metals" has

been previously awarded within GMP No. 6-S.1 to Banker Steel Co., LLC, CC

No. 20180410.008.

Bid Package for BP-S00143 23.01 "FIVAC" has been previously awarded within GMP

No. 6-S.1 to Randall Mechanical, Inc., CC No. 20180410.008.

Bid Package 22.01 "Plumbing" has been previously awarded within GMP No. 6-S.1

to Kirlin Florida, LLC, CC No. 20180522.04H.

HPC is requesting to issue the following Subcontractor Modifications to;

1. T&T Construction of Central Fla., Inc. in the Lump Sum amount of

$8,767.00 for CR0469.1-6S1-RFI 0818 Series. The modified scope of work

consists of the costs associated with the reinforcement and the Light-

weight concrete infill of two Slab-on-Metal-Deck (SOMD) in Areas 14 and

24.

2. Banker Steel Co., LLC in the Lump Sum amount of $101,056.00 for CR0469.1-6S1-RFI 0818 Series. The modified scope of work consists of the

detailing, material, fabrication, and erection costs associated with the

additional Structural Steel (beams, channels, angles, plates and metal

deck) for the two SOMD added in Areas 14 and 24.

3. Kirlin Florida, LLC in the Lump Sum amount of $7,246.00 for CR0469.1-6S1-RFI 0818 Series. The modified scope of work consists of all costs

associated with core-drilling and fire-stopping pipe penetrations at the

added ceilings in the chases in Areas 14, 17, and 25.

4. Randall Mechanical, Inc. in the Lump Sum amount of $17,121.00 for

CR0469.1-6S1-RFI 0818 Series. The modified scope of work consists of all

Minutes of the Construction Committee Meeting, June 3, 2020

Page 17 of 41

costs associated with the added fire dampers and access doors due to the

added ceilings in chases in Areas 14, 17, and 25.

HPC will submit Time Impact Analysis (TIA-079) requesting additional time

associated with this scope of work of RFI 0818 Series.

The approval of these Subcontractor Modifications to T&T Construction of

Central Fla., Inc.; Banker Steel Co., LLC; Kirlin Florida, LLC; and Randall

Mechanical, Inc.; resolves all requests for costs resulting from RFI 0818

Series in GMP No. 6-S.1 and closes out CWA BP-S143-016, which covered only the

additional structural steel costs as set forth in CR0469.1. Cost impacts to

GMP No. 6-S.2 were approved via CC No. 20200218.003H (CR0469.2-6S2-0069). Cost

impacts for Drawing Areas 15, 16, 18, 19, 20, 21, 22, 23, 24, 26, 27, 28, 29,

30, 31, 32 and 33, included in the responses to RFI 0818 Series, if any, will

be submitted in a future CR. There are no cost impacts to GMP Nos. 6-S, 6-S.3,

6-S.4 and 6-S.5. The OAR will evaluate TIA-079 and anytime recommended to be

granted will be submitted at a future CCM.

HPC has submitted documentation including the subcontractor's proposal to

support this request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontract Modification for this project is as follows:

HPC to issue a subcontract modification to T&T

Construction of Central Fla., Inc. in the lump sum

amount of: $ 8,767.00

HPC to issue a subcontract modification to Banker

Steel Co., LLC in the lump sum amount of: $ 101,056.00

HPC to issue a subcontract modification to Kirlin

Florida, LLC in the lump sum amount of: $ 7,246.00

HPC to issue a subcontract modification to Randall

Mechanical, Inc. in the lump sum amount of: $ 17,121.00

Deduct from P1 Owner Contingency: $ (134,190.00)

Hensel Phelps Construction is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractors identified and committed to

participate on BP-S00143 (GMP No. 6-S.1) for these subcontract modifications

are T&T Construction of Central Florida, Inc. (MWBE); Banker Steel Co., LLC

(Non-MWBE/LDB/VBE); Kirlin Florida, LLC (Non-MWBE/LDB/VBE); and Randall

Mechanical, Inc. (Non-MWBE/LDB/VBE). There is an overall 6.5% MWBE

participation associated with the proposed modifications.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, and 2-CC were considered in one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Hensel Phelps Construction to issue Subcontract

Modifications on BP-S00143, South Terminal C, Phase 1 - Airside Terminal,

Structure and Enclosure (GMP No. 6-S.1), for the total amount of $134,190.00,

which includes the lump sum amount of $8,767.00 to T&T Construction of Central

Fla., Inc.; the lump sum amount of $101,056.00 to Banker Steel Co., LLC; the

lump sum amount of $7,246.00 to Kirlin Florida, LLC; and, the lump sum amount

of $17,121.00 to Randall Mechanical, Inc.; with funding from Passenger Facility

Charges and General Airport Revenue Bonds.

Minutes of the Construction Committee Meeting, June 3, 2020

Page 18 of 41

M. Subcontract Modifications for BP-S00144 (GMP No. 6-S.2) with Wal-Mark

Contracting Group, LLC; and BergElectric Corp. dba Bergelectric Corp.

Contractors and Engineers for CR0492.2-6S2-RFI 2005 Doors/Walls Fire Rating

Re-classification (CWA BP-S144-005). Mr. Corthell presented the memorandum,

requesting approval for Hensel Phelps Construction (HPC) to issue Subcontract

Modifications on BP-S00144, South Terminal C, Phase 1 - Airside Enclosure and

Exterior Finishes (GMP No. 6-S.2), at the Orlando International Airport, in

the total amount of $32,848.00 to Wal-Mark Contracting Group, LLC; and

BergElectric Corp. dba Bergelectric Corp. Contractors and Engineers; for

CR0492.2-6S2-RFI 2005 Doors/Walls Fire Rating Re-classification (CWA BP-S144-

005). Bid Package for 09.02 "Framing and Drywall" and Bid Package for 26.01

"ASC Electrical Systems" have been previously awarded within GMP No. 6-S.2 to

Wal-Mark Contracting Group LLC and BergElectric Corp. dba Bergelectric Corp.

Contractors and Engineers, respectively, CC No. 20180605.006.

The response to RFI 2005 changed the rating of multiple interior walls for

electrical rooms from 1-hour to 2-hour since the City of Orlando approved an

equivalency request for this instead of having emergency fire sprinklers in

the electrical rooms. This elevated rating requires the thickness of the wall

assembly to be increased. CWA BP-S144-005 was issued for the scope of work in

Electrical Room 02-0211 only. HPC is requesting to issue the following

Subcontractors Modifications to;

1. Wal-Mark Contracting Group LLC in the Lump Sum amount of $23,721.00 for CR0492.2-6S2-RFI 2005 Doors/Walls Fire Rating Re­classification. The

modified scope of work consists of the costs associated with the

installation and finishing of additional layers of drywall on walls of

Electrical Rooms 02-0211 and 02-0524X and firestopping to achieve UL

U408 rating in Room 02-0211.

2. BergElectric Corp. dba Bergelectric Corp. Contractors and Engineers in the Lump Sum amount of $9,127.00 for CR0492.2-6S2-RFI 2005 Doors/Walls

Fire Rating Re-classification. The modified scope of work consists of

the costs associated with removing and re-installing the existing wall-

mounted conduit and devices in Electrical Room 02-0211 to allow for wall

rating to be upgraded.

The approval of these Subcontractor Modifications to Wal-Mark Contracting

Group LLC; and BergElectric Corp. dba Bergelectric Corp. Contractors and

Engineers; resolves all requests for cost and time resulting from RFI 2005

scope of work in GMP No. 6-S.2 and closes out CWA BP-S144-005. Cost impacts

of RFI 2005 to GMP No. 6-S.4 were approved via CC No. 20200505.002T. Cost

impacts of RFI 2005 to GMP No. 6-S.1 will be submitted in a future CR. Costs

for patching of fireproofing, if any, will be submitted in a future CR. There

are no cost or time impacts to GMP No. 6-S, 6-S.3, and 6-S.5.

HPC has submitted documentation including the subcontractor's proposal to

support this request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

Minutes of the Construction Committee Meeting, June 3, 2020

Page 19 of 41

The effect of this Subcontract Modification for this project is as follows:

HPC to issue a subcontract modification to Wal-Mark

Contracting Group, LLC in the lump sum amount of: $ 23,721.00

HPC to issue a subcontract modification to

BergElectric Corp. dba Bergelectric Corp.

Contractors and Engineers in the lump sum amount of: $ 9,127.00

Deduct from P1 Owner Contingency: $ (32,848.00)

Hensel Phelps Construction is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractors identified and committed to

participate on BP-S00144 (GMP No. 6-S.2) for these subcontract modifications

are Wal-Mark Contracting Group, LLC (Non-MWBE/LDB/VBE); and BergElectric Corp.

dba Bergelectric Corp. Contractors and Engineers (Non-MWBE/LDB/VBE). There is

no small business participation associated with the proposed modifications.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, and 2-CC were considered in one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Hensel Phelps Construction to issue Subcontract

Modifications on BP-S00144, South Terminal C, Phase 1 - STC Airside Enclosure

and Exterior Finishes (GMP No. 6-S.2), for the total lump sum amount of

$32,848.00, which includes the lump sum amount of $23,721.00 to Wal-Mark

Contracting Group, LLC; and the lump sum amount of $9,127.00 to BergElectric

Corp. dba Bergelectric Corp. Contractors and Engineers; with funding from

Passenger Facility Charges and General Airport Revenue Bonds.

N. Subcontractor Modification for BP-S00146 (GMP No. 7-S) with Randall Mechanical, Inc. for CR0138.1-LST-Cancel Subcontract Award for Early Mechanical

Coordination. Mr. Corthell presented the memorandum, requesting approval for

Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-

S00146, South Terminal C, Phase 1 - Landside Terminal, Structure and Enclosure

(GMP No. 7-S), at the Orlando International Airport, in the total deductive

amount of ($100,000.00) to Randall Mechanical, Inc. for CR0138.1-LST-Cancel

Subcontract Award for Early Mechanical Coordination. Bid Package for BP-S146

"Landside Terminal Structure and Enclosure" was previously awarded within GMP

No. 7-S to Turner-Kiewit Joint Venture (TKJV) CC No. 20180313.010. CR0138 for

"Mechanical Coordination Limited Scope Early Work Release" was previously

awarded to Randall Mechanical, Inc. CC No. 20181002.E

The scope included in the Randall Mechanical, Inc. subcontract award was

removed from GMP No. 7-S. TKJV is proposing a budget reallocation to cancel

the subcontract award to Randall Mechanical, Inc. in the deductive lump sum

amount of ($100,000.00) for CR0138.1-LST-Cancel Subcontract Awards for Early

and Mechanical Coordination. This amount will be reallocated to Phase 1 Owner

Contingency.

The effect of this Subcontractor Modification for this project is as follows:

TKJV to issue a subcontract modification to Randall

Mechanical, Inc. in the deductive lump sum amount of: $ (100,000.00)

Add to Owner Contingency: $ 100,000.00

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractors identified and committed to

participate on BP-S00146 (GMP No. 7-S) for these subcontract modifications are

Minutes of the Construction Committee Meeting, June 3, 2020

Page 20 of 41

Randall Mechanical, Inc. (Non-MWBE/LDB/VBE) and M.C. Dean, Inc. (Non-

MWBE/LDB/VBE). There is no small business participation associated with the

proposed modifications.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, and 2-CC were considered in one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontractor Modification to Randall Mechanical, Inc. on BP-S00146, South

Terminal C, Phase 1 - Landside Terminal, Structure and Enclosure (GMP No.

7-S), for the total deductive lump sum amount of ($100,000.00), with funding

credited to Passenger Facility Charges and General Airport Revenue Bonds.

O. Budget Reallocations for BP-S00146 (GMP No. 7-S) for CR0884-LST-Budget

Reallocations from Unbought Scope and Allowance Items to Phase 1 Contingencies.

Mr. Corthell presented the memorandum, requesting approval for Turner-Kiewit

Joint Venture (TKJV) to issue Budget Reallocations on BP-S00146, South Terminal

C, Phase 1 - Landside Terminal, Structure and Enclosure (GMP No. 7-S), at the

Orlando International Airport, in the total amount of $2,073,650.00 for CR0884-

LST-Budget Reallocations from Unbought Scope and Allowance Items to Phase 1

Contingencies. Bid Package for BP-S00146 Landside Terminal Structures and

Enclosure was previously awarded within GMP No. 7-S to TKJV, CC No.

20180313.010

TKJV is proposing the following budget reallocations:

1. $595,210.00 from GMP No. 7-S Line Item 5 to P1 CM@R Contingency. 2. $1,165,419.00 from GMP No. 7-S Line Item 6 to P1 CM@R Contingency. 3. $269,221.00 from GMP No. 7-S Line Item 9 to P1 CM@R Contingency. 4. $43,800.00 from GMP No. 7-S Line Item 16 to P1 Owner Contingency.

The effect of these Budget Reallocations for this project is as follows:

Current GMP No. 7-S Line Item 5 value: $ (595,210.00)

Add to P1 CM@R Contingency: $ 595,210.00

Remaining GMP No. 7-S Line Item 5 balance: $ 0.00

Current GMP No. 7-S Line Item 6 value: $ (1,165,419.00)

Add to P1 CM@R Contingency: $ 1,165,419.00

Remaining GMP No. 7-S Line Item 6 balance: $ 0.00

Current GMP No. 7-S Line Item 9 value: $ (269,221.00)

Add to P1 CM@R Contingency: $ 269,221.00

Remaining GMP No. 7-S Line Item 9 balance: $ 0.00

Current GMP No. 7-S Line Item 16 value: $ (43,800.00)

Add to P1 Owner Contingency: $ 43,800.00

Remaining GMP No. 7-S Line Item 16 balance: $ 0.00

The Office of Small Business Development has determined that the proposed

budget reallocations do not have any impact on the small business

participation.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, and 2-CC were considered in one motion.

Minutes of the Construction Committee Meeting, June 3, 2020

Page 21 of 41

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue Budget

Reallocations on BP-S00146, South Terminal C, Phase 1 - Landside Terminal,

Structure and Enclosure (GMP No. 7-S), for the total amount of $2,073,650.00,

with funding from Passenger Facility Charges and General Airport Revenue Bonds.

P. Subcontractor Modification for BP-S00146 (GMP No. 7-S) with Banker Steel Co., LLC for CR0959-LST-RFI 3962 Header Beam in Early Baggage Storage (EBS) Room.

Mr. Corthell presented the memorandum, requesting approval for Turner-Kiewit

Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00146, South

Terminal C, Phase 1 - Landside Terminal, Structure and Enclosure (GMP No.

7-S), at the Orlando International Airport, in the total amount of $20,541.00

to Banker Steel Co., LLC for CR0959-LST-RFI 3962 Header Beam in Early Baggage

Storage (EBS) Room. Bid Package 5.0.0 "Structural Steel" was previously

awarded within GMP No. 7-S to Banker Steel Co. LLC, CC No. 20180313.010.

TKJV is proposing a subcontract modification to Banker Steel Co., LLC in the

total lump sum amount of $20,541.00 for CR0959-LST-RFI 3962 Header Beam in

Early Baggage Storage (EBS) Room. The modified scope of work consists of

necessary labor, material, equipment, and detailing costs for the installation

of an additional 0.73 tons of structural steel to support temporary wall

opening at Northwest Early Baggage Storage (EBS) Room, per RFI 3962.

The approval of this subcontract modification to Banker Steel Co., LLC resolves

all requests for cost and time associated with RFI 3962 scope of work in GMP

No. 7-S. Cost impacts to GMP No. 7-S.1 will be submitted for CCM review under

CR0959.1. There are no cost impacts to GMP Nos. 7-S.2, 7-S.3 and 7-S.4.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontractor Modification for this project is as follows:

TKJV to issue a subcontract modification to Banker

Steel Co., LLC in the lump sum amount of: $ 20,541.00

Deduct from P1 Owner Contingency: $ (20,541.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00146 (GMP No. 7-S) for this subcontract modification is

Banker Steel Co., LLC (Non-MWBE/LDB/VBE). There is no small business

participation associated with this modification.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, and 2-CC were considered in one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontractor Modification to Banker Steel Co., LLC on BP-S00146, South

Terminal C, Phase 1 - Landside Terminal, Structure and Enclosure (GMP No.

7-S), for the total lump sum amount of $20,541.00, with funding from Passenger

Facility Charges.

Minutes of the Construction Committee Meeting, June 3, 2020

Page 22 of 41

Q. Subcontract Modification for BP-S00147 (GMP No. 7-S.1) with MSE2, Inc. dba Mader Southeast for CR0818-LST-RFIs 3424-3424.2 Fire-Rating at Parapet Wall.

Mr. Corthell presented the memorandum, requesting approval for Turner-Kiewit

Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00147, South

Terminal C, Phase 1 - Landside Terminal Remaining Structure and Systems (GMP

No. 7-S.1), at the Orlando International Airport, in the total amount of

$14,231.00 to MSE2, Inc. dba Mader Southeast for CR0818-LST-RFIs 3424-3424.2 Fire-Rating at Parapet Wall. Bid Package 9.1.0 "Drywall and Framing" was

previously awarded within GMP No. 7-S.1 to MSE2, Inc., CC No. 20181002.009.

TKJV is proposing a subcontract modification to MSE2, Inc. dba Mader Southeast

in the total lump sum amount of $14,231.00 for CR0818-LST-RFIs 3424-3424.2

Fire-Rating at Parapet Wall. The modified scope of work consists of labor and

material costs for the insulation type change from rigid insulation to

fiberglass batt insulation at the parapet walls Type EWS-02bx along Gridlines

N2 and S2, to maintain fire-rating integrity, per RFIs 3424, 3424.1 and 3424.2.

The approval of this subcontract modification to MSE2, Inc. dba Mader Southeast

resolves all requests for cost and time associated with RFIs 3424, 3424.1 and

3424.2 scope of work in GMP No. 7-S.1. There are no cost impacts to GMP Nos.

7-S, 7-S.2, 7-S.3 and 7-S.4.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontract Modification for this project is as follows:

TKJV to issue a subcontract modification to MSE2,

Inc. dba Mader Southeast in the amount of: $ 14,231.00

Deduct from P1 Owner Contingency: $ (14,231.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00147 (GMP No. 7-S.1) for this subcontract modification is

MSE2, Inc. dba Mader Southeast (Non-MWBE/LDB/VBE). There is no small business

participation associated with this modification.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, and 2-CC were considered in one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontract Modification to MSE2, Inc. dba Mader Southeast on BP-S00147, South

Terminal C, Phase 1 - Landside Terminal Remaining Structure and Systems (GMP

No. 7-S.1), for the total lump sum amount of $14,231.00, with funding from

Passenger Facility Charges and General Airport Revenue Bonds.

R. Subcontract Modification for BP-S00147 (GMP No. 7-S.1) with Alpha Insulation & Waterproofing, Inc. for CR0964-LST-RFIs 3436 and 3436.1 Metal Panel

Termination at Clerestory Curtain Wall. Mr. Corthell presented the memorandum,

requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a

Subcontract Modification on BP-S00147, South Terminal C, Phase 1 - Landside

Terminal Remaining Structure and Systems (GMP No. 7-S.1), at the Orlando

International Airport, in the total deductive amount of ($4,424.00) to Alpha

Insulation & Waterproofing, Inc. for CR0964-LST-RFIs 3436 and 3436.1 Metal

Panel Termination at Clerestory Curtain Wall. Bid Package 7.3.0 "Applied

Minutes of the Construction Committee Meeting, June 3, 2020

Page 23 of 41

Fireproofing" was previously awarded within GMP No. 7-S.1 to Alpha Insulation

& Waterproofing, Inc., CC No. 20181002.009.

TKJV is proposing a subcontract modification to Alpha Insulation &

Waterproofing, Inc. in the total deductive lump sum amount of ($4,424.00) for

CR0964-LST-RFIs 3436 and 3436.1 Metal Panel Termination at Clerestory Curtain

Wall. The modified scope of work consists of credits for the removal of

expansion joint flashing at Area 4 North Clerestory Wall, per RFIs 3436 and

3436.1.

The approval of this subcontract modification to Alpha Insulation &

Waterproofing, Inc. resolves all requests for cost and time associated with

RFIs 3436 and 3436.1 in GMP No. 7-S.1. There are no cost impacts to GMP Nos.

7-S, 7-S.2, 7-S.3 and 7-S.4.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontract Modification for this project is as follows:

TKJV to issue a subcontract modification to Alpha

Insulation & Waterproofing, Inc. in the deductive

amount of: $ (4,424.00)

Add to P1 Owner Contingency: $ 4,424.00

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00147 (GMP No. 7-S.1) for this subcontract modification is

Alpha Insulation & Waterproofing, Inc. (Non-MWBE/LDB/VBE). There is no small

business participation associated with this modification.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, and 2-CC were considered in one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontract Modification to Alpha Insulation & Waterproofing, Inc. on BP-

S00147, South Terminal C, Phase 1 - Landside Terminal Remaining Structure and

Systems (GMP No. 7-S.1), for the total deductive amount of ($4,424.00), with

funding from Passenger Facility Charges and General Airport Revenue Bonds.

S. Subcontract Modification for BP-S00150 (GMP No. 9-S) with Cives Corp. dba Cives Steel Company - Southern Division for CR01020-9S-PKG-RFIs 3681-3681.1-

Revised Gutter Detail at Promenade Canopy around Drains. Mr. Corthell

presented the memorandum, requesting approval for Turner-Kiewit Joint Venture

(TKJV) to issue a Subcontract Modification on BP-S00150, South Terminal C,

Phase 1, Parking Facility - Phase 1 (GMP No. 9-S), at the Orlando International

Airport, in the total amount of $86,096.00 to Cives Corp. dba Cives Steel

Company - Southern Division for CR01020-9S-PKG-RFIs 3681-3681.1-Revised Gutter

Detail at Promenade Canopy around Drains. Bid Package 5.0.0 "Structural Steel

and Metal Deck" was previously awarded within GMP No. 9-S to Cives Corp. dba

Cives Steel Company - Southern Division, CC No. 20171010.016.

TKJV is proposing a subcontract modification to Cives Corp. dba Cives Steel

Company - Southern Division in the total lump sum amount of $86,096.00 for

CR01020-9S-PKG-RFIs 3681-3681.1-Revised Gutter Detail at Promenade Canopy

Minutes of the Construction Committee Meeting, June 3, 2020

Page 24 of 41

around Drains. As part of the VE efforts for the canopy, the cold-formed metal

framing was not procured or included in the Canopy Award. Therefore, RFI 3681

was issued to request a detail for the gutter support steel at the lower

canopy. The RFI response provided Sketches and Detail SC/SPS.01.01. The revised

detail added plates and angles around each drain. Subsequently, RFI 3681.1 was

issued to confirm the dimension of the drain opening and it was confirmed a

6-inch diameter in lieu of 4.5-inch diameter opening. The modified scope of

work consists of all detailing, material fabrication, erection and painting

costs associated with the addition of 2.14 tons of structural steel resulting

from RFIs 3681 and 3681.1 responses.

The approval of this subcontract modification to Cives Corp. dba Cives Steel

Company - Southern Division resolves all requests for costs and time associated

with RFIs 3681 and 3681.1.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontract Modification for this project is as follows:

TKJV to issue subcontract modification to Cives Corp.

dba Cives Steel Company - Southern Division in the

lump sum amount of: $ 86,096.00

Deduct from CWE CM@R Contingency: $ (86,096.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00150 (GMP No. 9-S) for this subcontract modification is

Cives Corp. dba Cives Steel Company - Southern Division (Non-MWBE/LDB). There

is no small business participation associated with this modification.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, and 2-CC were considered in one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontract Modification to Cives Corp. dba Cives Steel Company - Southern

Division on BP-S00150, South Terminal C, Phase 1 - Parking Facility – Phase 1

(GMP No. 9-S), for the total lump sum amount of $86,096.00, with funding from

Customer Facility Charges.

T. Subcontract Modification for BP-S00150 (GMP No. 9-S) with Alpha Insulation & Waterproofing, Inc. for CR0995-9S-PKG-RFIs 4022-4022.2-Additional Expansion

Joints (CWA BP-S150-013). Mr. Corthell presented the memorandum, requesting

approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract

Modification on BP-S00150, South Terminal C, Phase 1, Parking Facility - Phase

1 (GMP No. 9-S), at the Orlando International Airport, in the total amount of

$33,492.00 to Alpha Insulation & Waterproofing, Inc. for CR0995-9S-PKG-RFIs

4022-4022.2-Additional Expansion Joints (CWA BP-S150-013). Bid Package 7.0.0

"Waterproofing" was previously awarded within GMP No. 9-S to Alpha Insulation

& Waterproofing, Inc. CC No. 20171010.16.

TKJV is proposing a subcontract modification to Alpha Insulation &

Waterproofing, Inc. in the total lump sum amount of $33,492.00 for CR0995-9S-

PKG-RFIs 4022-4022.2-Additional Expansion Joints. RFI 4022 was issued to

request details to correct the vertical expansion joint design at the

Minutes of the Construction Committee Meeting, June 3, 2020

Page 25 of 41

Elevators. This RFI provided initial information outlining extents of required

joints. RFI 4022.1 response includes the approved image markups per site walk-

through on March 9, 2020, confirming the scope of work required at the expansion

joints. RFI 4022.2 was issue to confirm the removal of the metal flashing for

the vertical expansion joint conditions at Gridlines GH.1/G2 and GJ/G2 on

Levels 1-5. The RFI response confirmed the installation of a vertical expansion

joint to cover the exposed opening at Gridline GJ/ G2. For Gridline GH.1/G2,

a frame/air-barrier and stucco new built-built up wall on top of existing CIP

crash wall will be installed and a vertical expansion joint will be provided

to cover the exposed opening. The modified scope of work consists of all labor,

material and equipment to install expansion control joints as indicated in the

responses to RFIs 4022­4022.2. Scope of work covered in this request includes

195 LF of 3-inch EM seal expansion joint (EMCS-3) and 390 LF of Silicone

sealant (0.5-inch bead at each side).

The approval of this subcontract modification to Alpha Insulation &

Waterproofing, Inc. resolves all requests for cost and time associated with

RFIs 4022-4022.2 for GMP No. 9-S. Costs for GMP No. 9-S.1 will be submitted

under CR0995.1 and closes CWA BP-S150-013.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontract Modification for this project is as follows:

TKJV to issue subcontract modification to Alpha

Insulation & Waterproofing, Inc. in the lump sum

amount of: $ 33,492.00

Deduct from Owner Contingency: $ (14,506.00)

Deduct from CM@R Contingency: $ (14,506.00)

Deduct from CWE CM@R Contingency: $ (4,480.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00150 (GMP No. 9-S) for this subcontract modification is

Alpha Insulation & Waterproofing, Inc. (Non-MWBE/LDB/VBE). There is no small

business participation associated with this modification.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, and 2-CC were considered in one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontract Modification to Alpha Insulation & Waterproofing, Inc. on BP-

S00150, South Terminal C, Phase 1 - Parking Facility - Phase 1 (GMP No. 9-S),

for the total lump sum amount of $33,492.00, with funding from Customer

Facility Charges and General Airport Revenue Bonds.

U. Subcontract Modification for BP-S00156 (GMP No. 14-S) with Five Arrows, Inc. OBA Service Painting Corporation for CR01063-14S-CEP-RFI 4394-CEP Diagonal

Beam Paint and CEP Concrete Inertia Bases Paint. Mr. Corthell presented the

memorandum, requesting approval for Turner-Kiewit Joint Venture (TKJV) to

issue a Subcontract Modification on BP-S00156, South Terminal C, Phase 1 - CEP

and EPG Buildings (GMP No. 14-S), at the Orlando International Airport, in the

total amount of $1,573.00 to Five Arrows, Inc. dba Service Painting Corporation

for CR01063-14S-CEP-RFI 4394-CEP Diagonal Beam Paint and CEP Concrete Inertia

Minutes of the Construction Committee Meeting, June 3, 2020

Page 26 of 41

Bases Paint. Bid Package 9.5.0 "Epoxy Flooring and Paint" was previously

awarded within GMP No. 14-S to Five Arrows, Inc. dba Service Painting

Corporation, CC No. 20180807.011.

TKJV is proposing a subcontract modification to Five Arrows, Inc. dba Service

Painting Corporation in the total lump sum amount of $1,573.00 CR01063-14S-

CEP-RFI 4394-CEP Diagonal Beam Paint and CEP Concrete Inertia Bases Paint.

RFI 4394 was issued to request if it was acceptable to remove a diagonal brace

located at Column Line CG/C2.3 to meet ADA requirements, or in the alternative

if it could not be removed, to paint the diagonal brace yellow. RFI 4394

response stated the ADA requirements were not applicable in this situation,

the brace could not be removed, and it was acceptable to paint it yellow.

As construction progressed, TKJV discovered a gap in scope coverage concerning

priming/painting six inertia bases located on top of the housekeeping pads

supporting the Chilled Water Pumps in the CCP of the CEP. During the bidding

phase of the project, it was not identified that the inertia bases were

required to be painted, only the housekeeping pads. The modified scope of work

in this request consists of all labor and material costs associated with the

painting of diagonal brace at Column Line CG/C2.3, per RFI 4394, and the

painting of six concrete inertia bases with Armor Seal 8100 Tile Red Paint.

The approval of this subcontract modification to Five Arrows, Inc. dba Service

Painting Corporation resolves all requests for costs and time resulting from

RFI 4394 and the CEP concrete inertia bases painting scope of work.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontract Modification for this project is as follows:

TKJV to issue a subcontract modification to Five Arrows,

Inc. dba Service Painting Corporation in the lump sum

amount of: $ 1,573.00

Deduct from Pl CEP CM@R Contingency: $ (1,573.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00156 (GMP No. 14-S) for this subcontract modification is

Five Arrows, Inc. dba Service Painting Corporation (Non-MWBE/LDB/VBE). There

is no small business participation associated with this modification.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, and 2-CC were considered in one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontract Modification to Five Arrows, Inc. dba Service Painting Corporation

on BP-S00156, South Terminal C, Phase 1 - CEP and EPG Buildings (GMP No.

14-S), for the total lump sum amount of $1,573.00, with funding from Passenger

Facility Charges and General Airport Revenue Bonds.

Minutes of the Construction Committee Meeting, June 3, 2020

Page 27 of 41

V. Subcontractor Modification for BP-S00163 (GMP No. 5-S.5) with The Middlesex Corporation for CR0645-5S.5-LSC-Bridge Inverted T-Cap Cut Rebar Investigation.

Mr. Corthell presented the memorandum, requesting approval for Turner-Kiewit

Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00163, South

Terminal C, Phase 1 - Enplane/Deplane Bridge and Roadways (GMP No. 5-S.5), at

the Orlando International Airport, in the total amount of $18,805.00 to The

Middlesex Corporation for CR0645-5S.5-LSC-Bridge Inverted T-Cap Cut Rebar

Investigation. Bid Package 34.0.0 "Enplane/ Deplane Bridge-Combined Piers and

Piles" was previously awarded within GMP No. 5-S.5 "Enplane/ Deplane Bridge

and Roadways Balance of Work - FDOT" to The Middlesex Corporation, CC No.

20180605.007.

TKJV is proposing a subcontract modification to The Middlesex Corporation in

the total lump sum amount of $18,805.00 for CR0645-5S.5-LSC-Bridge Inverted

T-Cap Cut Rebar Investigation. At the rebar cage of Pier 11 Level 2 Inverted

T-Cap, multiple bars within the ledges were found to be incorrectly cut while

performing a routine check. These bars were cut on the north and south edges

where the ledges are in line with the columns that support the cap (4 areas

total). Due to these findings, the OAR and CM@R held a meeting on August 14,

2019, and agreed that an investigation of the previously installed inverted

T-Cap rebar should be performed. This testing and inspection was necessary to

alleviate significant concerns about bridge piers that were placed and stripped

and to confirm the improperly installed rebar was an isolated instance. The

OAR and CM@R agreed this was a buyout issue because this level of testing and

inspection was not required per the specifications and therefore not purchased

with the CM@R's third-party quality control package. A specialist was brought

in to scan and x-ray the other inverted T-Cap rebar. The conclusion of the

investigation was that the other caps were constructed properly, per plan and

specifications. The scope of work consists of all labor and equipment costs

provided by The Middlesex Corporation to support the x-ray investigation and

costs to chip concrete for visual inspection to confirm proper installation

of reinforcing steel.

The approval of this subcontract modification to The Middlesex Corporation

resolves all requests for cost and time resulting from CR0645-5S.5-LSC-Bridge

Inverted T-Cap Cut Rebar Investigation.

TKJV has submitted the subcontractor's proposal to support this request. An

independent cost Review is included. By approving this request, the Owner does

not waive its right to enforce the contract requirements for other requests

for cost or time.

The effect of this Subcontractor Modification for this project is as follows:

TKJV to issue a subcontract modification to The

Middlesex Corporation in the lump sum amount of (LSC

Bulletin 23 and RFI 2397): $ 18,805.00

Deduct from P1 CM@R Contingency: $ (18,805.00)

Due to the funding source of this GMP No. 5-S.5, Turner-Kiewit Joint Venture

proposed a 20% DBE participation goal for Bid Package 34.0.0 Enplane/Deplane

Bridge and Roadways Balance of Work - FDOT, in lieu of MWBE and LDB

participation goals. As such, Turner-Kiewit Joint Venture’s committed MWBE

and LDB Construction Services goals are not affected by this modification. The

subcontractor identified and committed to participate on BP-S00163 (GMP No.

5-S.5) for this subcontract modification is The Middlesex Corporation (Non-

DBE). There is no small business participation associated with this

modification.

Minutes of the Construction Committee Meeting, June 3, 2020

Page 28 of 41

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, and 2-CC were considered in one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontractor Modification to The Middlesex Corporation on BP-S00163, South

Terminal C, Phase 1 - Enplane/Deplane Bridge and Roadways (GMP No. 5-S.5), for

the total lump sum amount of $18,805.00, with funding from General Airport

Revenue Bonds.

W. Subcontractor Modification for BP-S00170 (GMP No. 5-S.6) with Kiewit

Infrastructure South Co. for CR0542.1-LSC-Bulletin 20 Changes to the Primary

Power Distribution (PPD). Mr. Corthell presented the memorandum, requesting

approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract

Modification on BP-S00170, South Terminal C, Phase 1 - Underground Electrical

Distribution (GMP No. 5-S.6), at the Orlando International Airport, in the

total amount of $253,924.00 to Kiewit Infrastructure South Co., for CR0542.1-

LSC-Bulletin 20 Changes to the Primary Power Distribution (PPD). Bid Package

26.0.0 "North Section" was previously awarded within GMP No. 5-S.6 to Kiewit

Infrastructure South Co., CC No. 20180605.08.

TKJV is proposing a subcontract modification to Kiewit Infrastructure South

Co. in the total lump sum amount of $253,924.00 for CR0542.1-LSC-Bulletin 20

Changes to the Primary Power Distribution (PPD). Landside Civil Bulletin 20

included updates to the site utility and duct bank drawings that resulted in

additional work under GMP No. 5-S.6. The modified scope of work consists of

labor, material and equipment costs associated with the additional spurs at

E32, E34, and E35; the conduit relocation; the E09 stub-up to transformer

pads; the added fence at the OUC railroad crossing; and the credits associated

with the duct bank reduction at E04, E05, and Ell.

The approval of this subcontract modification to Kiewit Infrastructure South

Co. resolves all requests for cost and time for the LSC Bulletin 020 scope of

work in GMP No. 5-S.6. All other cost and time impacts associated with LSC

Bulletin 020 were submitted in CR0542-55.2.

TKJV has submitted documentation including the subcontractor's proposal to

support this request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontractor Modification for this project is as follows:

TKJV to issue a subcontract modification to Kiewit

Infrastructure South Co. in the lump sum amount of: $ 253,924.00

Deduct from Pl Owner Contingency: $(253,924.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00170 (GMP No. 5-S.6) for this subcontract modification is

Kiewit Infrastructure South Co. (Non-MWBE/LDB/VBE). There is 13.6% MWBE and

8.5% LDB participation associated with this modification.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, and 2-CC were considered in one motion.

Minutes of the Construction Committee Meeting, June 3, 2020

Page 29 of 41

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontractor Modification to Kiewit Infrastructure South Co. on BP-S00170,

South Terminal C, Phase 1 - Underground Electrical Distribution (GMP

No. 5-S.6), for the total lump sum amount of $253,924.00, with funding from

General Airport Revenue Bonds.

X. Subcontractor Modification for BP-S00170 (GMP No. 5-S.6) with Kiewit

Infrastructure South Co. for CR0617-LSC-Bulletin 21 and RFI 1941.1-Changes in

Primary Power Duct Bank. Mr. Corthell presented the memorandum, requesting

approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract

Modification on BP-S00170, South Terminal C, Phase 1 - Underground Electrical

Distribution (GMP No. 5-S.6), at the Orlando International Airport, in the

total amount of $132,637.00 to Kiewit Infrastructure South Co., for CR0617-

LSC-Bulletin 21 and RFI 1941.1-Changes in Primary Power Duct Bank. Bid Package

26.0.0 "North Section" was previously awarded within GMP No. 5-S.6 to Kiewit

Infrastructure South Co., CC No. 20180605.08.

TKJV is proposing a subcontract modification to Kiewit Infrastructure South

Co. in the total lump sum amount of $132,637.00 for CR0617-LSC-Bulletin 21 and

RFI 1941.1-Changes in Primary Power Duct Bank. LSC Bulletin 21 changes the

layout and alignment of over 600 feet of conduit in "E run 07" and adds a new

run of 241 feet from a communications box in "E run 13". RFI 1941.1 removes

4W4 conduit from Manhole "MH-LB-23 in E run 14”. The modified scope of work

consists of all labor, material and equipment costs associated with the LSC

Bulletin 21 revisions and a credit for the 4W4 conduit removed in RFI 1941.1

response.

The approval of this subcontract modification to Kiewit Infrastructure South

Co. resolves all requests for cost and time for LSC Bulletin 21 and RFI 1941.1.

TKJV has submitted documentation including the subcontractor's proposal to

support this request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontractor Modification for this project is as follows:

TKJV to issue a subcontract modification to Kiewit

Infrastructure South Co. in the lump sum amount of: $ 132,637.00

Deduct from Pl Owner Contingency: $(132,637.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00170 (GMP No. 5-S.6) for this subcontract modification is

Kiewit Infrastructure South Co. (Non-MWBE/LDB/VBE). There is 9.3% MWBE and

2.5% LDB participation associated with this modification. [Subsequent to the

meeting, the Office of Small Business Development submitted an OSBD

Participation Memorandum as Information Item 12-D on the July 21, 2020,

Construction Committee Agenda.]

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, and 2-CC were considered in one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontractor Modification to Kiewit Infrastructure South Co. on BP-S00170,

South Terminal C, Phase 1 - Underground Electrical Distribution (GMP

Minutes of the Construction Committee Meeting, June 3, 2020

Page 30 of 41

No. 5-S.6), for the total lump sum amount of $132,637.00, with funding from

General Airport Revenue Bonds.

Y. Subcontract Modification for BP-S00173 (GMP No. 7-S.3) with Kirlin Florida, LLC for CR1052-LST-RFI 3684 Electric Water Heater Floor Drain (EWH-FD in

Storage Room 01-664X. Mr. Corthell presented the memorandum, requesting

approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract

Modification on BP-S00173, South Terminal C, Phase 1, Landside Terminal, MEP

Systems - FDOT (GMP No. 7-S.3), at the Orlando International Airport, in the

total amount of $3,467.00 to Kirlin Florida, LLC for CR1052-LST-RFI 3684

Electric Water Heater Floor Drain (EWH-FD in Storage Room 01-664X. Bid Package

BP 23.0.0 "Plumbing and HVAC" was previously awarded via CR0239 to Kirlin

Florida, LLC, CC No. 20190205.02H

TKJV is proposing a subcontract modification to Kirlin Florida, LLC in the

total lump sum amount of $3,467.00 for CR1052-LST-RFI 3684 EWH FD in Storage

Room 01-664X. RFI 3684 added a floor drain for the water heater that was

added in the updated plumbing drawings issued in RFI 1824 response. The

modified scope of work consists of all costs associated with added floor

drain/trap primer, sanitary piping, below grade domestic cold water, above-

grade domestic cold water and specialties, per RFI 3684 response.

The approval of this subcontract modification to Kirlin Florida, LLC resolves

all requests for cost and time associated with RFI 3684. There are no

forthcoming CRs for any other GMPs.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests or cost or time.

The effect of this Subcontract Modification for this project is as follows:

TKJV to issue a subcontract modification to Kirlin

Florida, LLC in the lump sum amount of: $ 3,467.00

Deduct from P1X Owner Contingency: $ (3,467.00)

Due to the funding source of this GMP No. 7-S.3, Turner-Kiewit Joint Venture

proposed a 10% DBE participation goal for Construction Services, in lieu of

MWBE and LDB participation goals. As such, Turner-Kiewit Joint Venture’s

committed MWBE and LDB Construction Services goals are not affected by this

modification. The subcontractor identified and committed to participate on

BP-S00173 (GMP No. 7-S.3) for this subcontract modification is Kirlin Florida,

LLC (Non-MWBE/LDB/VBE). There is no small business participation associated

with this modification.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, and 2-CC were considered in one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontract Modification to Kirlin Florida, LLC on BP-S00173, South Terminal

C, Phase 1, Landside Terminal, MEP Systems - FDOT (GMP No. 7-S.3), for the

amount of $3,467.00, with funding from Passenger Facility Charges and General

Airport Revenue Bonds.

Minutes of the Construction Committee Meeting, June 3, 2020

Page 31 of 41

Z. Subcontractor Modification for BP-S00178 (GMP No. 19-S) with Kiewit

Infrastructure South Co. for CR0827-AFC-Grease Traps Additional Cleanouts.

Mr. Corthell presented the memorandum, requesting approval for Turner-Kiewit

Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00178, South

Terminal C, Phase 1 - Airfield Civil (GMP No. 19-S), at the Orlando

International Airport, in the total amount of $8,376.00 to Kiewit

Infrastructure South Co. for CR0827-AFC-Grease Traps Additional Cleanouts.

Bid Package 34.10.1 "Site Electrical and Communications" was previously awarded

within GMP No. 19-S to Kiewit Infrastructure South Co., CC No. 20190604.026.

TKJV is proposing a subcontract modification to Kiewit Infrastructure South

Co. in the total lump sum amount of $8,376.00 for CR0827-AFC-Grease Traps

Additional Cleanouts. CR0500 was resolved through Amendment No. 1, which

limited the Bulletin 10/11 pricing solely to the grease traps and directly

related scope. The additional cleanouts came as direction from the EOR/City

during the submittal review phase No. 22 13 19-0001. This was verified in

later design coordination meetings, to follow the typical detail provided in

the plans, Sheet C35.01.14. The modified scope of work consists of all labor,

material and equipment costs associated with adding emergency exterior

cleanouts in grease waste below grade piping not included in originally

submitted CR0500 which was resolved in GMP No. 19-S – Amendment No. 1.

The approval of this subcontract modification to Kiewit Infrastructure South

Co. resolves all requests for cost and time associated with CR0827-AFC-Grease

Traps Additional Cleanouts.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontractor Modification for this project is as follows:

TKJV to issue a subcontract modification to Kiewit

Infrastructure South Co. in the lump sum amount of: $ 8,376.00

Deduct from P1 Owner Contingency: $ (8,376.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00178 (GMP No. 19-S) for this subcontract modification is

Kiewit Infrastructure South Co. (Non-MWBE/LDB). There is no small business

participation associated with this modification.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, and 2-CC were considered in one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontractor Modification to Kiewit Infrastructure South, Co. on BP-S00178,

South Terminal C, Phase 1 - Airfield Civil (GMP No. 19-S), for the total lump

sum amount of $8,376.00, with funding from General Airport Revenue Bonds.

AA. Subcontractor Modification for BP-S00179 (GMP No. 6-S.6) with Liberty Conshor,

LLC for CR0515-6S6-RFI 1860 Pile Locations at Area 14 P1X NE Corner. Mr.

Corthell presented the memorandum, requesting approval for Hensel Phelps

Construction (HPC) to issue a Subcontract Modification on BP-S00179, South

Terminal C, Phase 1 - Airside Concourse (GMP No. 6-S.6), at the Orlando

International Airport, in the total amount of $12,160.00 to Liberty Conshor,

Minutes of the Construction Committee Meeting, June 3, 2020

Page 32 of 41

LLC for CR0515-6S6-RFI 1860 Pile Locations at Area 14 P1X NE Corner. Bid

Package for BP P1X 03.01 "Cast-In-Place Concrete" was previously awarded within

GMP No. 6-S.6 to Liberty Conshor, LLC, CC No. 20191029.007.

HPC is requesting to issue a Subcontract Modification to Liberty Conshor, LLC

in the total Lump Sum amount of $12,160.00 for CR0515-6S6-RFI 1860 Pile

Locations at Area 14 P1X NE Corner. The piles at the northeast corner of Area

14 for P1X could not be installed in the planned location due to the size of

the piling drilling equipment and required clearance. RFI 1860 adjusted the

locations of piles that were less than 5 feet from the face of Phase 1 Airside

Concourse Building. This subsequently required that the Pile Cap at the corner

be enlarged and deepened. The modified scope of work consists of the additional

costs associated with the Pile Cap PC4 enlargement, including the concrete,

structural steel and associated excavation and backfill, per RFI 1860 response

and sketches.

The approval of this Subcontract Modification to Liberty Conshor, LLC resolves

all requests for costs and time associated with RFI 1860 scope of work.

HPC has submitted documentation including the Subcontractor's proposal to

support this request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontractor Modification for this project is as follows:

HPC to issue a subcontract modification to Liberty

Conshor, LLC in the deductive lump sum amount of: $ 12,160.00

Deduct from CM@R Contingency: $ (12,160.00)

Due to the funding source of this GMP No. 6-S.6, Hensel Phelps Construction

proposed DBE participation goals per bid scope of work for Construction

Services. The subcontractor identified and committed to participate on BP-

S00179 (GMP No. 6-S.6) for this subcontract modification is Liberty Conshor,

LLC (Non-DBE/MWBE/LDB). There is 13.7% DBE participation associated with this

modification.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, and 2-CC were considered in one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Hensel Phelps Construction to issue a

Subcontractor Modification to Liberty Conshor, LLC on BP-S00179, South Terminal

C, Phase 1 - Airside Concourse (GMP No. 6-S.6), for the total lump sum amount

of $12,160.00, with funding from Passenger Facility Charges and General Airport

Revenue Bonds.

BB. Subcontractor Modification for BP-S00179 (GMP No. 6-S.6) with Randall

Mechanical, Inc. for CR0548-6S6-RFI 2270 Comments on P1X Underground Shop

Drawings (CWA BP-S179-001). Mr. Corthell presented the memorandum, requesting

approval for Hensel Phelps Construction (HPC) to issue a Subcontract

Modification on BP-S00179, South Terminal C, Phase 1 - Airside Concourse (GMP

No. 6-S.6), at the Orlando International Airport, in the total amount of

$5,829.00 to Randall Mechanical, Inc. for CR0548-6S6-RFI 2270 Comments on P1X

Underground Shop Drawings (CWA BP-S179-001). Bid Package for BP-S179 23.01A

"Fire Suppression, Plumbing and HVAC" has been previously awarded within GMP

No. 6-S.6 to Randall Mechanical, Inc., CC No. 20191029.007.

Minutes of the Construction Committee Meeting, June 3, 2020

Page 33 of 41

HPC is requesting to issue a Subcontractor Modification to Randall Mechanical,

Inc. in the total Lump Sum amount of $5,829.00 for CR0548-6S6-RFI 2270 Comments

on P1X Underground Shop Drawings. The modified scope of work consists of the

additional costs associated with the added underground piping in Areas 34 and

35, per RFI 2270 response and sketch.

The approval of this Subcontractor Modification to Randall Mechanical, Inc.

resolves all requests for costs and time associated with RFI 2270 and closes

out CWA BP-S179-001.

HPC has submitted documentation including the subcontractor's proposal to

support this request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontractor Modification for this project is as follows:

HPC to issue a subcontract modification to Randall

Mechanical, Inc. in the deductive lump sum amount of: $ 5,829.00

Deduct from Owner Contingency: $ (5,829.00)

Due to the funding source of this GMP No. 6-S.6, Hensel Phelps Construction

proposed DBE participation goals per bid scope of work for Construction

Services. The subcontractor identified and committed to participate on BP-

S00179 (GMP No. 6-S.6) for this subcontract modification is Randall Mechanical,

Inc. (Non-DBE/MWBE/LDB). There is no small business participation associated

with this modification.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, and 2-CC were considered in one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Hensel Phelps Construction to issue a

Subcontractor Modification to Randall Mechanical, Inc. on BP-S00179, South

Terminal C, Phase 1 - Airside Concourse (GMP No. 6-S.6), for the total lump

sum amount of $5,829.00, with funding from General Airport Revenue Bonds.

CC. Subcontractor Modification for BP-S00179 (GMP No. 6-S.6) with Liberty Conshor,

LLC for CR0574-6S6-RFI 2133 Pile Caps and Adjoining Foundations (CWA BP-S179-

002). Mr. Corthell presented the memorandum, requesting approval for Hensel

Phelps Construction (HPC) to issue a Subcontract Modification on BP-S00179,

South Terminal C, Phase 1 - Airside Concourse (GMP No. 6-S.6), at the Orlando

International Airport, in the total amount of $3,373.00 to Liberty Conshor,

LLC for CR0574-6S6-RFI 2133 Pile Caps and Adjoining Foundations (CWA BP-S179-

002). Bid Package for BP PlX 03.01 "Cast-In-Place Concrete" was previously

awarded within GMP No. 6-S.6 to Liberty Conshor, LLC, CC No. 20191029.007.

HPC is requesting to issue a Subcontract Modification to Liberty Conshor, LLC

in the total Lump Sum amount of $3,373.00 for CR0574-6S6-RFI 2133 Pile Caps

and Adjoining Foundations. RFI 2133 was written to confirm that the Elevator

and Escalator foundations at Gridlines Y44 and Y43 and adjacent Pile Caps PC2

and PCS, respectively, are to be monolithic for waterproofing purposes. The

modified scope of work consists of the costs associated with the additional

concrete mud slabs and the microcrystal line concrete waterproofing additive,

per RFI 2133 response and sketch.

Minutes of the Construction Committee Meeting, June 3, 2020

Page 34 of 41

The approval of this Subcontract Modification to Liberty Conshor, LLC resolves

all requests for costs and time associated with RFI 2133 scope of work in GMP

No. 6-S.6 and closes out (CWA BP-S179-002). Impacts of RFI 2133 to GMP No.

6-S.l will be submitted in a future CR. There are no cost impacts to GMP Nos.

6-S, 6-S.2, 6-S.3, 6-S.4, and 6-S.5.

HPC has submitted documentation including the Subcontractor's proposal to

support this request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontractor Modification for this project is as follows:

HPC to issue a subcontract modification to Liberty

Conshor, LLC in the lump sum amount of: $ 3,373.00

Deduct from CM@R Contingency: $ (3,373.00)

Due to the funding source of this GMP No. 6-S.6, Hensel Phelps Construction

proposed DBE participation goals per bid scope of work for Construction

Services. The subcontractor identified and committed to participate on BP-

S00179 (GMP No. 6-S.6) for this subcontract modification is Liberty Conshor,

LLC (Non-DBE/MWBE/LDB). There is no small business participation associated

with this modification. [Subsequent to the meeting, the Office of Small

Business Development submitted an OSBD Participation Memorandum as Information

Item 12-E on the July 21, 2020, Construction Committee Agenda.]

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, and 2-CC were considered in one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Hensel Phelps Construction to issue a

Subcontractor Modification to Liberty Conshor, LLC on BP-S00179, South Terminal

C, Phase 1 - Airside Concourse (GMP No. 6-S.6), for the total lump sum amount

of $3,373.00, with funding from Passenger Facility Charges and General Airport

Revenue Bonds.

SOUTH TERMINAL C

REQUEST FOR RECOMMENDATION OF APPROVAL OF AMENDMENT NO. 4 TO ADDENDUM NO. 3 TO THE

CONSTRUCTION MANAGEMENT AT RISK (CM@R) ENTITY SERVICES FOR THE SOUTH TERMINAL C,

PHASE 1 AGREEMENT WITH HENSEL PHELPS CONSTRUCTION FOR BP-S00142, AIRSIDE TERMINAL

FOUNDATIONS (GMP NO. 6-S), AT THE ORLANDO INTERNATIONAL AIRPORT.

3. Mr. Corthell presented the memorandum, dated June 23, 2020, to request for

recommendation of approval of an Amendment No. 4 to Addendum No. 3 to the Construction

Management at Risk (CM@R) Entity Services for the South Terminal C, Phase 1 Agreement

with Hensel Phelps Construction for BP-S00142, Airside Terminal Foundations (GMP No.

6-S), at the Orlando International Airport.

The Program Team has evaluated the Guaranteed Maximum Price (GMP) for BP-S00142,

South Terminal C, Phase 1 - Airside Terminal Foundations (GMP No. 6-S) and determined

that it is appropriate to reduce the GMP value as indicated in the tables below as

this GMP is nearing completion and close­out:

Minutes of the Construction Committee Meeting, June 3, 2020

Page 35 of 41

GMP Original GMP

Budget

Current GMP

Budget*

Proposed GMP

Amendment

Proposed GMP

Total

Direct Cost of

Work $6,066,010.00 $20,330,675.00 $0.00. $20,330,675.00

Unbought Scope $11,940,241.00 $0.00 $0.00. $0.00

Allowances $0.00 $0.00 $0.00. $0.00

CM@R

Contingency $900,313.00 $180,260.00 ($180,260.00) $0.00

Owner

Contingency $450,156.00 $46,615.00 ($46,615.00) $0.00

P&P Bond $136,302.00 $144,766.00 ($1,598.00) $143,168.00

Fee $1,167,404.00 $1,239,826.00 ($13,683.00) $1,226,143.00

TOTAL $20,660,426.00 $21,942,142.00 ($242,156.00) $21,699,986.00

*Current GMP Budget as of CCM May 26, 2020

GMP – P1 Original GMP

Budget

Current GMP

Budget*

Proposed GMP

Amendment

Proposed GMP

Total

Direct Cost of

Work $6,066,010.00 $20,330,675.00 $0.00. $20,330,675.00

Unbought Scope $11,940,241.00 $0.00 $0.00. $0.00

Allowances $0.00 $0.00 $0.00. $0.00

CM@R

Contingency $900,313.00 $180,260.00 ($180,260.00) $0.00

Owner

Contingency $450,156.00 $46,615.00 ($46,615.00) $0.00

P&P Bond $136,302.00 $144,766.00 ($1,598.00) $143,168.00

Fee $1,167,404.00 $1,239,826.00 ($13,683.00) $1,226,143.00

TOTAL $20,660,426.00 $21,942,142.00 ($242,156.00) $21,699,986.00

*Current GMP Budget as of CCM May 26, 2020

GMP – P1X Original GMP

Budget

Current GMP

Budget*

Proposed GMP

Amendment

Proposed GMP

Total

Direct Cost of

Work $0.00 $0.00 $0.00 $0.00

Unbought Scope $0.00 $0.00 $0.00 $0.00

Allowances $0.00 $0.00 $0.00 $0.00

CM@R

Contingency $0.00 $0.00 $0.00 $0.00

Owner

Contingency $0.00 $0.00 $0.00 $0.00

P&P Bond $0.00 $0.00 $0.00 $0.00

Fee $0.00 $0.00 $0.00 $0.00

TOTAL $0.00 $0.00 $0.00 $0.00

*Current GMP Budget as of CCM May 26, 2020

The Office of Small Business Development has determined that Hensel Phelps

Construction's deductive GMP Amendment for BP-S00142 (GMP No. 6-S) does not have any

impact on the small business participation.

Ms. Sharman asked if this request is enough to complete the known scope.

Mr. Corthell answered yes. Ms. Sharman asked if there was any additional scope

anticipated. Mr. Corthell responded no.

Ms. Sharman stated that this item is subject to the Construction Finance Oversight

Committee (CFOC).

Agenda Item Nos. 3, 4, and 5 were considered in one motion.

Minutes of the Construction Committee Meeting, June 3, 2020

Page 36 of 41

Upon motion of Mr. Patterson, second by Ms. Schneider, vote carried by roll-call,

with all votes yea, to recommend to the Aviation Authority Board approval of Amendment

No. 4 to Addendum No. 3 to the Construction Management at Risk (CM@R) Entity Services

for the South Terminal C, Phase 1 Agreement with Hensel Phelps Construction for

BP-S00142, Airside Terminal Foundations (GMP No. 6-S), for a total negotiated

deductive GMP Amendment amount of ($242,156.00), which includes a deductive amount

of ($180,260.00) for CM@R Contingency, a deductive amount of ($46,615.00) for Owner

Contingency, a deductive amount of ($1,598.00) for Performance and Payment Bonds,

and a deductive amount of ($13,683.00) for the CM@R Fee (6.031%), resulting in a

revised GMP amount of $21,699,986.00, with funding from Passenger Facility Charges

to the extent eligible and General Airport Revenue Bonds; subject to funding

consensus by the CFOC. [Subsequent to the Construction Committee meeting, the CFOC

consensed the funding at the meeting held on July 9, 2020, as outlined above.]

REQUEST FOR RECOMMENDATION OF APPROVAL OF AMENDMENT NO. 6 TO ADDENDUM NO. 13 TO THE

CONSTRUCTION MANAGEMENT AT RISK (CM@R) ENTITY SERVICES FOR THE SOUTH TERMINAL C,

PHASE 1 AGREEMENT WITH HENSEL PHELPS CONSTRUCTION FOR BP-S00144, SOUTH TERMINAL C,

PHASE 1 - AIRSIDE TERMINAL, ENCLOSURE AND EXTERIOR FINISHES (GMP NO. 6-S.2), AT THE

ORLANDO INTERNATIONAL AIRPORT.

4. Mr. Corthell presented the memorandum, dated June 23, 2020, to request for

recommendation of approval of Amendment No. 6 to Addendum No. 13 to the Construction Management at Risk (CM@R) Entity Services for the South Terminal C, Phase 1 Agreement

with Hensel Phelps Construction for BP-S00144, South Terminal C, Phase 1 - Airside

Terminal, Enclosure and Exterior Finishes (GMP No. 6-S.2), at the Orlando

International Airport.

The Program Team has evaluated the Guaranteed Maximum Price (GMP) for BP-S00144,

South Terminal C, Phase 1 -Airside Enclosure and Exterior Finishes (GMP No. 6-S.2)

and determined that it is necessary to increase Owner Contingency to fund design

progression of the electrical design and other design bulletins and contingency

requests. The proposed GMP value is indicated in the tables below:

GMP Original GMP

Budget

Current GMP

Budget*

Proposed GMP

Amendment

Proposed GMP

Total

Direct Cost of

Work $85,983,643.00 $127,025,475.00 $0.00 $127,025,475.00

Unbought Scope $157,441.00 $401,708.00 $0.00 $401,708.00

Allowances $5,444,000.00 $0.00 $0.00 $0.00

CM@R

Contingency $3,663,403.00 $2,692,490.00 $0.00 $2,692,490.00

Owner

Contingency $2,289,627.00 $423,912.00 $1,075,971.00 $1,499,883.00

P&P Bond $686,825.00 $919,236.00 $7,577.00 $926,813.00

Fee $5,882,524.00 $7,873,085.00 $64,892.00 $7,937,977.00

TOTAL $104,107,463.00 $139,335,906.00 $1,148,440.00 $140,484,346.00

*Current GMP Budget as of CCM May 26, 2020

Minutes of the Construction Committee Meeting, June 3, 2020

Page 37 of 41

GMP – P1 Original GMP

Budget

Current GMP

Budget*

Proposed GMP

Amendment

Proposed GMP

Total

Direct Cost of

Work $85,983,643.00 $107,363,606.00 $0.00 $107,363,606.00

Unbought Scope $157,441.00 $96,708.00 $0.00 $96,708.00

Allowances $5,444,000.00 $0.00 $0.00 $0.00

CM@R

Contingency $3,663,403.00 $1,908,717.00 $0.00 $1,908,717.00

Owner

Contingency $2,289,627.00 $73,111.00 $1,075,971.00 $1,149,082.00

P&P Bond $686,825.00 $770,648.00 $7,577.00 $778,225.00

Fee $5,882,524.00 $6,600,457.00 $64,892.00 $6,665,349.00

TOTAL $104,107,463.00 $116,813,247.00 $1,148,440.00 $117,961,687.00

*Current GMP Budget as of CCM May 26, 2020

GMP – P1X Original GMP

Budget

Current GMP

Budget*

Proposed GMP

Amendment

Proposed GMP

Total

Direct Cost of

Work $0.00 $19,661,869.00 $0.00 $19,661,869.00

Unbought Scope $0.00 $305,000.00 $0.00 $305,000.00

Allowances $0.00 $0.00 $0.00 $0.00

CM@R

Contingency $0.00 $783,773.00 $0.00 $783,773.00

Owner

Contingency $0.00 $350,801.00 $0.00 $350,801.00

P&P Bond $0.00 $148,588.00 $0.00 $148,588.00

Fee $0.00 $1,272,628.00 $0.00 $1,272,628.00

TOTAL $0.00 $22,522,659.00 $0.00 $22,522,659.00

*Current GMP Budget as of CCM May 26, 2020

The Office of Small Business Development has determined that the proposed GMP

Amendment for BP-S00144 (GMP No. 6-S.2) does not have any impact on the small

business participation.

Ms. Sharman asked if this request is enough to complete the known scope.

Mr. Corthell answered yes. Ms. Sharman asked if there was any additional scope

anticipated. Mr. Corthell responded no.

Ms. Sharman stated that this item is subject to the Construction Finance Oversight

Committee (CFOC).

Agenda Item Nos. 3, 4, and 5 were considered in one motion.

Upon motion of Mr. Patterson, second by Ms. Schneider, vote carried by roll-call,

with all votes yea, to recommend to the Aviation Authority Board approval of Amendment

No. 6 to Addendum No. 13 to the Construction Management at Risk (CM@R) Entity

Services for the South Terminal C, Phase 1 Agreement with Hensel Phelps Construction

for BP-S00144, South Terminal C, Phase 1 - Airside Terminal, Enclosure and Exterior

Finishes (GMP No. 6-S.2), for a total negotiated GMP Amendment amount of

$1,148,440.00, which includes $1,075,971.00 for Owner Contingency, $7,577.00 for

Performance and Payment Bond, and $64,892.00 for the CM@R Fee (6.031%), resulting

in a revised GMP amount of $140,484,346.00, with funding from Passenger Facility

Charges to the extent eligible and General Airport Revenue Bonds; subject to funding

consensus by the CFOC. [Subsequent to the Construction Committee meeting, the CFOC

consensed the funding at the meeting held on July 9, 2020, as outlined above.]

Minutes of the Construction Committee Meeting, June 3, 2020

Page 38 of 41

REQUEST FOR RECOMMENDATION OF APPROVAL OF AMENDMENT NO. 5 TO ADDENDUM NO. 16 TO THE

CONSTRUCTION MANAGEMENT AT RISK (CM@R) ENTITY SERVICES FOR THE SOUTH TERMINAL C,

PHASE 1 AGREEMENT WITH HENSEL PHELPS CONSTRUCTION FOR BP-S00168, AIRSIDE TERMINAL,

INTERIOR FINISHES AND SPECIALTIES (GMP NO. 6-S.4), AT THE ORLANDO INTERNATIONAL

AIRPORT.

5. Mr. Corthell presented the memorandum, dated June 23, 2020, to request for

recommendation of approval of Amendment No. 5 to Addendum No. 16 to the Construction

Management at Risk (CM@R) Entity Services for the South Terminal C, Phase 1 Agreement

with Hensel Phelps Construction for BP-S00168, Airside Terminal, Interior Finishes

and Specialties (GMP No. 6-S.4), at the Orlando International Airport. The South

Terminal C Program Team has evaluated the budget for the South Terminal C, Phase 1

Agreement with Hensel Phelps Construction for BP-S00168, Airside Terminal, Interior

Finishes and Specialties (GMP No. 6-S.4 ), and agreed to a reduction in the GMP

value as indicated in the tables below:

GMP Original GMP

Budget

Current GMP

Budget**

Proposed GMP

Amendment

Proposed GMP

Total

Direct Cost of

Work $52,104,076.00 $53,325,281.00 $0.00. $53,325,281.00

Unbought Scope $1,863,725.00 $857,100.00 $0.00. $857,100.00

Allowances ($500,000.00) $0.00 $0.00. $0.00

CM@R

Contingency $2,138,712.00 $1,805,579.00 $0.00. $1,805,579.00

Owner

Contingency $534,678.00 $4,184,957.00 ($849,096.00) $3,335,861.00

P&P Bond $395,324.00 $423,714.00 ($5,979.00) $417,735.00

Fee $3,385,875.00 $3,629,029.00 ($51,209.00) $3,577,820.00

TOTAL $59,922,390.00 $64,225,660.00 ($906,284.00) $63,319,376.00

GMP – P1 Original GMP

Budget

Current GMP

Budget

Proposed GMP

Amendment

Proposed GMP

Total

Direct Cost of

Work $52,104,076.00 $50,318,545.00 $0.00. $50,318,545.00

Unbought Scope $1,863,725.00 $693,620.00 $0.00. $693,620.00

Allowances ($500,000.00) $0.00 $0.00. $0.00

CM@R

Contingency $2,138,712.00 $1,651,771.00 $0.00. $1,651,771.00

Owner

Contingency $534,678.00 $3,471,511.00 ($849,096.00) $2,622,415.00

P&P Bond $395,324.00 $395,284.00 ($5,979.00) $389,305.00

Fee $3,385,875.00 $3,385,529.00 ($51,209.00) $3,334,320.00

TOTAL $59,922,390.00 $59,916,260.00 ($906,284.00) $59,009,976.00

GMP – P1X Original GMP

Budget

Current GMP

Budget

Proposed GMP

Amendment

Proposed GMP

Total

Direct Cost of

Work $0.00 $3,006,736.00 $0.00 $3,006,736.00

Unbought Scope $0.00 $163,480.00 $0.00 $163,480.00

Allowances $0.00 $0.00 $0.00 $0.00

CM@R

Contingency $0.00 $153,808.00 $0.00 $153,808.00

Owner

Contingency $0.00 $713,446.00 $0.00 $713,446.00

P&P Bond $0.00 $28,430.00 $0.00 $28,430.00

Fee $0.00 $243,500.00 $0.00 $243,500.00

TOTAL $0.00 $4,309,400.00 $0.00 $4,309,400.00

Minutes of the Construction Committee Meeting, June 3, 2020

Page 39 of 41

The Office of Small Business Development has determined that Hensel Phelps

Construction's deductive Amendment for BP-S00168 (GMP 6-S.4) does not have any impact

on the small business participation. [Subsequent to the meeting, the Office of

Small Business Development submitted an OSBD Participation Memorandum as Information

Item 12-F on the July 21, 2020, Construction Committee Agenda.]

Ms. Sharman asked if this request is enough to complete the known scope.

Mr. Corthell answered yes. Ms. Sharman asked if there was any additional scope

anticipated. Mr. Corthell responded no.

Ms. Sharman stated that this item is subject to the Construction Finance Oversight

Committee (CFOC).

Agenda Item Nos. 3, 4, and 5 were considered in one motion.

Upon motion of Mr. Patterson, second by Ms. Schneider, vote carried by roll-call,

with all votes yea, to recommend to the Aviation Authority Board approval of Amendment

No. 5 to Addendum No. 16 to the Construction Management at Risk (CM@R) Entity

Services for the South Terminal C, Phase 1 Agreement with Hensel Phelps Construction

for BP-S00168, Airside Terminal, Interior Finishes and Specialties (GMP No. 6-S.4),

for a total negotiated deductive GMP Amendment amount of ($906,284.00), which

includes a deductive amount of ($849,096.00) for Owner Contingency, a deductive

amount of ($5,979.00) for Performance and Payment Bond, and a deductive amount of

($51,209.00) for the CM@R Fee (6.031%), resulting in a revised GMP amount of

$63,319,376.00, with funding from Passenger Facility Charges to the extent eligible

and General Airport Revenue Bonds; subject to funding consensus by the CFOC.

[Subsequent to the Construction Committee meeting, the CFOC consensed the funding

at the meeting held on July 9, 2020, as outlined above.]

REQUEST FOR APPROVAL OF THE PURCHASE OF TECHNOLOGY (CISCO NETWORK SWITCH AND RELATED

EQUIPMENT) FROM VEYTEC, INC. FOR W-S00129, SOUTH TERMINAL COMPLEX, TRAILER PURCHASE

AND MAINTENANCE ITEMS, AND W-S00132, SOUTH TERMINAL COMPLEX, P1X TRAILER PURCHASE,

AT THE ORLANDO INTERNATIONAL AIRPORT.

6. Mr. Ruohomaki presented the memorandum, dated June 3, 2020, along with a quote

from Veytec, Inc., dated May 20, 2020, for the purchase of technology (Cisco Network

Switch and Related Equipment) from Veytec, Inc. for WS00129, South Terminal C,

Trailer Purchase and Maintenance Items, and W-S00132, South Terminal C, Phase 1

Expansion Trailer Purchase, at the Orlando International Airport. On June 2, 2020,

the Aviation Authority received three quotations for RFQ No. 93048-20 to purchase

one Cisco Network Switch 9500 network and related equipment. The apparent low bidder

was Veytec, Inc. in the not-to-exceed amount of $37,740.00 as shown in the

Bid/Proposal Tab. The network switches will be used on the South Terminal C trailer

purchase. The network switches and related components will be used in the Minimum

Point of Entry (MPOE) to support connectivity requirements as more subcontractors

start a presence at the contractor site.

Bidder / Proposer Total Price

Veytec, Inc. $37,740.00

Insight Public Sector $42,615.47

NetSync Network Solutions $44,352.60

The pricing was provided in accordance with State of Florida Contract No. 43220000-

WSCA-14-ACS (Expiring 05/31/2020). In accordance with Aviation Authority Policy

450.03, Section 450.03, Non­Competitive Procurements permits the procurement of

goods and/or services from a Supplier having a requirements contract/annual agreement

with any public entity for products and/or services described in such contract and

at prices or discounts no less favorable than any set forth in such Contract.

Minutes of the Construction Committee Meeting, June 3, 2020

Page 40 of 41

The Office of Small Business Development has determined that due to the limited

scope of the required services, Veytec, Inc. does not propose any small business

participation on this Purchase Request.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call, with

all votes yea, to approve the purchase of technology (Cisco Network Switch and

Related Equipment) from Veytec, Inc. for WS00129, South Terminal C, Trailer Purchase

and Maintenance Items, and W-S00132, South Terminal C, Phase 1 Expansion Trailer

Purchase, for the total not-to-exceed expense amount of $37,740.00, with funding

from General Airport Revenue Bonds.

GENERAL

REQUEST FOR RECOMMENDATION OF APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM

TO THE CONTINUING HORIZONTAL CONSTRUCTION SERVICES AGREEMENT WITH THE MIDDLESEX

CORPORATION FOR H-00319, TAXIWAYS C AND B REPAIRS, AT THE ORLANDO INTERNATIONAL

AIRPORT.

7. This item was deferred.

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT

SERVICES (OAR PRIME ENTITY) AGREEMENT WITH A² GROUP, INC. TO PROVIDE CONSTRUCTION

PHASE OAR SERVICES FOR H-00319, TAXIWAYS C AND B REPAIRS, AT THE ORLANDO INTERNATIONAL

AIRPORT.

8. This item was deferred.

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING ENVIRONMENTAL ENGINEERING

SERVICES AGREEMENT WITH MSE GROUP, LLC TO CONDUCT A SITE ASSESSMENT AT THE

INTERSECTION OF TAXIWAYS Y AND Z , AT THE ORLANDO INTERNATIONAL AIRPORT.

9. Mr. Carrington presented the memorandum, dated June 23, 2020, along with a

proposal from MSE Group, LLC, dated May 6, 2020, to conduct a Site Assessment at the

intersection of Taxiways Y and Z. This Site Assessment is to determine the remaining

impacts from the fuel discharge from a Norwegian Airlines A-340 that occurred on

June 29, 2019, at Orlando International Airport.

If approved, these services would be effective the date of Construction Committee

approval.

The Office of Small Business Development has reviewed the qualifications of the

subject contract's MWBE/LDB/VBE specifications and determined that MSE Group, LLC

proposes 22.0% MWBE participation on this Addendum.

Ms. Sharman stated that funding for this item should be changed to Aviation Authority

Funds and previously-approved Capital Expenditure Funds. Further, Ms. Sharman stated

that there may be potential for reimbursement, but that it has not been determined

at this time.

Upon motion of Ms. Sharman, second by Mr. Hunt, vote carried by roll-call, with all

votes yea, to approve an Addendum to the Continuing Environmental Engineering

Consultant Services Agreement with MSE Group, LLC to conduct a Site Assessment at

the Intersection of Taxiways Y and Z, for the total amount of $47,430.00, which

includes the not-to-exceed fee amount of $33,468.00 and the not-to-exceed

reimbursable expense amount of $13,962.00, with funding Aviation Authority Funds and

previously-approved Capital Expenditure Funds.

On TUESDAY, JUNE 9, 2020, the CONSTRUCTION COMMITTEE met in regular session

telephonically with the meeting live streamed on You Tube (www.OrlandoAirports.net).

Chairman Thornton called the meeting to order at 8:34 a.m. The meeting was posted

in accordance with Florida Statutes with a quorum participating. Office of the

Governor, Executive Order Number 20-69

Participating Committee members,

Stanley J. Thornton, Chairman

Kathleen Sharman, Chief Financial Officer

Mike Patterson, Director of Construction

Gary Hunt, Director of Maintenance

Denise Schneider, Assistant Director of Purchasing and Material Control

Also participating:

Davin Ruohomaki, GOAA Senior Director of Planning, Engineering, and Construction

Tom Draper, Senior Director of Airport Operations

Karen Ryan, Legal Counsel (Nelson Mullins Broad & Cassel)

Greg Watson, GOAA Construction

John Carlson, GOAA Construction

Kathy Anderson, GOAA Contracts and Grants

Alex Sorondo, HNTB Corporation

Don Corthell, PSA Management, Inc.

Neil Hahn, Hahn Integrated Systems, Inc.

Rhonda Fischetti, Hahn Integrated Systems, Inc.

Tara Ciaglia, Recording Secretary

LOBBYIST DISCLOSURE

Parties present were reminded that for individuals who conduct lobbying activities

with Aviation Authority employees or Board members, registration with the Aviation

Authority is required each year prior to conducting any lobbying activities. A

statement of expenditures incurred in connection with those lobbying instances should

also be filed prior to April 1st of each year for the preceding year. As of January

16, 2013, lobbying any Aviation Authority Staff who are members of any committee

responsible for ranking Proposals, Letters of Interest, Statements of Qualifications

or Bids and thereafter forwarding those recommendations to the Board and/or Board

Members is prohibited from the time that a Request for Proposals, Request for Letters

of Interests, Request for Qualifications or Request for Bids is released to the time

that the Board makes an award. As adopted by the Board on September 19, 2012,

lobbyists are now required to sign-in at the Aviation Authority offices prior to any

meetings with Staff or Board members. In the event a lobbyist meets with or otherwise

communicates with Staff or a Board member at a location other than the Aviation

Authority offices, the lobbyist shall file a Notice of Lobbying (Form 4) detailing

each instance of lobbying to the Aviation Authority within 7 calendar days of such

lobbying. As of January 16, 2013, lobbyists will also provide a notice to the

Aviation Authority when meeting with the Mayor of the City of Orlando or the Mayor

of Orange County at their offices. The policy, forms, and instructions are available

in the Aviation Authority’s offices and the website. Please contact the Director

of Board Services with questions at (407) 825-2032.

ANNOUNCEMENT

Any appeals of decisions made by the Construction Committee must be filed with the

Chief Executive Officer within five business days (no later than 4:00 p.m. on the

fifth business day) of the rendering of that decision. If a bidder or proposer is

aggrieved by any of the proceedings of today’s meeting and wishes to appeal the

results of actions made by this committee, they must file an appeal stating the item

they wish to appeal and the basis for which they wish to appeal, and it must be

received in writing by the Chief Executive Officer, Mr. Phillip N. Brown, via email

[email protected], with a copy to [email protected] (emails will be accepted during the

COVID-19 pandemic.)

tara.ciaglia
Text Box
ITEM 1-A 10/6/2020

Minutes of the Construction Committee Meeting, June 9, 2020

Page 2 of 38

COVID-19 ANNOUNCEMENT

Due to COVID-19, the Aviation Authority is adhering to a business distancing

operational plan. Please note that all Construction Committee meetings from today

until further notice will be held telephonically. If you would like to speak at the

meeting on an agenda item being considered, please contact the Recording Secretary,

Tara Ciaglia ([email protected] -or- 407-825-4461) no less than 24 hours in

advance of the meeting. Otherwise, the Construction Committee will be conducted

virtually via: https://global.gotomeeting.com/join/337969773.

MINUTES

1. The following minutes were presented for consideration:

CORRECTION TO THE AUGUST 27, 2019, MINUTES

A. [Agenda Item Nos. 1-A, 1-C and 1-D were considered in one motion.] Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried, by roll-call with all

votes yea, to approve a correction to the Construction Committee Minutes for

August 27, 2019, Page 21, Item 9, revise the recommended action from

“…including the Not-To-Exceed Fee Amount…” to “…including the Not-To-Exceed

Reimbursable Expenses Amount…”.

CONSIDERATION OF APRIL 7, 2020 MINUTES

B. This item was deferred.

CONSIDERATION OF April 21, 2020 MINUTES

C. [Agenda Item Nos. 1-A, 1-C and 1-D were considered in one motion.] Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried, by roll-call with all

votes yea, to approve the Construction Committee Minutes from the meeting held

on April 21, 2020, as presented.

CONSIDERATION OF APRIL 28, 2020 MINUTES

D. [Agenda Item Nos. 1-A, 1-C and 1-D were considered in one motion.] Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried, by roll-call with all

votes yea, to approve the Construction Committee Minutes from the meeting held

on April 28, 2020, as presented.

CHANGE ORDER AGENDA

2. The following Change Orders were presented for consideration:

A. Change Order E-00263-02 VARIOUS REVISIONS. [A handout was presented, which includes a revised Coversheet and new backup documentation.]

This item was deferred.

[The Construction Committee requested that the following discussion be

documented in the minutes.] Ms. Sharman asked if these four change orders

must be done. Chairman Thornton stated that the reductions from these four

change orders will be reallocated to other work. Ms. Sharman agreed, and

advised caution with de-scoping projects, especially with the uptick in air

traffic. Ms. Sharman then asked if it is more important to complete the work

associated with the E-00263 change order than to take the reduction. Mr.

Draper replied yes, that this work is of highest priority, and with the

international airlines scheduling flights for late July, having the work done

now will have it completed before these international flights occur. Chairman

Thornton also cautioned that there is no uptick in revenues; however,

international traffic is moving upward.

Minutes of the Construction Committee Meeting, June 9, 2020

Page 3 of 38

B. Change Order V-00927-01 TERMINATION FOR CONVENIENCE. This change order to the contract with Collage Design and Construction Group, Inc. dba The Collage

Companies for Wayfinding Signage at 50-Yard Line, A and B Sides, is the final

change order and includes the following: 1. As the result of COVID-19 Pandemic

impacts, and in accordance with Article 14.3.3 of Section 00700 of the Contract

Documents, this change order terminates for convenience Job Order Addendum No.

12 for the V-00927, Wayfinding Signage at 50-yard Line A and B Sides, project.

All work has been left in a safe condition. The following material, already

purchased, but not yet installed, will be turned over to the Aviation Authority

at a location on airport property: (a) Two 4’x20’ Wayfinding Signage with

mounting brackets; and, (b) eight 4’x6’ Support structure brackets. This change

order completely resolves all time and cost issues on the project. Contractor

represents and warrants that neither Contractor nor its subcontractors,

suppliers, materialmen, or any other persons supplying material, supplies,

services, or labor directly or indirectly in the prosecution of the work

provided in the Contract have or are aware of any claims or potential claims

on this Project. Contractor further covenants that all subcontractors,

suppliers, materialmen, and all other persons supplying material, supplies,

services, or labor used directly or indirectly in the prosecution of the work

provided in the Contract shall be paid in full, and that Contractor shall

defend, indemnify, and hold harmless the Greater Orlando Aviation Authority

from any and all debts and accounts, promises, damages, liens, encumbrances,

causes of action, suits, bonds, judgments, claims and demands whatsoever, in

law or in equity which any subcontractor, supplier, materialmen, or any other

persons supplying material, supplies, services, or labor used directly or

indirectly in the prosecution of the work provided in the Contract had, now

has, or may ever have. Credits given are as follows: (a) General Conditions:

($7,529.00); (b) Signage Credit (AC Signs, LLC): ($8,860.00); (c) Structural

Support Services Credit (Key Mechanical Services, Inc.): ($5,205.00); (d)

Electrical Support Services (Key Mechanical Services, Inc.): ($7,500.00); (e)

Additional Blocking and Touch-up (Collage Design & Const.): ($1,400.00); (f)

Paint, Patch, Penetrations (Collage Design & Const.): ($800.00); (g) Tax

(Collage Design & Const.): ($119.00); (h) Permitting (Collage Design & Const.):

($19.00); (i) Fees: ($4,420.00); and, (j) Burden: ($3,036.00). NET AMOUNT FOR

ITEM NO. 1: DEDUCT: ($38,888.00); and, 2. Additional Structural Design and

Deliverable. ADD: $5,000.00.

Mr. Patterson asked if there would be any additional expenses if this project

were to continue to completion. Mr. Watson replied yes, that there may be up

to $20,000.00 of additional electrical work.

Upon motion of Mr. Patterson, second by Ms. Sharman, vote carried by roll-call

with all votes yea, to approve Change Order V-00927-01, for a total deductive

amount of ($33,888.00) and no time extension, with funding credited to

previously-approved Capital Expenditure Funds.

C. Change Order V-00947-02 TERMINATION FOR CONVENIENCE. [A handout was presented, which includes a revised Coversheet and new backup documentation.] This change

order to the contract with H. W. Davis Construction, Inc. for MCO Roadway

Signage Structure Rehabilitation is the final change order and includes the

following: As the result of COVID-19 Pandemic impacts, and in accordance with

Article 14.3.3 of Section 00700 of the Contract Documents, this change order

terminates for convenience Job Order Addendum No. 32 for the V-00947, MCO

Roadway Signage Structure Rehabilitation, project. The overhead sign work has

been completed and the roadside sign work is deleted. All work has been left

in a safe condition and there is no project material or equipment to be turned

over to the Greater Orlando Aviation Authority. This change order completely

resolves all time and cost issues on the project. Contractor represents and

warrants that neither Contractor nor its subcontractors, suppliers,

Minutes of the Construction Committee Meeting, June 9, 2020

Page 4 of 38

materialmen, or any other persons supplying material, supplies, services, or

labor directly or indirectly in the prosecution of the work provided in the

Contract have or are aware of any claims or potential claims on this Project.

Contractor further covenants that all subcontractors, suppliers, materialmen,

and all other persons supplying material, supplies, services, or labor used

directly or indirectly in the prosecution of the work provided in the Contract

shall be paid in full, and that Contractor shall defend, indemnify, and hold

harmless the Greater Orlando Aviation Authority from any and all debts and

accounts, promises, damages, liens, encumbrances, causes of action, suits,

bonds, judgments, claims and demands whatsoever, in law or in equity which any

subcontractor, supplier, material men, or any other persons supplying material,

supplies, services, or labor used directly or indirectly in the prosecution

of the work provided in the Contract had, now has, or may ever have.

DEDUCT: ($43,931.40).

Upon motion of Ms. Sharman, second by Ms. Schneider, vote carried by roll-call

with all votes yea, to approve Change Order V-00947-02, for a total deductive

amount of ($43,931.40) and no time extension, with funding credited to

previously-approved Capital Expenditure Funds.

D. Change Order V-00950-01 TERMINATION FOR CONVENIENCE. [A handout was presented, which includes a revised Coversheet.] This change order to the contract with

Gomez Construction Company for Airside 4 Glass Window Replacement is the final

change order and includes the following: As the result of COVID-19 Pandemic

impacts, and in accordance with Article 14.3.3 of Section 00700 of the Contract

Documents, this change order terminates for convenience Job Order Addendum No.

46 for the V-00950, Airside 4 Glass Window Replacement, project. All work has

been left in a safe condition. The following replacement glass, already

purchased, but not yet installed, has been turned over to the Greater Orlando

Aviation Authority at the HBJ Warehouse and all other work on the Project has

been deleted: (a) 122-3/4" x 74" Glass for roof level in front of back hallway

leading to Bahama Breeze; (b) 138" x 74" Glass for upper level of Bahama

Breeze; and, (c) 94" x 33-1/8" Glass over top of APM station. This change

order completely resolves all time and cost issues on the project. Contractor

represents and warrants that neither Contractor nor its subcontractors,

suppliers, materialmen, or any other persons supplying material, supplies,

services, or labor directly or indirectly in the prosecution of the work

provided in the Contract have or are aware of any claims or potential claims

on this Project. Contractor further covenants that all subcontractors,

suppliers, materialmen, and all other persons supplying material, supplies,

services, or labor used directly or indirectly in the prosecution of the work

provided in the Contract shall be paid in full, and that Contractor shall

defend, indemnify, and hold harmless Greater Orlando Aviation Authority from

any and all debts and accounts, promises, damages, liens, encumbrances, causes

of action, suits, bonds, judgments, claims and demands whatsoever, in law or

in equity which any subcontractor, supplier, materialmen, or any other persons

supplying material, supplies, services, or labor used directly or indirectly

in the prosecution of the work provided in the Contract had, now has, or may

ever have. DEDUCT: ($62,590.91).

Mr. Hunt asked if the project will be left in a safe condition. Mr. Carlson

replied yes, that no work has been done on the glass. Chairman Thornton asked

about the location of the glass. Mr. Carlson replied it is near the Bahama

Breeze restaurant.

Upon motion of Ms. Sharman, second by Ms. Schneider, vote carried by roll-call

with all votes yea, to approve Change Order V-00950-01, for a total deductive

amount of ($62,590.91) and no time extension, with funding credited to

previously-approved Capital Expenditure Funds.

Minutes of the Construction Committee Meeting, June 9, 2020

Page 5 of 38

CONSTRUCTION MANAGEMENT AT RISK (CM@R) GUARANTEED MAXIMUM PRICE (GMP) BUDGET, BUYOUT,

AND CONTINGENCY MANAGEMENT REQUESTS AGENDA

3. The following GMP Budget, Buyout, and Contingency Management requests (related

to the South Terminal C, Phase One Project) were presented for consideration:

A. Subcontract Modification for BP-S00139 (GMP No. 5-S.2) with The Middlesex Corporation for CR1008-5S.2-LSC-Additional Wooded Buffer Area Demucking.

Mr. Corthell presented the memorandum, requesting approval for Turner-Kiewit

Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00139, South

Terminal C, Phase 1 – Landside Civil (GMP No. 5-S.2), at the Orlando

International Airport, in the total amount of $35,764.00 to The Middlesex

Corporation for CR1008-5S.2-LSC-Additional Wooded Buffer Area Demucking. Bid

Package 31.0.0 "Sitework" was previously awarded within GMP No. 5-S.2 to The

Middlesex Corporation, CC No. 20180504.05A.

TKJV is proposing a subcontract modification to The Middlesex Corporation in

the total lump sum amount of $35,764.00 for CR1008-5S.2-LSC-Additional Wooded

Buffer Area Demucking. LSC Bulletin 13 relocated utilities through the wooded

buffer area that was previously designated as green space. CR0212.1-LSC-5S.2-

Wooded Buffer Root Material included costs for necessary demucking below the

finished excavation surface in another area of the wooded buffer and was

approved, CC 00526.03A. Subsequent to the work performed in CR0212.1, while

excavating in preparation for utility installation at the north side of the

former wooded buffer area, The Middlesex Corporation encountered unsuitable

material approximately 6' below contract demucking limits in the specific area

delineated in the marked-up Drawing C35.0.05, included in backup documentation,

which was in a different area from the demucking scope of CR0212.1. The

modified scope of work captured in this request consists of all labor, material

and equipment costs associated with removal of unsuitable material below

elevation +75.0, hauling onsite to stockpile and replacing the demucked area

with A3 sand backfill.

The approval of this subcontract modification to The Middlesex Corporation

resolves all requests for costs and time associated with the scope of work

delineated in CR1008-5S.2-LSC-Additional Wooded Buffer Area Demucking.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost Review is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontract Modification for this project is as follows:

TKJV to issue a subcontract modification to The

Middlesex Corporation in the lump sum amount of: $ 35,764.00

Deduct from P1X CMAR Contingency: $ (35,764.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00139 (GMP No. 5-S.2) for this subcontract modification is

The Middlesex Corporation (Non-MWBE/LDB/VBE). There is 13.5% LDB participation

associated with this modification.

Ms. Sharman asked if this item has taken into account any potential scope

reductions. Mr. Corthell answered yes, that this item has been reviewed and

determined to be necessary at this time, as well as within any projected

reductions in scope.

Minutes of the Construction Committee Meeting, June 9, 2020

Page 6 of 38

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, and 3-Z were

considered in one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontract Modification to The Middlesex Corporation on BP-S00139, South

Terminal C, Phase 1 – Landside Civil (GMP No. 5-S.2), for the total lump sum

amount of $35,764.00, with funding from General Airport Revenue Bonds.

B. Subcontract Modification for BP-S00144 (GMP No. 6-S.2) with BergElectric Corp. dba Bergelectric Corp. Contractors and Engineers for CR0466-6S.2-RFI 1782

Light Fixtures Changes in Airside Concourse Area 14. Mr. Corthell presented

the memorandum, requesting approval for Hensel Phelps Construction (HPC) to

issue a Subcontract Modification on BP-S00144, South Terminal C, Phase 1 - STC

Airside Enclosure and Exterior Finishes (GMP No. 6-S.2), at the Orlando

International Airport, in the total deductive amount of ($54,081.00) to

BergElectric Corp. dba Bergelectric Corp. Contractors and Engineers for CR0466-

6S.2-RFI 1782 Light Fixtures Changes in Airside Concourse Area 14. Bid Package

for BP-S144 26.01 "ASC Electrical Systems" has been previously awarded within

GMP No. 6-S.2 to Bergelectric Corp. dba Bergelectric Corp. Contractors and

Engineers, CC No. 20180605.006.

HPC is requesting to issue a Subcontractor Modification to Bergelectric Corp

dba Bergelectric Corp. Contractors and Engineers in the total deductive Lump

Sum amount of ($54,081.00) for CR0466-6S.2-RFI 1782 Light Fixtures Changes in

Airside Concourse Area 14. The modified scope of work includes the credit

associated with the deletion of (103 Ea.) front-of-house (FOH) lighting

fixtures and all associated conduits, wires, and junction boxes, per RFI 1782

response.

The approval of this Subcontractor Modification to Bergelectric Corp. dba

Bergelectric Corp. Contractors and Engineers resolves all requests for costs

and time resulting from RFI 1782 within GMP No. 6-S.2. Impacts of RFI 1782 to

GMP No. 6-S.6 (P1X) will be submitted via future CR.

HPC has submitted documentation including the subcontractor's proposal to

support this request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontract Modification for this project is as follows:

HPC to issue a subcontract modification to

BergElectric Corp. dba Bergelectric Corp.

Contractors and Engineers in the deductive lump

sum amount of: $ (54,081.00)

Add to P1 Owner Contingency: $ 54,081.00

Hensel Phelps Construction is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00144 (GMP No. 6-S.2) for this subcontract modification is

BergElectric Corp. dba Bergelectric Corp. Contractors and Engineers (Non-

MWBE/LDB/VBE). There is 17.5% reduction in MWBE participation associated with

this modification.

Ms. Sharman asked if this item has taken into account any potential scope

reductions. Mr. Corthell answered yes, that this item has been reviewed and

Minutes of the Construction Committee Meeting, June 9, 2020

Page 7 of 38

determined to be necessary at this time, as well as within any projected

reductions in scope.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, and 3-Z were

considered in one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Hensel Phelps Construction to issue a

Subcontract Modification to BergElectric Corp. dba Bergelectric Corp.

Contractors and Engineers on BP-S00144, South Terminal C, Phase 1 - STC Airside

Enclosure and Exterior Finishes (GMP No. 6-S.2), for the total deductive lump

sum amount of ($54,081.00), with funding credited to Passenger Facility Charges

and General Airport Revenue Bonds.

C. Subcontractor Modification for BP-S00145 (GMP No. 6-S.3) with Alpha Insulation and Waterproofing, Inc. for CR0589.1-6S3-RFI 2114 Series; Concrete and Steel

Encased Exterior Columns on Ramp Level. Mr. Corthell presented the memorandum,

requesting approval for Hensel Phelps Construction (HPC) to issue a Subcontract

Modification on BP-S00145, South Terminal C, Phase 1 - Airside Early Interiors

(GMP No. 6-S.3), at the Orlando International Airport, in the total deductive

amount of ($13,719.00) to Alpha Insulation and Waterproofing, Inc. for

CR0589.1-6S3-RFI 2114 Series; Concrete and Steel Encased Exterior Columns on

Ramp Level. Bid Package for BP-S145 07.07 "Intumescent Fireproofing" has been

previously awarded within GMP No. 6-S.3 to Alpha Insulation and Waterproofing,

Inc., CC No. 20180807.010.

HPC is requesting to issue a Subcontractor Modification to Alpha Insulation

and Waterproofing, Inc. in the total deductive Lump Sum amount of ($13,719.00)

for CR0589.1-6S3-RFI 2114 Series; Concrete and Steel Encased Exterior Columns

on Ramp Level. The modified scope of work consists of the credit associated

with deleting the Intumescent Fire-Resistive Coating at three columns in Areas

29 and 31 on the Ramp Level. Responses to RFI 2114 Series confirmed the Design

Intent of installing concrete encasement with steel jacket at two locations

in Area 31 (Gridlines B4/X41-X42) and installing concrete encasement at one

location in Area 29 (Gridline B4/X31), per RFI 2114.2 response and sketches.

The approval of this Subcontractor Modification to Alpha Insulation and

Waterproofing, Inc. resolves all requests for cost and time resulting from RFI

2114 Series in GMP No. 6-S.3 for Phase 1. Cost impacts of RFI 2114 Series to

GMP Nos. 6-S.1, 6-S.4 and 6-S.6 will be submitted via future CRs.

HPC has submitted documentation including the subcontractor's proposal to

support this request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontractor Modification for this project is as follows:

HPC to issue a subcontract modification to Alpha

Insulation and Waterproofing, Inc. in the deductive

lump sum amount of: $ (13,719.00)

Add to P1 Owner Contingency: $ 13,719.00

Hensel Phelps Construction is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00145 (GMP No. 6-S.3) for this subcontract modification is

Alpha Insulation and Waterproofing, Inc. (Non-MWBE/LDB/VBE). There is no small

business participation associated with this modification.

Minutes of the Construction Committee Meeting, June 9, 2020

Page 8 of 38

Ms. Sharman asked if this item has taken into account any potential scope

reductions. Mr. Corthell answered yes, that this item has been reviewed and

determined to be necessary at this time, as well as within any projected

reductions in scope.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, and 3-Z were

considered in one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Hensel Phelps Construction to issue a

Subcontractor Modification to Alpha Insulation and Waterproofing, Inc. on BP-

S00145, South Terminal C, Phase 1 - Airside Early Interiors (GMP No. 6-S.3),

for the total deductive lump sum amount of ($13,719.00), with funding credited

to Passenger Facility Charges and General Airport Revenue Bonds.

D. Subcontractor Modification for BP-S00146 (GMP No. 7-S) with Banker Steel Co., LLC for CR0493.1-LST-RFIs 2095-2095.4 - Elevator Slab Extensions and CMU

Structural Details. Mr. Corthell presented the memorandum, requesting approval

for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on

BP-S00146, South Terminal C, Phase 1 - Landside Terminal, Structure and

Enclosure (GMP No. 7-S), at the Orlando International Airport, in the total

amount of $100,755.00 to Banker Steel Co., LLC for CR0493.1-LST-RFIs 2095-

2095.4 - Elevator Slab Extensions and CMU Structural Details. Bid Package

5.0.0 "Structural Steel" was previously awarded within GMP No. 7-S to Banker

Steel Co., LLC, CC No. 20180313.010.

TKJV is proposing a subcontract modification to Banker Steel Co., LLC in the

total lump sum amount of $100,755.00 for CR0493.1-LST-RFI 2095 Series -

Elevator Slab Extensions and CMU Structural Details. The modified scope of

work consists of necessary labor, material and engineering costs for the

installation of steel bent plates at Elevators 2.1, 2.2, 2.3, 4.1, 8.1, 8.2,

8.3, 10.1, 10.2, 12.1 and 12.2, per RFIs 2095, 2095.1, 2095.2, 2095.3, and

2095.4.

The approval of this subcontract modification to Banker Steel Co., LLC resolves

all requests for cost and time associated with RFIs 2095, 2095.1, 2095.2,

2095.3, and 2095.4 in GMP No. 7-S. Cost impacts to GMP No. 7-S.1 for the

Masonry scope were submitted under CR0493. Cost impacts to GMP No. 7-S.1 for

the Drywall scope will be submitted for CCM review in a future CR. There are

no cost impacts to GMP Nos. 7-S.2, 7-S.3 and 7-S.4.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontractor Modification for this project is as follows:

TKJV to issue a subcontract modification to Banker

Steel Co., LLC in the lump sum amount of: $ 100,755.00

Deduct from P1 CMAR Contingency: $ (100,755.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00146 (GMP No. 7-S) for this subcontract modification is

Banker Steel Co., LLC (Non-MWBE/LDB/VBE). There is 22% MWBE participation

associated with this modification.

Minutes of the Construction Committee Meeting, June 9, 2020

Page 9 of 38

Ms. Sharman asked if this item has taken into account any potential scope

reductions. Mr. Corthell answered yes, that this item has been reviewed and

determined to be necessary at this time, as well as within any projected

reductions in scope.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, and 3-Z were

considered in one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontractor Modification to Banker Steel Co., LLC on BP-S00146, South

Terminal C, Phase 1 - Landside Terminal, Structure and Enclosure (GMP No.

7-S), for the total lump sum amount of $100,755.00, with funding from Passenger

Facility Charges and General Airport Revenue Bonds.

E. Subcontractor Modification for BP-S00146 (GMP No. 7-S) with Banker Steel Co., LLC for CR0684-7S-LST-RFIs 2753 and 2754-Added Roof Openings. Mr. Corthell

presented the memorandum, requesting approval for Turner-Kiewit Joint Venture

(TKJV) to issue a Subcontract Modification on BP-S00146, South Terminal C,

Phase 1 - Landside Terminal, Structure and Enclosure (GMP No. 7-S), at the

Orlando International Airport, in the total amount of $71,467.00 to Banker

Steel Co., LLC for CR0684-7S-LST-RFIs 2753 and 2754-Added Roof Openings. Bid

Package 5.0.0 "Structural Steel" was previously awarded within GMP No. 7 to

Banker Steel Co. LLC, CC No. 20180313.010.

TKJV is proposing a subcontract modification to Banker Steel Co. LLC in the

total lump sum amount of $71,467.00 for CR0684-7S-LST-RFIs 2753 and 2754-Added

Roof Openings. The modified scope of work consists of all additional material,

labor and equipment costs associated with the additional 1.84 tons of

structural steel required to provide the corrective additional work resulting

from the coordination of structural drawings with architectural and mechanical

disciplines when structural members had been erected in the field.

The approval of this subcontract modification to Kirlin Florida, LLC resolves

all requests for cost and time associated with RFIs 2753 and 2754 in GMP No.

7. There are no cost impacts to GMP Nos. 7.1, 7-S.2, 7-S.3 and 7-S.4.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontractor Modification for this project is as follows:

TKJV to issue a subcontract modification to Banker

Steel Co., LLC in the lump sum amount of: $ 71,467.00

Deduct from P1 CMAR Contingency: $ (71,467.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00146 (GMP No. 7-S) for this subcontract modification is

Banker Steel Co., LLC (Non-MWBE/LDB/VBE). There is no small business

participation associated with this modification.

Ms. Sharman asked if this item has taken into account any potential scope

reductions. Mr. Corthell answered yes, that this item has been reviewed and

Minutes of the Construction Committee Meeting, June 9, 2020

Page 10 of 38

determined to be necessary at this time, as well as within any projected

reductions in scope.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, and 3-Z were

considered in one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontractor Modification to Banker Steel Co., LLC on BP-S00146, South

Terminal C, Phase 1 - Landside Terminal, Structure and Enclosure (GMP No.

7-S), for the total lump sum amount of $71,467.00, with funding from Passenger

Facility Charges and General Airport Revenue Bonds.

F. Subcontractor Modification for BP-S00146 (GMP No. 7-S) with Banker Steel Co., LLC for CR0733-LST-RFIs 2547-2547.2 Added Structural Steel to Mechanical Shaft.

Mr. Corthell presented the memorandum, requesting approval for Turner-Kiewit

Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00146, South

Terminal C, Phase 1 - Landside Terminal, Structure and Enclosure (GMP No.

7-S), at the Orlando International Airport, in the total amount of $229,331.00

to Banker Steel Co., LLC for CR0733-LST-RFIs 2547-2547.2 Added Structural

Steel to Mechanical Shaft. Bid Package 5.0.0 "Structural Steel" was previously

awarded within GMP No. 7-S to Banker Steel Co., LLC, CC No. 20180313.010.

TKJV is proposing a subcontract modification to Banker Steel Co., LLC in the

total lump sum amount of $229,331.00 for CR0733-LST-RFIs 2547-2547.2 Added

Structural Steel to Mechanical Shaft. The modified scope of work consists of

added structural steel members to support equipment risers in the mechanical

shafts, Areas 4 and 12, as captured in RFIs 2547, 2547.1 and 2547.2.

The approval of this subcontract modification to Banker Steel Co. LLC resolves

all requests for cost and time associated with RFIs 2547, 2547.1 and 2547.2

scope of work. There are no costs impacts to GMP Nos. 7-S.1, 7S.2 and 7S.3.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontractor Modification for this project is as follows:

TKJV to issue a subcontract modification to Banker

Steel Co., LLC in the lump sum amount of: $ 229,331.00

Deduct from P1 CMAR Contingency: $ (229,331.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00146 (GMP No. 7-S) for this subcontract modification is

Banker Steel Co., LLC (Non-MWBE/LDB/VBE). There is 10.7% MWBE participation

associated with this modification.

Ms. Sharman asked if this item has taken into account any potential scope

reductions. Mr. Corthell answered yes, that this item has been reviewed and

determined to be necessary at this time, as well as within any projected

reductions in scope.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, and 3-Z were

considered in one motion.

Minutes of the Construction Committee Meeting, June 9, 2020

Page 11 of 38

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontractor Modification to Banker Steel Co., LLC on BP-S00146, South

Terminal C, Phase 1 - Landside Terminal, Structure and Enclosure (GMP No.

7-S), for the total lump sum amount of $229,331.00, with funding from Passenger

Facility Charges and General Airport Revenue Bonds.

G. Subcontractor Modification for BP-S00146 (GMP No. 7-S) with Banker Steel Co., LLC for CR0734-LST-RFIs 3340.1 and 3340.2 Removal of Wind Girts at South Wall

Area 8. Mr. Corthell presented the memorandum, requesting approval for Turner-

Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00146,

South Terminal C, Phase 1 - Landside Terminal, Structure and Enclosure (GMP

No. 7-S), at the Orlando International Airport, in the total amount of

$29,097.00 to Banker Steel Co., LLC for CR0734-LST-RFIs 3340.1 and 3340.2

Removal of Wind Girts at South Wall Area 8. Bid Package 5.0.0 "Structural

Steel" was previously awarded within GMP No. 7-S to Banker Steel Co., LLC, CC

No. 20180313.010.

TKJV is proposing a subcontract modification to Banker Steel Co., LLC in the

total lump sum amount of $29,097.00 for CR0734-LST-RFI 3340.1 Removal of Wind

Girts at South Wall Area 8. RFI 3340.1 response explains that the exterior

framing and drywall subcontractor installed a wall engineered to not utilize

any lateral bracing. The modified scope consists of necessary labor, material

and equipment for the removal of two wind girts at South Wall in Area 8, per

RFIs 3340.1 and 3340.2.

The approval of this subcontract modification to Banker Steel Co., LLC resolves

all requests for cost and time associated with RFI 3340 series in GMP No.

7-S. There are no cost impacts to GMP Nos. 7-S.1, 7-S.2, 7-S.3 and 7-S.4.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontractor Modification for this project is as follows:

TKJV to issue a subcontract modification to Banker

Steel Co., LLC in the lump sum amount of: $ 29,097.00

Deduct from P1 CMAR Contingency: $ (29,097.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00146 (GMP No. 7-S) for this subcontract modification is

Banker Steel Co., LLC (Non-MWBE/LDB/VBE). There is no small business

participation associated with this modification.

Ms. Sharman asked if this item has taken into account any potential scope

reductions. Mr. Corthell answered yes, that this item has been reviewed and

determined to be necessary at this time, as well as within any projected

reductions in scope.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, and 3-Z were

considered in one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Minutes of the Construction Committee Meeting, June 9, 2020

Page 12 of 38

Subcontractor Modification to Banker Steel Co., LLC on BP-S00146, South

Terminal C, Phase 1 - Landside Terminal, Structure and Enclosure (GMP No.

7-S), for the total lump sum amount of $29,097.00, with funding from General

Airport Revenue Bonds.

H. Subcontractor Modification for BP-S00146 (GMP No. 7-S) with Banker Steel Co., LLC for CR0750-LST-RFI 2960 Base of Prow Details at LST Bridge. Mr. Corthell

presented the memorandum, requesting approval for Turner-Kiewit Joint Venture

(TKJV) to issue a Subcontract Modification on BP-S00146, South Terminal C,

Phase 1 - Landside Terminal, Structure and Enclosure (GMP No. 7-S), at the

Orlando International Airport, in the total amount of $10,926.00 to Banker

Steel Co., LLC for CR0750-LST-RFI 2960 Base of Prow Details at LST Bridge.

Bid Package 5.0.0 "Structural Steel" was previously awarded within GMP No.

7-S to Banker Steel Co. LLC, CC No. 20180313.010.

TKJV is proposing a subcontract modification to Banker Steel Co., LLC in the

total lump sum amount of $10,926.00 for CR0750-LST-RFI 2960 Base of Prow

Details at LST Bridge. The modified scope of work consists of all costs

associated with the added steel plates at the LST Bridge tie-in, per RFI 2960.

The approval of this subcontract modification to Banker Steel Co., LLC resolves

all requests for costs and time associated with RFI 2960 in GMP No. 7-S for

Structural Steel scope only. Additional cost impacts to GMP Nos. 7-S and

7-S.1 will be submitted under separate CRs. There are no cost impacts to GMP

Nos. 7-S.2, 7-S.3 and 7-S.4.

TKJV has submitted documentation including the subcontractor's proposal to

substantiate this request. An independent cost estimate is included. By

approving this request, the Owner does not waive its right to enforce the

contract requirements for other requests for costs or time.

The effect of this Subcontractor Modification for this project is as follows:

TKJV to issue a subcontract modification to Banker

Steel Co., LLC in the lump sum amount of: $ 10,926.00

Deduct from P1 CMAR Contingency: $ (10,926.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00146 (GMP No. 7-S) for this subcontract modification is

Banker Steel Co., LLC (Non-MWBE/LDB/VBE). There is no small business

participation associated with this modification.

Ms. Sharman asked if this item has taken into account any potential scope

reductions. Mr. Corthell answered yes, that this item has been reviewed and

determined to be necessary at this time, as well as within any projected

reductions in scope.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, and 3-Z were

considered in one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontractor Modification to Banker Steel Co., LLC on BP-S00146, South

Terminal C, Phase 1 - Landside Terminal, Structure and Enclosure (GMP No.

7-S), for the total lump sum amount of $10,926.00, with funding from Passenger

Facility Charges and General Airport Revenue Bonds.

Minutes of the Construction Committee Meeting, June 9, 2020

Page 13 of 38

I. Subcontractor Modification for BP-S00146 (GMP No. 7-S) with Banker Steel Co., LLC for CR0752.1-LST-RFIs 2935 and 2935.1 Revised Precast Connections.

Mr. Corthell presented the memorandum, requesting approval for Turner-Kiewit

Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00146, South

Terminal C, Phase 1 - Landside Terminal, Structure and Enclosure (GMP No.

7-S), at the Orlando International Airport, in the total amount of $117,528.00

to Banker Steel Co., LLC for CR0752.1-LST-RFIs 2935 and 2935.1 Revised Precast

Connections. Bid Package 5.0.0 "Structural Steel" was previously awarded

within GMP No. 7-S to Banker Steel Co., LLC, CC No. 20180313.010.

TKJV is proposing a subcontract modification to Banker Steel Co., LLC in the

total lump sum amount of $117,528.00 for CR0752.1-LST-RFIs 2935 and 2935.1

Revised Precast Connections. The modified scope of work consists of necessary

labor, material, equipment and engineering costs for the fabrication and

installation of approximately 1 ton of structural steel and stiffener plates

for the revised precast connections, per RFIs 2935 series.

The approval of this subcontract modification to Banker Steel Co., LLC resolves

all requests for costs and time associated with RFI 2935 series in GMP No.

7-S. Costs impacts to GMP No. 7-S.1 for the Precast Panels scope were submitted

under CR0752. Cost impacts to GMP No. 7-S.1 for the Drywall scope will be

submitted under CR0752.2. There are no cost impacts to GMP Nos. 7-S.2, 7-S.3

and 7-S.4.

TKJV has submitted documentation including the subcontractor's proposal with

supporting back-up to substantiate this request. An independent cost estimate

is included. By approving this request, the Owner does not waive its right to

enforce the contract requirements for other requests for costs or time.

The effect of this Subcontractor Modification for this project is as follows:

TKJV to issue a subcontract modification to Banker

Steel Co., LLC in the lump sum amount of: $ 117,528.00

Deduct from P1 CMAR Contingency: $ (117,528.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00146 (GMP No. 7-S) for this subcontract modification is

Banker Steel Co., LLC (Non-MWBE/LDB/VBE). There is no small business

participation associated with this modification.

Ms. Sharman asked if this item has taken into account any potential scope

reductions. Mr. Corthell answered yes, that this item has been reviewed and

determined to be necessary at this time, as well as within any projected

reductions in scope.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, and 3-Z were

considered in one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontractor Modification to Banker Steel Co., LLC on BP-S00146, South

Terminal C, Phase 1 - Landside Terminal, Structure and Enclosure (GMP No.

7-S), for the total lump sum amount of $117,528.00, with funding from Passenger

Facility Charges and General Airport Revenue Bonds.

Minutes of the Construction Committee Meeting, June 9, 2020

Page 14 of 38

J. Subcontractor Modification for BP-S00146 (GMP No. 7-S) with Physical Security, LLC for CR0835-LST-RFIs 3220 and 3220.1 Window Type H L1-L2. Mr. Corthell

presented the memorandum, requesting approval for Turner-Kiewit Joint Venture

(TKJV) to issue a Subcontract Modification on BP-S00146, South Terminal C,

Phase 1 - Landside Terminal, Structure and Enclosure (GMP No. 7-S), at the

Orlando International Airport, in the total amount of $2,755.00 to Physical

Security, LLC for CR0835-LST-RFIs 3220 and 3220.1 Window Type H L1-L2. Bid

Package 8.2.0 "Curtain Wall" was previously awarded within GMP No. 7-S to

Physical Security, LLC, CC No. 20180528.02A.

TKJV is proposing a subcontract modification to Physical Security, LLC in the

total lump sum amount of $2,755.00 for CR0835-LST-RFIs 3220 and 3220.1 Window

Type H L1-L2. The modified scope of work consists of added costs for the

installation of a new 3-foot by 10-foot Kawneer 350 door assembly, and a credit

for the previous window Type H, as captured in RFIs 3220 and 3220.1.

The approval of this subcontract modification to Physical Security, LLC

resolves all requests for costs and time associated with RFIs 3220 and 3220.1

scope of work in GMP No. 7-S. There are no cost impacts to GMP Nos. 7-S.1, 7-

S.2, 7-S.3 and 7-S.4.

TKJV has submitted documentation including the subcontractor's proposal to

substantiate this request. An independent cost estimate is included. By

approving this request, the Owner does not waive its right to enforce the

contract requirements for other requests for costs or time.

The effect of this Subcontractor Modification for this project is as follows:

TKJV to issue a subcontract modification to Physical

Security, LLC in the lump sum amount of: $ 2,755.00

Deduct from P1 CMAR Contingency: $ (2,755.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00146 (GMP No. 7-S) for this subcontract modification is

Physical Security, LLC (Non-MWBE/LDB/VBE). There is no small business

participation associated with this modification.

Ms. Sharman asked if this item has taken into account any potential scope

reductions. Mr. Corthell answered yes, that this item has been reviewed and

determined to be necessary at this time, as well as within any projected

reductions in scope.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, and 3-Z were

considered in one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontractor Modification to Physical Security, LLC on BP-S00146, South

Terminal C, Phase 1 - Landside Terminal, Structure and Enclosure (GMP No.

7-S), for the total lump sum amount of $2,755.00, with funding from Passenger

Facility Charges and General Airport Revenue Bonds.

K. Subcontractor Modification for BP-S00146 (GMP No. 7-S) with Banker Steel Co., LLC for CR0965-LST-RFIs 3857 and 3857.1 Curtain Wall Clearance. Mr. Corthell

presented the memorandum, requesting approval for Turner-Kiewit Joint Venture

(TKJV) to issue a Subcontract Modification on BP-S00146, South Terminal C,

Phase 1 - Landside Terminal, Structure and Enclosure (GMP No. 7-S), at the

Minutes of the Construction Committee Meeting, June 9, 2020

Page 15 of 38

Orlando International Airport, in the total amount of $7,804.00 to Banker

Steel Co., LLC for CR0965-LST-RFIs 3857 and 3857.1 Curtain Wall Clearance.

Bid Package 5.0.0 "Structural Steel" was previously awarded within GMP No.

7-S to Banker Steel Co. LLC, CC No. 20180313.010.

TKJV is proposing a subcontract modification to Banker Steel Co., LLC in the

total lump sum amount of $7,804.00 for CR0965-LST-RFIs 3857 and 3857.1 Curtain

Wall Clearance. The modified scope of work consists of necessary labor costs

to trim the top chord boulevard truss at Gridline L2 to provide clearance for

curtain wall system, per RFIs 3857 and 3857.1.

The approval of this subcontract modification to Banker Steel Co., LLC resolves

all requests for cost and time associated with RFIs 3857 and 3857.1 scope of

work in GMP No. 7-S. There are no cost impacts to GMP Nos. 7-S.1, 7-S.2, 7-

S.3 and 7-S.4.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontractor Modification for this project is as follows:

TKJV to issue a subcontract modification to Banker

Steel Co., LLC in the lump sum amount of: $ 7,804.00

Deduct from P1 CMAR Contingency: $ (7,804.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00146 (GMP No. 7-S) for this subcontract modification is

Banker Steel Co., LLC (Non-MWBE/LDB/VBE). There is no small business

participation associated with this modification.

Ms. Sharman asked if this item has taken into account any potential scope

reductions. Mr. Corthell answered yes, that this item has been reviewed and

determined to be necessary at this time, as well as within any projected

reductions in scope.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, and 3-Z were

considered in one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontractor Modification to Banker Steel Co., LLC on BP-S00146, South

Terminal C, Phase 1 - Landside Terminal, Structure and Enclosure (GMP No.

7-S), for the total lump sum amount of $7,804.00, with funding from Passenger

Facility Charges and General Airport Revenue Bonds.

L. Subcontract Modifications for BP-S00147 (GMP No. 7-S.1) with MSE2, Inc. dba Mader Southeast; Enclos Corp.; and, Hommes Masonry Inc. dba Toltec

Construction; for CR0705.1-LST-Bulletin 34 Drywall, Interior Glazing and

Masonry Scopes. Mr. Corthell presented the memorandum, requesting approval

for Turner-Kiewit Joint Venture (TKJV) to issue Subcontract Modifications on

BP-S00147, South Terminal C, Phase 1 - Landside Terminal Remaining Structure

and Systems (GMP No. 7-S.1), at the Orlando International Airport, in the

total deductive amount of ($12,511.00) to MSE2, Inc. dba Mader Southeast;

Enclos Corp.; and Hommes Masonry Inc. dba Toltec Construction; for CR0705.1-

LST-Bulletin 34 Drywall, Interior Glazing and Masonry Scopes. Bid Package

Minutes of the Construction Committee Meeting, June 9, 2020

Page 16 of 38

9.1.0 "Drywall and Framing" was previously awarded within GMP No. 7-S.1 to

MSE2, Inc., CC No. 20181002.009.

Bid Package 8.3.0 "Interior Glazing" was previously awarded within GMP No.

7-S.1 to Enclos Corp., CC No. 20181002.009.

Bid Package 4.0.0 for Masonry was previously awarded within GMP No. 7-S.1 to

Hommes Masonry Inc. dba Toltec Construction, CC No. 20181002.09

TKJV is proposing the following subcontract modifications to:

1. MSE2, Inc. dba Mader Southeast in the lump sum amount of $4,997.00 for CR0705.1-LST-Bulletin 34 Drywall Scope. The modified scope of work

consists of necessary labor and material costs for the revised CMU wall

to drywall at Stair 2.2 from ground floor to roof, as captured in LST

Bulletin 34.

2. Enclos Corp. in the lump sum amount of $583.00 for CR0705.1-LST-Bulletin 34 Interior Glazing Scope. The modified scope of work consists of

necessary labor and material costs for the added Sidelite Glass Panels

for door frame Type F3, as captured in LST Bulletin 34.

3. Hommes Masonry Inc. dba Toltec Construction in the deductive lump sum amount of ($18,091.00) for CR0705.1-LST-Bulletin 34 Masonry Scope. The

modified scope of work includes credits for the removal of CMU wall on

Stair 2.2 from ground floor to roof, as captured in LST Bulletin 34.

The approval of these subcontract modifications to MSE2, Inc. dba Mader

Southeast; Enclos Corp.; and Hommes Masonry Inc. dba Toltec Construction;

resolves all requests for cost and time associated with LST Bulletin 34 scope

of work in GMP No. 7-S.1. Cost impacts to GMP No. 7-S will be submitted for

CCM review under CR0705. There are no cost impacts to GMP Nos. 7-S.2, 7-S.3

and 7-S.4.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of these Subcontract Modifications for this project is as follows:

TKJV to issue a subcontract modification to MSE2, Inc.

dba Mader Southeast in the amount of: $ 4,997.00

TKJV to issue a subcontract modification to Enclos

Corp. in the amount of: $ 583.00

TKJV to issue a subcontract modification to Hommes

Masonry Inc. dba Toltec Construction in the deductive

amount of: $ (18,091.00)

Add to P1 Owner Contingency: $ 12,511.00

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractors identified and committed to

participate on BP-S00147 (GMP No. 7-S.1) for these subcontract modifications

are MSE2, Inc. dba Mader Southeast (Non-MWBE/LDB/VBE); Enclos Corp. (Non-

MWBE/LDB/VBE); and Hommes Masonry Inc. dba Toltec Construction (MWBE). These

modifications result in a net deduct of ($17,504.70) to MWBEs.

Ms. Sharman asked if this item has taken into account any potential scope

reductions. Mr. Corthell answered yes, that this item has been reviewed and

Minutes of the Construction Committee Meeting, June 9, 2020

Page 17 of 38

determined to be necessary at this time, as well as within any projected

reductions in scope.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, and 3-Z were

considered in one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue Subcontract

Modifications on BP-S00147, South Terminal C, Phase 1 - Landside Terminal

Remaining Structure and Systems (GMP No. 7-S.1), for the total deductive amount

of ($12,511.00), which includes the lump sum amount of $4,997.00 to MSE2, Inc.

dba Mader Southeast; the lump sum amount of $583.00 to Enclos Corp.; and the

deductive lump sum amount of ($18,091.00) to Hommes Masonry Inc. dba Toltec

Construction; with funding from Passenger Facility Charges and General Airport

Revenue Bonds.

M. Subcontract Modifications for BP-S00147 (GMP No. 7-S.1) with MSE2, Inc. dba Mader Southeast; and Taylor, Cotton & Ridley, Inc.; for CR0976-LST-RFI 4127

Fire Rating of Wall from Level 6 to Roof. Mr. Corthell presented the

memorandum, requesting approval for Turner-Kiewit Joint Venture (TKJV) to

issue Subcontract Modifications on BP-S00147, South Terminal C, Phase 1 -

Landside Terminal Remaining Structure and Systems (GMP No. 7-S.1), at the

Orlando International Airport, in the total amount of $40,781.00 to MSE2, Inc.

dba Mader Southeast; and Taylor, Cotton & Ridley, Inc.; for CR0976-LST-RFI

4127 Fire Rating of Wall from Level 6 to Roof. Bid Package 9.1.0 "Drywall and

Framing" was previously awarded within GMP No. 7-S.1 to MSE2, Inc., CC No.

20181002.009.

Bid Package 8.0.0 "Doors, Frames and Hardware" was previously awarded within

GMP No. 7-S.1 to Taylor, Cotton & Ridley, Inc., CC No. 20181002.009.

TKJV is proposing the following subcontract modifications to:

MSE2, Inc. dba Mader Southeast in the lump sum amount of $40,481.00 for

CR0976-LST-RFI 4127 Fire Rating of Wall from Level 6 to Roof. The

additional scope of work consists of necessary labor, material and

equipment costs for the revised wall type from EWS-00 to EWS-00e 2-hour

rated at gridline L8 in Area 3 from Level 6 to the roof, as captured in

RFI 4127.

Taylor, Cotton & Ridley, Inc. in the lump sum amount of $300.00 for

CR0976-LST-RFI 4127 Fire Rating of Wall from Level 6 to Roof. The

additional scope of work includes material costs for the upgraded fire

rating of door frame 06-0232, as captured in RFI 4127.

The approval of these subcontract modifications to MSE2, Inc. dba Mader

Southeast; and Taylor, Cotton & Ridley, Inc.; resolves all requests for cost

and time associated with RFI 4127 scope of work in GMP No. 7-S.1. There are

no cost impacts to GMP Nos. 7-S, 7-S.2, 7-S.3 and 7-S.4.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontract Modification for this project is as follows:

Minutes of the Construction Committee Meeting, June 9, 2020

Page 18 of 38

TKJV to issue a subcontract modification to MSE2, Inc.

dba Mader Southeast in the amount of: $ 40,481.00

TKJV to issue a subcontract modification to Taylor,

Cotton & Ridley, Inc. in the amount of: $ 300.00

Deduct from P1 Owner Contingency: $ (40,781.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractors identified and committed to

participate on BP-S00147 (GMP No. 7-S.1) for these subcontract modifications

are MSE2, Inc. dba Mader Southeast (Non-MWBE/LDB/VBE) and Taylor, Cotton &

Ridley, Inc. (Non-MWBE/LDB/VBE). There is an overall 8.1% MWBE participation

associated with these modifications.

Ms. Sharman asked if this item has taken into account any potential scope

reductions. Mr. Corthell answered yes, that this item has been reviewed and

determined to be necessary at this time, as well as within any projected

reductions in scope.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, and 3-Z were

considered in one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue Subcontract

Modifications on BP-S00147, South Terminal C, Phase 1 - Landside Terminal

Remaining Structure and Systems (GMP No. 7-S.1), for the total amount of

$40,781.00, which includes the lump sum amount of $40,481.00 to MSE2, Inc. dba

Mader Southeast; and the lump sum amount of $300.00 to Taylor, Cotton & Ridley,

Inc.; with funding from Passenger Facility Charges and General Airport Revenue

Bonds.

N. Subcontract Modification for BP-S00147 (GMP No. 7-S.1) with P&A Roofing & Sheet Metal, Inc. for CR1014-LST-RFI 4134 PVC Walkway at Skylight Eave.

Mr. Corthell presented the memorandum, requesting approval for Turner-Kiewit

Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00147, South

Terminal C, Phase 1 - Landside Terminal Remaining Structure and Systems (GMP

No. 7-S.1), at the Orlando International Airport, in the total amount of

$12,794.00 to P&A Roofing & Sheet Metal, Inc. for CR1014-LST-RFI 4134 PVC

Walkway at Skylight Eave. Bid Package 7.2.0 "Roofing" was previously awarded

within GMP No. 7-S.1 to P&A Roofing & Sheet Metal, Inc., CC No. 20181002.009.

TKJV is proposing the following subcontract modification to P&A Roofing &

Sheet Metal, Inc. in the total lump sum amount of $12,794.00 for CR1014-LST-

RFI 4134 PVC Walkway at Skylight Eave. The modified scope of work consists of

all cost associated with the installation of additional Soprema Sentinel PVC

walkway pads at skylight eave, per RFI 4134.

The approval of this subcontract modifications to P&A Roofing & Sheet Metal,

Inc. resolves all requests for cost and time associated with RFI 4134 scope

of work in GMP No. 7-S.1. There are no cost impacts to GMP Nos. 7-S, 7-S.2,

7-S.3 and 7-S.4.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontract Modification for this project is as follows:

Minutes of the Construction Committee Meeting, June 9, 2020

Page 19 of 38

TKJV to issue a subcontract modification to P&A

Roofing & Sheet Metal, Inc. in the amount of: $ 12,794.00

Deduct from P1 Owner Contingency: $ (12,794.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00147 (GMP No. 7-S.1) for this subcontract modification is

P&A Roofing & Sheet Metal, Inc. (Non-MWBE/LDB/VBE). There is no small business

participation associated with this modification.

Ms. Sharman asked if this item has taken into account any potential scope

reductions. Mr. Corthell answered yes, that this item has been reviewed and

determined to be necessary at this time, as well as within any projected

reductions in scope.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, and 3-Z were

considered in one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontract Modification to P&A Roofing & Sheet Metal, Inc. on BP-S00147,

South Terminal C, Phase 1 - Landside Terminal Remaining Structure and Systems

(GMP No. 7-S.1), for the total lump sum amount of $12,794.00, with funding

from Passenger Facility Charges and General Airport Revenue Bonds.

O. Subcontract Modification for BP-S00150 (GMP No. 9-S) with Morton Electric, Inc. for CR0994-PKG-RFIs 3861, 3862, 3863, 4046, 4145, and 4373 - Multiple RFI

Electrical Revisions (CWA BP S150-007). Mr. Corthell presented the memorandum,

requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a

Subcontract Modification on BP-S00150, South Terminal C, Phase 1, Parking

Facility - Phase 1 (GMP No. 9-S), at the Orlando International Airport, in the

total amount of $49,133.00 to Morton Electric, Inc. for CR0994-PKG-RFIs 3861,

3862, 3863, 4046, 4145, and 4373 - Multiple RFI Electrical Revisions (CWA BP

S150-007).

Bid Package: 26.0.0 "Electrical" was previously awarded within the GMP No.

9-S to Morton Electric, Inc., CC No. 20171010.16.

RFI: 3861-Dry System Fire Suppression. Deduct from Owner Contingency

TKJV is proposing a Subcontractor Modification to Morton Electric, Inc.

in the Lump Sum amount of $1,367.00 for CR0994-PKG-RFIs 3861, 3862,

3863, 4046, 4145 and 4373 - Multiple RFI Electrical Revisions (CWA BP

S150-007). RFI 3861 was issued to identify the power and monitoring

requirements for the dry pipe system. The RFI response includes

electrical and fire alarm sketches for circuit designation and monitoring

requirements. The modified scope of work consists of all labor and

material costs associated with providing wiring for the air compressor

per RFI 3861 response.

RFI 3862-Elevator ATS Communication. Deduct from CMAR Contingency.

TKJV is proposing a Subcontractor Modification to Morton Electric, Inc.

in the Lump Sum amount of $25,497.00 for CR0994-PKG-RFIs 3861, 3862,

3863, 4046, 4145 and 4373 - Multiple RFI Electrical Revisions (CWA BP

S150-007). RFI 3862 was issued to request direction on how to make this

connection. The response was to utilize the existing interlock in the

Minutes of the Construction Committee Meeting, June 9, 2020

Page 20 of 38

existing Phase 1 elevator machine room, extend the existing and provide

additional pathways as required for routing the low voltage cabling to

new interlock in Elevators 3 and 4. The modified scope of work consists

of all material, labor and equipment costs to provide control

communication conduit, pull boxes, relays and wiring to perform elevator

communication for all six elevators per RFI 3862 response.

RFI 3863-Wall Switch Timer. Deduct from Owner Contingency.

TKJV is proposing a Subcontractor Modification to Morton Electric, Inc.

in the Lump Sum amount of $1,817.00 for CR0994-PKG-RFIs 3861, 3862,

3863, 4046, 4145 and 4373 - Multiple RFI Electrical Revisions (CWA BP

S150-007). RFI 3863 confirmed the Wall Switch Timer Specification - Tork

A506HFIW. The modified scope of work consists of all material and labor

costs to provide five additional 6-hr. timer switches per RFI 3863

response.

RFI 4046-IDF Electrical Panel Grounding. Deduct from CMAR Contingency

TKJV is proposing a Subcontractor Modification to Morton Electric, Inc.

in the Lump Sum amount of $2,031.00 for CR0994-PKG-RFIs 3861, 3862,

3863, 4046, 4145 and 4373 - Multiple RFI Electrical Revisions (CWA BP

S150-007). RFI 4046 was issued to confirm if the ground from TG or TBB

to the Electrical Panels is required. The RFI direction was to connect

electrical panels with a #6 ground conductor to their respective IDF

rooms TGB and connect to ground bar inside the electrical panel. The

modified scope of work consists of all labor and material costs to

provide added ground wire per RFI 4046 response which was not included

in the subcontractor's base scope.

RFI 4145-Emergency Circuit Outlets in IDF Rooms. Deduct from Owner

Contingency.

TKJV is proposing a Subcontractor Modification to Morton Electric, Inc.

in the Lump Sum amount of $16,342.00 for CR0994-PKG-RFIs 3861, 3862,

3863, 4046, 4145 and 4373 - Multiple RFI Electrical Revisions (CWA BP

S150-007). RFI 4145 was issued to confirm the request to replace the

outlets serving the HP cabinets in the IDF Rooms. The modified scope of

work consists of all labor and material costs associated with changing

thirty-eight (38) L5-20A (120V) outlets to L6-30A (208V) in IDF Rooms.

RFI 4373. Deduct from CMAR Contingency.

TKJV is proposing a Subcontractor Modification to Morton Electric, Inc.

in the Lump Sum amount of $2,079.00 for CR0994-PKG-RFIs 3861, 3862,

3863, 4046, 4145 and 4373 - Multiple RFI Electrical Revisions (CWA BP

S150-007). The modified scope of work consists of all labor and material

costs associated with revising ground bars at all IDF Rooms from 12"x4"

CU ground bars to 24"x4" CU ground bar for all IDF Rooms.

The approval of these subcontract modifications to Morton Electric, Inc.

resolves all requests for costs and time associated with RFIs 3862, 3863,

4046, 4145 and 4373. This approval will also resolve all requests for cost and

time associated with RFI 3861 for GMP No. 9-S and closes CWA BP S150-007;

remaining RFI 3861 costs and time in GMP No. 9-S.1 (Low voltage scope) will

be resolved in forthcoming CR 0994.1.

Minutes of the Construction Committee Meeting, June 9, 2020

Page 21 of 38

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included.

By approving this request, the Owner does not waive its right to enforce the

contract requirements for other requests for cost or time.

The effect of this Subcontract Modification for this project is as follows:

TKJV to issue subcontract modification to Morton

Electric, Inc. in the lump sum amount of: $ 49,133.00

Deduct from Owner Contingency (RFI 3861): $ (1,367.00)

Deduct from CMAR Contingency (RFI 3862): $ (25,497.00)

Deduct from Owner Contingency (RFI 3863): $ (1,817.00)

Deduct from CMAR Contingency (RFI 4046): $ (2,031.00)

Deduct from Owner Contingency (RFI 4145): $ (16,342.00)

Deduct from CMAR Contingency (RFI 4373): $ (2,079.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00150 (GMP No. 9-S) for this subcontract modification is

Morton Electric, Inc. (Non-MWBE/LDB/VBE). There is no small business

participation associated with this modification.

Ms. Sharman asked if this item has taken into account any potential scope

reductions. Mr. Corthell answered yes, that this item has been reviewed and

determined to be necessary at this time, as well as within any projected

reductions in scope.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, and 3-Z were

considered in one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontract Modification to Morton Electric, Inc. on BP-S00150, South Terminal

C, Phase 1 - Parking Facility - Phase 1 (GMP No. 9-S), for the total lump sum

amount of $49,133.00, with funding from Customer Facility Charges and General

Airport Revenue Bonds.

P. Subcontract Modification for BP-S00150 (GMP No. 9-S) with Morton Electric, Inc. for CR1041-PKG-RFI 4261 - PKG Elevator Shaft Works and RFI 4261.

Mr. Corthell presented the memorandum, requesting approval for Turner-Kiewit

Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00150, South

Terminal C, Phase 1, Parking Facility - Phase 1 (GMP No. 9-S), at the Orlando

International Airport, in the total amount of $8,664.00 to Morton Electric,

Inc. for CR1041-PKG-RFI 4261 - PKG Elevator Shaft Works and RFI 4261. Bid

Package 26.0.0 "Electrical" was previously awarded within the GMP No. 9-S to

Morton Electric, Inc., CC No. 20171010.16.

TKJV is proposing a Subcontractor Modification to Morton Electric, Inc. in the

total Lump Sum amount of $8,664.00 for CR1041-PKG-RFI 4261 - PKG Elevator

Shaft Works and RFI 4261. The modified scope of work consists of material and

labor costs to relocate lighting in the elevator shaft in response to the

elevator inspector's request and to provide added lighting, switching and

circuitry to the Mechanical Chase Room per RFI 4261 response.

The approval of this subcontract modification to Morton Electric, Inc. resolves

all requests for costs and time associated with RFI 4261 and the Elevator

shaft works as presented in CR1041-PKG-RFI 4261 - PKG Elevator Shaft Works and

RFI 4261.

Minutes of the Construction Committee Meeting, June 9, 2020

Page 22 of 38

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontract Modification for this project is as follows:

TKJV to issue subcontract modification to Morton

Electric, Inc. in the lump sum amount of: $ 8,664.00

Deduct from Owner Contingency: $ (1,595.00)

Deduct from Owner Contingency (RFI 4261): $ (7,069.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00150 (GMP No. 9-S) for this subcontract modification is

Morton Electric, Inc. (Non-MWBE/LDB/VBE). There is no small business

participation associated with this modification.

Ms. Sharman asked if this item has taken into account any potential scope

reductions. Mr. Corthell answered yes, that this item has been reviewed and

determined to be necessary at this time, as well as within any projected

reductions in scope.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, and 3-Z were

considered in one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontract Modification to Morton Electric, Inc. on BP-S00150, South Terminal

C, Phase 1 - Parking Facility - Phase 1 (GMP No. 9-S), for the total lump sum

amount of $8,664.00, with funding from Customer Facility Charges and General

Airport Revenue Bonds.

Q. Subcontract Modification for BP-S00158 (GMP No. 17-S) with Gomez Construction Company for CR1011-17S-CPD-Bulletins 3 and 4-Check Point Delta Multiple Trade

Updates (excluding canopy scope). Mr. Corthell presented the memorandum,

requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a

Subcontract Modification on BP-S00158, South Terminal C, Phase 1, Checkpoint

Delta (GMP No. 17-S), at the Orlando International Airport, in the total amount

of $5,665.00 to Gomez Construction Company for CR1011-17S-CPD-Bulletins 3 and

4-Check Point Delta Multiple Trade Updates (excluding canopy scope). Bid

Package 1.0.0 "Checkpoint Delta General Contractor" was previously awarded

within GMP No. 17-S to Gomez Construction Co., CC 20190528.004

TKJV is proposing a subcontract modification to Gomez Construction Company in

the total lump sum amount of $5,665.00 for CR1011-17S-CPD-Bulletins 3 and 4-

Check Point Delta Multiple Trade Updates (excluding canopy scope). The modified

scope of work consists of all labor, material and equipment costs associated

with the addition of a grab bar, AED, plumbing fixtures and piping, and a

credit for reduction of the height of the CMU wall per CPD Bulletin 3. The

modified scope of work for CPD Bulletin 4 consists of all labor, material and

equipment costs associated with the addition of a fire extinguisher and

cabinet, added electrical panel and associated conduit and wires.

The approval of this subcontract modification to Gomez Construction Company

resolves all requests for cost and time associated with CPD Bulletins 3 and 4

(excluding canopy scope). Changes associated with the canopy design scope will

Minutes of the Construction Committee Meeting, June 9, 2020

Page 23 of 38

be addressed in forthcoming CR 1011.1, Low Voltage costs will be submitted

under forthcoming CR1011.2.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontract Modification for this project is as follows:

TKJV to issue subcontract modification to Gomez

Construction Co. in the lump sum amount of: $ 5,665.00

Deduct from Owner Contingency: $ (5,665.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00158 (GMP No. 17-S) for this subcontract modification is

Gomez Construction Company (MWBE). There is small business participation of

77.3% LDB and a reduction of 41.6% MWBE associated with this modification.

Ms. Sharman asked if this item has taken into account any potential scope

reductions. Mr. Corthell answered yes, that this item has been reviewed and

determined to be necessary at this time, as well as within any projected

reductions in scope.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, and 3-Z were

considered in one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontract Modification to Gomez Construction Company on BP-S00158, South

Terminal C, Phase 1, Checkpoint Delta (GMP No. 17-S), for the total lump sum

amount of $5,665.00, with funding from General Airport Revenue Bonds.

R. Subcontractor Modification for BP-S00163 (GMP No. 5-S.5) with The Middlesex Corporation for CR0509-5S.5-LSC-Bulletin 23-RFIs 2608 and 2397-Bridge

Structure Modifications and Precast Fascia Panel Removal (VE Item 27).

Mr. Corthell presented the memorandum, requesting approval for Turner-Kiewit

Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00163, South

Terminal C, Phase 1 - Enplane/Deplane Bridge and Roadways (GMP No. 5-S.5), at

the Orlando International Airport, in the total amount of $516,583.00 to The

Middlesex Corporation for CR0509-5S.5-LSC-Bulletin 23-RFIs 2608 and 2397-

Bridge Structure Modifications and Precast Fascia Panel Removal (VE Item 27).

Bid Package 34.0.0 "Enplane/Deplane Bridge-Combined Piers and Piles" was

previously awarded within GMP No. 5-S.5 "Enplane/Deplane Bridge and Roadways

Balance of Work - FDOT" to The Middlesex Corporation, CC No. 20180605.007.

TKJV is proposing a subcontract modification to The Middlesex Corporation in

the total lump sum amount of $516,583.00 for CR0509-5S.5-LSC-Bulletin 23-RFIs

2608 and 2397-Bridge Structure Modifications and Precast Fascia Panel Removal

(VE Item 27). LSC Bulletin 23 includes revisions to canopy column details, new

bridge deck expansion joints, and new Class 5 finish details. Class 5 finish

is currently being discussed as a potential VE item; therefore, its impacts

are not included in this request. LSC RFI 2397 confirmed an FDOT Index 422,

42-inch height vertical shape traffic railing. LSC RFI 2608 confirmed concrete

pedestals only at grid line locations where Enplane/Deplane columns exist.

CR0286 VE Item No. 27 provided a credit to Owner Contingency in the deductive

lump sum amount of ($1,250,000.00) for the LSC delete Bridge Precast Fascia

Minutes of the Construction Committee Meeting, June 9, 2020

Page 24 of 38

and Coping VE. This amount was subject to a final reconciliation with the

subcontractor and final design incorporation via RFI, bulletin and subsequent

subcontractor pricing. The final Credit submitted by the subcontractor for VE

Item No. 27 was in the deductive lump sum amount of ($1,215,000.00). The

modified scope of work captured in this request consists of additional

material, labor and equipment costs to install PVC drainpipes in concrete,

labor only for installing expansion joint systems at edge of Enplane/Deplane

Bridge and LST structure per LSC Bulletin 23; labor, material and equipment

cost to provide the changes to concrete barrier walls per RFI 2397; a credit

for decreasing quantity of canopy concrete pedestals per RFI 2608; and a

$35,000.00 net add resulting from the difference between the estimated credit

provided in CR0286 precast concrete fascia panels on Bridge VE No. 27 CC No.

20190219.002N and the credit achieved per the final reconciliation with

subcontractor.

The approval of this subcontract modification to The Middlesex Corporation

resolves all requests for cost and time resulting from RFIs 2608 and 2397, the

precast fascia panel removal (VE item No. 27) and Landside Civil Bulletin 23

changes excluding Class 5 finish changes. The following are the CR associated

with LSC Bulletin 23 that have been or will be submitted: CR0509.1 was submitted

for the expansion joint material purchase CC No. 20191119-3-R; and CR0509.2

will be submitted for the Class 5 finish or the finish determined through

Value Engineering.

TKJV has submitted documentation including the subcontractor's proposal to

support this request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontractor Modification for this project is as follows:

TKJV to issue a subcontract modification to The

Middlesex Corporation in the lump sum amount of:

(LSC Bulletin 23 and RFI 2397) $ 888,872.00

TKJV to issue a subcontract modification to The

Middlesex Corporation in the lump sum amount of:

(RFI 2608) $ (407,289.00)

TKJV to issue a subcontract modification to The

Middlesex Corporation in the lump sum amount of:

(VE No. 27 Final credit reconciliation) $ 35,000.00

Deduct from P1 Owner Contingency: $ (407,178.00)

Deduct from P1X Owner Contingency: $ (109,405.00)

Due to the funding source of this GMP No. 5-S.5, Turner-Kiewit Joint Venture

proposed a 20% DBE participation goal for Bid Package 34.0.0 Enplane/Deplane

Bridge and Roadways Balance of Work - FDOT, in lieu of MWBE and LDB

participation goals. As such, Turner-Kiewit Joint Venture’s committed MWBE

and LDB Construction Services goals are not affected by this modification.

The subcontractor identified and committed to participate on BP-S00163 (GMP

No. 5-S.5) for this subcontract modification is The Middlesex Corporation

(Non-DBE). There is 19.2% DBE participation associated with this modification.

Ms. Sharman asked if this item has taken into account any potential scope

reductions. Mr. Corthell answered yes, that this item has been reviewed and

determined to be necessary at this time, as well as within any projected

reductions in scope.

Minutes of the Construction Committee Meeting, June 9, 2020

Page 25 of 38

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, and 3-Z were

considered in one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontractor Modification to The Middlesex Corporation on BP-S00163, South

Terminal C, Phase 1 - Enplane/Deplane Bridge and Roadways (GMP No. 5-S.5), for

the total lump sum amount of $516,583.00, with funding from Passenger Facility

Charges.

S. Budget Reallocation for BP-S00163 (GMP No. 5-S.5) for CR01106-5S.5-LSC-Budget Reallocations-Enplane/Deplane Bridge and Roadways Balance of Work.

Mr. Corthell presented the memorandum, requesting approval for Turner-Kiewit

Joint Venture (TKJV) to issue a Budget Reallocation on BP-S00163, South

Terminal C, Phase 1 - Enplane/Deplane Bridge and Roadways (GMP No. 5-S.5), at

the Orlando International Airport, in the total amount of $620,607.00 for

CR01106-5S.5-LSC-Budget Reallocations-Enplane/Deplane Bridge and Roadways

Balance of Work. Bid package BP-S00163 was previously awarded to TKJV within

GMP No. 5-S.5, CC No. 20180605.007

TKJV is proposing to reallocate budget from:

GMP No. 5-S.5 PI CMAR Contingency to P1 Owner Contingency in the lump

sum amount of $363,079.

GMP No. 5-S.5 P1X CMAR Contingency to P1X Owner Contingency in the lump

sum amount of $257,528.

This request will resolve all cost and time for CR01106-5S.5-LSC-Budget

Reallocations-Enplane/Deplane Bridge and Roadways Balance of Work. TKJV has

submitted documentation to support their request.

The effect of this Budget Reallocation for this project is as follows:

GMP No. 5-S.5 Current P1 CMAR Contingency Balance: $ 1,234,113.00

Deduct from P1 CMAR Contingency: $ (363,079.00)

Add to P1 Owner Contingency: $ 363,079.00

Remaining P1 CMAR Contingency Balance: $ 871,034.00

GMP No. 5-S.5 Current P1X CMAR Contingency Balance: $ 515,057.00

Deduct from P1X CMAR Contingency: $ (257,528.00)

Add to P1X Owner Contingency: $ 257,528.00

Remaining P1X CMAR Contingency Balance: $ 257,529.00

The Office of Small Business Development has determined that the proposed

budget reallocation does not have any impact on the small business

participation. [Subsequent to the meeting, the Office of Small Business

Development submitted an OSBD Participation Memorandum as Information Item No.

7-F on the June 23, 2020, Construction Committee Agenda.]

Ms. Sharman asked if this item has taken into account any potential scope

reductions. Mr. Corthell answered yes, that this item has been reviewed and

determined to be necessary at this time, as well as within any projected

reductions in scope.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, and 3-Z were

considered in one motion.

Minutes of the Construction Committee Meeting, June 9, 2020

Page 26 of 38

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a Budget

Reallocation on BP-S00163, South Terminal C, Phase 1 - Enplane/Deplane Bridge

and Roadways (GMP No. 5-S.5), for the total budget reallocation lump sum amount

of $620,607.00, with funding from Passenger Facility Charges.

T. Subcontractor Modification for BP-S00168 (GMP No. 6-S.4) with M.C. Dean, Inc. for CR0503.6-6S4-ASC Bulletin 037 - Low Voltage. Mr. Corthell presented the

memorandum, requesting approval for Hensel Phelps Construction (HPC) to issue

a Subcontract Modification on BP-S00168, South Terminal C, Phase 1 - Interior

Finishes and Specialties (GMP No. 6-S.4), at the Orlando International Airport,

in the total amount of $6,135.00 to M.C. Dean, Inc., for CR0503.6-6S4-ASC

Bulletin 037 - Low Voltage. Bid Package for BP-S00168 27.01 "Airside Concourse

Low Voltage Systems" has been previously awarded within GMP No. 6-S.4 to M.C.

Dean, Inc., CC No. 20181002.010.

HPC is requesting to issue a Subcontractor Modification to M.C. Dean, Inc. in

the total Lump Sum amount of $6,135.00 for CR0503.6-6S4-ASC Bulletin 037 - Low

Voltage. The modified scope of work consists of the additional labor, material

and equipment costs associated with the added conduit and fire alarm systems

for the added Fire Smoke Dampers (FSD). HPC will also submit Time Impact

Analysis (TIA 088) requesting additional time associated with this scope of

work ASC Bulletin 037.

The approval of this Subcontract Modification to M.C. Dean, Inc. resolves all

requests for costs associated with the ASC Bulletin 037 scope of work in GMP

No. 6-S.4, with the exception of costs for DSI ASC-003 and ASC Bulletin 036.

Costs associated with DSI ASC-003 and ASC Bulletin 036 are excluded due

to document inconsistencies and further design changes that are being

resolved and costs for these will be submitted in a future CR.

Cost impacts of ASC Bulletin 037 Mechanical Only scope of work in GMP

No. 6-S.1 were approved, CC No. 20200324.02B (CR0503.2-6S.1).

Cost impacts of ASC B037 Mechanical Only scope of work in GMP No. 6-S.6

were approved via CC No. 20200324.200 (CR0503.3-6S.6).

Cost impacts of ASC B037 to GMP No. 6-S.1 for the Non-Mechanical Trades

will be submitted in CR0503.4-6S.1 for a future CCM approval.

Cost impacts of ASC B037 to GMP No. 6-S.2 for the Non-Electrical Trades

was approved via CC No. 20200526.03F (CR0503.5-6S.2).

Cost impacts of ASC B037 to GMP No. 6-S.6 for the Non-Mechanical scope

will be submitted in future CRs.

There are no cost impacts of ASC B037 to GMP No. 6-S.2 for the Electrical

scope of work.

There are no cost impacts of ASC B037 to GMP Nos. 6-S, 6-S.3, and 6-S.5.

Costs for patching of Fireproofing and Testing & Inspection, if any,

will be submitted in a future CR.

The OAR will evaluate TIA-088 and any additional time recommended to be

granted will be submitted at a future CCM.

Minutes of the Construction Committee Meeting, June 9, 2020

Page 27 of 38

HPC has submitted documentation including the subcontractor's proposal to

support this request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontractor Modification for this project is as follows:

HPC to issue a subcontract modification to M.C. Dean, Inc.

in the lump sum amount of: $ 6,135.00

Deduct from P1 Owner Contingency $ (6,135.00)

Hensel Phelps Construction is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00168 (GMP No. 6-S.4) for this subcontract modification is

M.C. Dean, Inc. (Non-MWBE/LDB/VBE). There is 24% MWBE participation associated

with this modification.

Ms. Sharman asked if this item has taken into account any potential scope

reductions. Mr. Corthell answered yes, that this item has been reviewed and

determined to be necessary at this time, as well as within any projected

reductions in scope.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, and 3-Z were

considered in one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Hensel Phelps Construction to issue a

Subcontractor Modification to M.C. Dean, Inc., on BP-S00168, South Terminal

C, Phase 1 - Interior Finishes and Specialties (GMP No. 6-S.4), for the total

lump sum amount of $6,135.00, with funding from Passenger Facility Charges and

General Airport Revenue Bonds.

U. Subcontractor Modification for BP-S00168 (GMP No. 6-S.4) with M.C. Dean, Inc. for CR0506-6S4-Low Voltage Experiential Medial Environment (EME) Base Scope.

Mr. Corthell presented the memorandum, requesting approval for Hensel Phelps

Construction (HPC) to issue a Subcontract Modification on BP-S00168, South

Terminal C, Phase 1 - Interior Finishes and Specialties (GMP No. 6-S.4), at

the Orlando International Airport, in the total amount of $76,256.00 to M.C.

Dean, Inc., for CR0506-6S4-Low Voltage Experiential Medial Environment (EME)

Base Scope. Bid Package for BP-S00168 27.01 "Airside Concourse Low Voltage

Systems" has been previously awarded within GMP No. 6-S.4 to M.C. Dean, Inc.,

CC No. 20181002.010.

HPC is requesting to issue a Subcontractor Modification to M.C. Dean, Inc. in

the total Lump Sum amount of $76,256.00 for CR0506-6S4-Low Voltage Experiential

Medial Environment (EME) Base Scope. During the low voltage bid process, the

EME scope was undergoing design revisions. The EME scope was excluded from the

Low Voltage bid package. The modified scope of work consists of the material,

labor and equipment costs associated with the Low Voltage conduit and fittings

for the structured cabling system to the two EME features in Phase 1: Windows

on Orlando (EME-A01, EME-A02 and EME-A03) and the Moment Vault (EME-A04, EME-

A05 and EME-A06), for the base scope of work through ASC Bulletin 005 Contract

Documents.

The approval of this Subcontract Modification to M.C. Dean, Inc. resolves all

requests for cost and time associated with the Low Voltage EME base scope of

work through ASC Bulletin 5. Costs associated with changes to the EME scope

Minutes of the Construction Committee Meeting, June 9, 2020

Page 28 of 38

in ASC Bulletin 21 were approved, CC No. 20190716.02M; and costs for changes

to the EME scope in ASC Bulletin 31 were approved, CC No. 20200310.03W.

HPC has submitted documentation including the subcontractor's proposal to

support this request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontractor Modification for this project is as follows:

HPC to issue a subcontract modification to M.C. Dean, Inc.

in the lump sum amount of: $ 76,256.00

Deduct from P1 CMAR Contingency: $ (76,256.00)

Hensel Phelps Construction is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00168 (GMP No. 6-S.4) for this subcontract modification is

M.C. Dean, Inc. (Non-MWBE/LDB/VBE). There is 11.7% MWBE participation

associated with this modification.

Ms. Sharman asked if this item has taken into account any potential scope

reductions. Mr. Corthell answered yes, that this item has been reviewed and

determined to be necessary at this time, as well as within any projected

reductions in scope.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, and 3-Z were

considered in one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Hensel Phelps Construction to issue a

Subcontractor Modification to M.C. Dean, Inc., on BP-S00168, South Terminal

C, Phase 1 - Interior Finishes and Specialties (GMP No. 6-S.4), for the total

lump sum amount of $76,256.00, with funding from General Airport Revenue Bonds.

V. Subcontractor Modification for BP-S00170 (GMP No. 5-S.6) with Kiewit

Infrastructure South Co. for CR0697-LSC-RFI 3008-Added Conduits at South

Switchyard. Mr. Corthell presented the memorandum, requesting approval for

Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-

S00170, South Terminal C, Phase 1 - Underground Electrical Distribution (GMP

No. 5-S.6), at the Orlando International Airport, in the total amount of

$230,837.00 to Kiewit Infrastructure South Co., for CR0697-LSC-RFI 3008-Added

Conduits at South Switchyard. Bid Package 26.0.0 "North Section" was

previously awarded within GMP No. 5-S.6 to Kiewit Infrastructure South Co.,

CC No. 20180605.08.

TKJV is proposing a subcontract modification to Kiewit Infrastructure South

Co. in the total lump sum amount of $230,837.00 for CR0697-LSC-RFI 3008-Added

Conduits at South Switchyard. The duct bank installation was required to start

prior to the design being complete in order for the electrical contractor to

be out of this area. The design team had multiple meetings with the OAR and

OUC to determine how to route the conduit to support the power design by OUC.

RFI 3008 requested details for the conduit connections to Manholes LP-40 and

LP-41. The RFI response includes revisions to Plan Sheets CE2.00.91 and

CE7.00.22 that show the additional conduit interconnecting Manholes LP-38, LP-

39, LP-40, and LP-41, and the south switchyard pads. The revised drawings

include additional clarifications requested by OUC to support new circuiting

requirements and changes due to the location of the duct bank construction.

The modified scope of work consists of all labor, material and equipment costs

Minutes of the Construction Committee Meeting, June 9, 2020

Page 29 of 38

associated with the addition of 2-inch, 4-inch, and 6-inch conduits per RFI

3008 response.

The approval of this subcontract modification to Kiewit Infrastructure South

Co. resolves all requests for cost and time for RFI 3008.

TKJV has submitted documentation including the subcontractor's proposal to

support this request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontractor Modification for this project is as follows:

TKJV to issue a subcontract modification to Kiewit

Infrastructure South Co. in the lump sum amount of: $ 230,837.00

Deduct from P1 Owner Contingency: $(230,837.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00170 (GMP No. 5-S.6) for this subcontract modification is

Kiewit Infrastructure South Co. (Non-MWBE/LDB/VBE). There is 0.6% LDB

participation associated with this modification.

Ms. Sharman asked if this item has taken into account any potential scope

reductions. Mr. Corthell answered yes, that this item has been reviewed and

determined to be necessary at this time, as well as within any projected

reductions in scope.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, and 3-Z were

considered in one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontractor Modification to Kiewit Infrastructure South Co., on BP-S00170,

South Terminal C, Phase 1 - Underground Electrical Distribution (GMP

No. 5-S.6), for the total lump sum amount of $230,837.00, with funding from

General Airport Revenue Bonds.

W. Subcontractor Modification for BP-S00170 (GMP No. 5-S.6) with Kiewit

Infrastructure South Co. for CR0560.1-LSC-Bulletin 24 and RFI 2731-Revisions

to PPD and Access Road. Mr. Corthell presented the memorandum, requesting

approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract

Modification on BP-S00170, South Terminal C, Phase 1 - Underground Electrical

Distribution (GMP No. 5-S.6), at the Orlando International Airport, in the

total amount of $459,001.00 to Kiewit Infrastructure South Co., for CR0560.1-

LSC-Bulletin 24 and RFI 2731-Revisions to PPD and Access Road. Bid Package

26.0.0 "North Section" was previously awarded within GMP No. 5-S.6 to Kiewit

Infrastructure South Co., CC No. 20180605.08.

TKJV is proposing a subcontract modification to Kiewit Infrastructure South

Co. in the total lump sum amount of $459,001.00 for CR0560.1-LSC-Bulletin 24

and RFI 2731-Revisions to Primary Power Distribution (PPD) and Access Road.

LSC Bulletin 24 adds a new pull box and duct bank run for the future GSE

facility. The Bulletin also changes the roadway profile of the OUC access road

adjacent to future Heintzelman Blvd. as shown on C.3.3.03, Typical Section on

C9.0.5. RFI 2731 confirms that it is acceptable for Kiewit Infrastructure

South Co. to utilize a spare communications box in lieu of pouring a new pull

box. The modified scope of work consists of labor, material and equipment

Minutes of the Construction Committee Meeting, June 9, 2020

Page 30 of 38

costs associated with the additional civil and electrical scope of work

resulting from LSC Bulletin 24 revisions and RFI 2731 response. The following

items are being credited in this request: A portion of roadway work at STA 400

and 500 that was completed under GMP No. 18-S (costs previously submitted in

GMP No. 5-S.6 Amendment No. 2); Deleted Alt No. l scope (costs previously

submitted in GMP No. 5-S.6 Amendment No. 2); and, Two extra PME pads at the

North Switchyard that were priced but not installed (costs previously submitted

in GMP No. 5-S.6 Amendment No. 2).

The approval of this subcontract modification to Kiewit Infrastructure South

Co. resolves all requests for cost and time for RFI 2731 and LSC Bulletin 24

in GMP No. 5-S.6. Remaining time and costs associated with LSC Bulletin 24

have been submitted in CR0560 (GMP No. 5-S.2).

TKJV has submitted documentation including the subcontractor's proposal to

support this request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontractor Modification for this project is as follows:

TKJV to issue a subcontract modification to Kiewit

Infrastructure South Co. in the lump sum amount of: $ 459,001.00

Deduct from P1X Owner Contingency: $(459,001.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00170 (GMP No. 5-S.6) for this subcontract modification is

Kiewit Infrastructure South Co. (Non-MWBE/LDB/VBE). There is 11.2% reduction

in MWBE participation and 7.8% LDB participation associated with this

modification.

Ms. Sharman asked if this item has taken into account any potential scope

reductions. Mr. Corthell answered yes, that this item has been reviewed and

determined to be necessary at this time, as well as within any projected

reductions in scope.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, and 3-Z were

considered in one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontractor Modification to Kiewit Infrastructure South Co., on BP-S00170,

South Terminal C, Phase 1 - Underground Electrical Distribution (GMP

No. 5-S.6), for the total lump sum amount of $459,001.00, with funding from

General Airport Revenue Bonds.

X. Subcontractor Modification for BP-S00173 (GMP No. 7-S.3) with Kirlin Florida, LLC for CR0258.4-LST-Bulletin 12-HVAC and Plumbing. Mr. Corthell presented

the memorandum, requesting approval for Turner-Kiewit Joint Venture (TKJV) to

issue a Subcontract Modification on BP-S00173, South Terminal C, Phase 1,

Landside Terminal, MEP Systems - FDOT (GMP No. 7-S.3), at the Orlando

International Airport, in the total deductive amount of ($36,103.00) to Kirlin

Florida, LLC for CR0258.4-LST-Bulletin 12-HVAC and Plumbing. Bid Package BP

23.0.0 "Plumbing and HVAC" was previously awarded via CR0239 to Kirlin Florida,

LLC, CC No. 20190205.02FI

Minutes of the Construction Committee Meeting, June 9, 2020

Page 31 of 38

TKJV is proposing a subcontract modification to Kirlin Florida, LLC in the

total deductive lump sum amount of ($36,103.00) for CR0258.4-7S.3-LST-Bulletin

12-HVAC and Plumbing. The modified scope of work consists of all additional

HVAC and plumbing work resulting from LST Bulletin 12 due to necessary

rerouting and coordination of MEP systems to accommodate the Baggage Handling

System (BHS) design, excluding equipment previously covered in CR 258.3.

The approval of this subcontract modification to Kirlin Florida, LLC resolves

all requests for cost and time associated with the HVAC and Plumbing scope,

excluding equipment covered in CR 0258.3, in GMP No. 7-S.3. The following is

the list of all remaining CRs associated with LST Bulletin 12 that have been

or will be submitted:

GMP No. 7-S-CR0258-Structural Steel and Concrete (Approved; CC No.

20190219.02C)

GMP No. 7-S.1-CR0381-Low Voltage Only (Approved; CC No. 20191008.02B)

GMP No. 7-S.1-CR0381.1-Doors, Frames, Hardware, Interior Glazing and

Drywall (Submitted)

GMP No. 7-S.2 included in the subcontracts.

GMP No. 7-S.3-CR0258.3-Kirlin Equipment Only (Approved; CC No.

20190806.03J)

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontractor Modification for this project is as follows:

TKJV to issue a subcontract modification to Kirlin

Florida, LLC in the deductive lump sum amount of: $ (36,103.00)

Add to P1 Owner Contingency: $ 36,103.00

Due to the funding source of this GMP No. 7-S.3, Turner-Kiewit Joint Venture

proposed a 10% DBE participation goal for Construction Services, in lieu of

MWBE and LDB participation goals. As such, Turner-Kiewit Joint Venture’s

committed MWBE and LDB Construction Services goals are not affected by this

modification. The subcontractor identified and committed to participate on

BP-S00173 (GMP No. 7-S.3) for this subcontract modification is Kirlin Florida,

LLC (Non-MWBE/LDB/VBE). This modification results in an addition to Kirlin

Florida, LLC's DBE subcontractor, Freedom Insulation, Inc., in the amount of

$40,735.00.

Ms. Sharman asked if this item has taken into account any potential scope

reductions. Mr. Corthell answered yes, that this item has been reviewed and

determined to be necessary at this time, as well as within any projected

reductions in scope.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, and 3-Z were

considered in one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontractor Modification to Kirlin Florida, LLC on BP-S00173, South Terminal

C, Phase 1, Landside Terminal, MEP Systems - FDOT (GMP No. 7-S.3), for the

total deductive lump sum amount of ($36,103.00), with funding credited to

Passenger Facility Charges.

Minutes of the Construction Committee Meeting, June 9, 2020

Page 32 of 38

Y. Subcontractor Modification for BP-S00173 (GMP No. 7-S.3) with Kirlin Florida, LLC for CR0791-LST-RFI 2309 Grease Interceptor Removal. Mr. Corthell presented

the memorandum, requesting approval for Turner-Kiewit Joint Venture (TKJV) to

issue a Subcontract Modification on BP-S00173, South Terminal C, Phase 1,

Landside Terminal, MEP Systems - FDOT (GMP No. 7-S.3), at the Orlando

International Airport, in the total deductive amount of ($82,589.00) to Kirlin

Florida, LLC for CR0791-LST-RFI 2309 Grease Interceptor Removal. Bid Package

BP 23.0.0 "Plumbing and HVAC" was previously awarded via CR0239 to Kirlin

Florida, LLC, CC No. 20190205.02H

TKJV is proposing a subcontract modification to Kirlin Florida, LLC in the

total deductive lump sum amount of ($82,589.00) for CR0791-LST-RFI 2309 Grease

Interceptor Removal. The modified scope of work consists of credits associated

with the removal of two grease traps, underground vents and all underground

grease waste piping, per RFI 2309.

The approval of this subcontract modification to Kirlin Florida, LLC resolves

all requests for cost and time associated with RFI 2309 in GMP No. 7-S.3.

There are no cost impacts to GMP Nos. 7-S, 7-S.1, 7-S.2 and 7-S.4.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontractor Modification for this project is as follows:

TKJV to issue a subcontract modification to Kirlin

Florida, LLC in the deductive lump sum amount of: $ (82,589.00)

Add to P1 Owner Contingency: $ 82,589.00

Due to the funding source of this GMP No. 7-S.3, Turner-Kiewit Joint Venture

proposed a 10% DBE participation goal for Construction Services, in lieu of

MWBE and LDB participation goals. As such, Turner-Kiewit Joint Venture’s

committed MWBE and LDB Construction Services goals are not affected by this

modification. The subcontractor identified and committed to participate on

BP-S00173 (GMP No. 7-S.3) for this subcontract modification is Kirlin Florida,

LLC (Non-MWBE/LDB/VBE). There is no small business participation associated

with this modification.

Ms. Sharman asked if this item has taken into account any potential scope

reductions. Mr. Corthell answered yes, that this item has been reviewed and

determined to be necessary at this time, as well as within any projected

reductions in scope.

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, and 3-Z were

considered in one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontractor Modification to Kirlin Florida, LLC on BP-S00173, South Terminal

C, Phase 1, Landside Terminal, MEP Systems - FDOT (GMP No. 7-S.3), for the

total deductive lump sum amount of ($82,589.00), with funding credited to

Passenger Facility Charges and General Airport Revenue Bonds.

Minutes of the Construction Committee Meeting, June 9, 2020

Page 33 of 38

Z. Subcontractor Award for BP-S00181 (GMP No. 8-S.1) with VSC Fire & Security, Inc. for CR0946-8S.1-GTF-Early Release Fire Suppression Award. Mr. Corthell

presented the memorandum, requesting approval for Turner-Kiewit Joint Venture

(TKJV) to issue a Subcontract Award on BP-S00181, South Terminal C, Phase 1 -

Ground Transportation Facility (GMP No. 8-S.1), at the Orlando International

Airport, in the total amount of $93,600.00 to VSC Fire & Security, Inc. for

CR0946-8S.1-GTF-Early Release Fire Suppression Award. GMP No. 8-S.l was

previously awarded to Turner-Kiewit Joint Venture via Addendum No. 26, CC No.

20191217.010.

TKJV is proposing a directly negotiated Subcontract Award to VSC Fire &

Security, Inc. in the total lump sum amount of $93,600.00 for the Ground

Transportation Facility Early Release Fire Suppression award. Bid package

21.0.0 for the GTF Fire Suppression scope was first bid on September 24, 2019.

Two bids were received. The low bidder was non-responsive for failure to

include a bid bond and failure to comply with the small business requirements.

The budget was re-evaluated and the bid package was rebid on January 9, 2020.

Two bids were received and both bidders were more than 100% over the budget.

Both bidders were provided another opportunity to submit pricing. VSC Fire &

Security, Inc. was the lowest responsive bidder and was recommended for award

in April 2020. Before the award was approved, the Aviation Authority suspended

a portion of the GTF, which requires a re-design of the existing space. TKJV

recommends this early release award for work that is required and a change

order will be submitted for the rest of the fire suppression scope once the

final GTF design is known. This early release award includes submittals, shop

drawings and BIM coordination for the entirety of the fire suppression scope

of work, and material and installation of sleeves and fittings necessary to

support the ongoing cast-in-place concrete work.

The approval of this subcontract award to VSC Fire & Security, Inc. resolves

all requests for costs and time associated with CR0946-8S.1 Ground

Transportation Facility (GTF) Early Release Fire Suppression scope of work.

This is a result of the reduction in scope of the GTF. It is for the "knuckle”

area only.

TKJV has submitted documentation including the subcontractor's proposal to

support their request, an independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontractor Award for this project is as follows:

TKJV to issue a subcontract award to VSC Fire &

Security, Inc. in the lump sum amount of: $ 93,600.00

Current GMP Line Item 38 value: $ 636,000.00

Deduct from GMP line item: $ (93,600.00)

Remaining GMP Line Item 38 value: $ 542,400.00

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00181 (GMP No. 8-S.1) for this subcontract award is VSC

Fire & Security, Inc. (Non-MWBE/LDB/VBE). There is 22.5% MWBE participation

associated with this award.

Ms. Sharman asked if this item has taken into account any potential scope

reductions. Mr. Corthell answered yes, that this item has been reviewed and

determined to be necessary at this time, as well as within any projected

reductions in scope.

Minutes of the Construction Committee Meeting, June 9, 2020

Page 34 of 38

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L,

3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, 3-V, 3-W, 3-X, 3-Y, and 3-Z were

considered in one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontractor Award to VSC Fire & Security, Inc. on BP-S00181, South Terminal

C, Phase 1 - Ground Transportation Facility (GMP No. 8-S.1), for the total

lump sum amount of $93,600.00, with funding from Customer Facility Charges and

General Airport Revenue Bonds.

SOUTH TERMINAL C

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE ARCHITECT OF RECORD SERVICES FOR THE

SOUTH TERMINAL C, PHASE 1 AGREEMENT WITH HNTB CORPORATION FOR DESIGN SERVICES FOR

W-S00110, SOUTH TERMINAL C, PHASE 1 - ARCHITECT OF RECORD SERVICES, AT THE ORLANDO

INTERNATIONAL AIRPORT.

4. [A handout was presented, which includes a revised Memorandum and Supporting

Documentation.] Mr. Ruohomaki presented the memorandum, dated June 9, 2020, along

with a proposal from HNTB Corporation, dated June 3, 2020, to provide design services related to the deferred elements of the Airside Concourse, Ground Transportation

Facility, Landside Civil/Site Logistics, Airfield Civil, Airfield Fuel, BHS, GSE and

related STC and RAC elements.

Services include immediately initiating early design related assistance to the

Aviation Authority, OAR, Construction Managers, Vanderlande (DBOM Contractor), and

Burns Engineering, while the construction scopes of the deferred projects are further

refined. An additional design proposal will be submitted at a later date for the

required contract document changes associated with each deferred project for

consideration by Construction Committee and the Aviation Authority Board.

If approved, these services would be effective June 9, 2020.

The Office of Small Business Development has reviewed the qualifications of the

subject contract's MWBE/LDB/VBE specifications and determined that HNTB Corporation

has not identified any small business participation at this time. [Subsequent to

the meeting, the Office of Small Business Development submitted an OSBD Participation

Memorandum as Information Item No. 7-G on the June 23, 2020, Construction Committee

Agenda.]

Chairman Thornton asked if the fees associated with this request were included in

the post-reduction budget. Mr. Ruohomaki answered yes.

Ms. Sharman stated that HNTB Corporation was already awarded lump sum fees on the

major design and asked if the not-to-exceed fees were for subcontractors or specialty

design. Chairman Thornton responded that this is to modify the design to remove the

Phase 1 Expansion scope of work. Mr. Ruohomaki added that the original design was

done and this is only for the mission critical portions of the redesign.

Ms. Sharman asked if this should be presented to the Board. Chairman Thornton stated

that the Aviation Authority Board gave the directive for the reductions, and in

order to accomplish the reductions within the required timeframe, this work needs

to proceed without delay. Legal Counsel added that it can be referenced in the next

associated Board Item, but that it is not necessary to get additional authorization

for this request.

Mr. Hunt asked if the funding had been verified. Ms. Sharman replied that this item

is subject to the Construction Finance Oversight Committee (CFOC).

Minutes of the Construction Committee Meeting, June 9, 2020

Page 35 of 38

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call, with

all votes yea, to approve an Addendum to the Architect of Record Services for the

South Terminal C, Phase 1 Agreement with HNTB Corporation for Design Services for

W-S00110 South Terminal C, Phase 1 - Architect of Record Services (and Major Subs),

for a total not-to-exceed fee amount of $249,900.00, with funding from General

Airport Revenue Bonds; subject to the CFOC. [Subsequent to the Construction Committee

meeting, the CFOC consensed the funding at the meeting held on July 7, 2020, as

outlined above.]

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE PROGRAM AND PROJECT MANAGEMENT SERVICES

FOR THE SOUTH TERMINAL C, PHASE 1 AGREEMENT WITH COST MANAGEMENT, INC., DBA CMI FOR

PASSIVE OPTICAL LOCAL AREA NETWORK (PON) SERVICES FOR W-S00111, SOUTH TERMINAL C,

PHASE 1 - PROGRAM & PROJECT MANAGEMENT SERVICES (OAR), AT THE ORLANDO INTERNATIONAL

AIRPORT.

5. [A handout was presented, which includes a revised Memorandum and Supporting

Documentation.] Ms. Fischetti presented the memorandum, dated June 9, 2020, along

with a proposal from Cost Management, Inc., dated June 3, 2020, to provide services

related to the second product demonstration to be performed by the proposing PON

manufacturers in July 2020.

Services include assistance to the Aviation Authority staff in the areas of pre-test

set-up with the IT Department, participation in the PON manufacturer voluntary second

product demonstrations, evaluate proposal responses for each demonstration, and

participation in required meetings.

If approved, these services would be effective June 9, 2020.

The Office of Small Business Development has determined that due to the specialized

scope of the services to be provided, Cost Management, Inc. does not propose any

MWBE/LDB/VBE participation on this Addendum. [Subsequent to the meeting, the Office

of Small Business Development submitted an OSBD Participation Memorandum as

Information Item No. 7-H on the June 23, 2020, Construction Committee Agenda.]

Chairman Thornton asked for an explanation of the deliverables associated with the

request. Mr. Ruohomaki answered that this is for a complete repeat of the testing

set-up and services from Hahn Integrated Systems, Inc.

Ms. Sharman asked why Item No. 5 is for not-to-exceed fees and Item No. 6 is for

lump sum fees. Mr. Ruohomaki stated that Item No. 5 is for not-to-exceed fees, as

is typical for OAR type services. Chairman Thornton stated that Burns Engineering,

Inc. has a well-defined scope but that the Hahn Integrated Systems, Inc. fees will

depend on the utilization rate of services. Mr. Hahn added that this is to reset

the test lab, participate in the retesting, review and evaluation services, and

meeting participation. Chairman Thornton stated that the services provided by Hahn

Integrated Systems, Inc. will have a level of variability that make not-to-exceed

fees appropriate.

Mr. Hunt asked if this item is subject to the Construction Finance Oversight Committee

(CFOC). Ms. Sharman answered that she had received confirmation from Finance that

this item will not require CFOC.

Agenda Item Nos. 5 and 6 were considered in one motion.

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried by roll-call, with

all votes yea, to approve an Addendum to the Program and Project Management Services

for the South Terminal C, Phase 1 Agreement with Cost Management, Inc. for Passive

Optical Local Area Network (PON) Services for W-S00111, South Terminal C, Phase 1 -

Program & Project Management Services (OAR), for a total not-to-exceed fee amount

of $22,156.00, with funding from General Airport Revenue Bonds.

Minutes of the Construction Committee Meeting, June 9, 2020

Page 36 of 38

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE TECHNOLOGY AND MULTI-MEDIA SYSTEMS

SPECIALTY ENGINEER FOR THE SOUTH TERMINAL C, PHASE 1 AGREEMENT WITH BURNS

ENGINEERING, INC. FOR PASSIVE OPTICAL LOCAL AREA NETWORK (PON) SERVICES FOR W-S00113,

SOUTH TERMINAL C, PHASE 1 - TECHNOLOGY AND MULTI-MEDIA SERVICES, AT THE ORLANDO

INTERNATIONAL AIRPORT.

6. [A handout was presented, which includes a revised Memorandum and Supporting

Documentation.] Ms. Fischetti presented the memorandum, dated June 9, 2020, along

with a proposal from Burns Engineering, Inc., dated May 27, 2020, to provide services

related to the second product demonstration to be performed by the proposing PON

manufacturers in July 2020.

Services include assistance to the Aviation Authority staff in the areas of pre-test

setup with the IT Department, participation in the PON manufacturer product

demonstrations, develop the evaluation spreadsheet of each product demonstration,

and participation in required meetings. The proposal includes Burns Engineering,

Inc.’s staff and subconsultant personnel on a lump sum basis.

If approved, these services would be effective June 9, 2020.

Consultant shall, with each monthly invoice, certify that the assigned work and

services are on schedule to be completed within the contracted lump sum price, or

provide at time of certification a written notice to the Aviation Authority of any

deviations.

The Office of Small Business Development has determined that due to the specialized

scope of the services to be provided, Burns Engineering, Inc. does not propose any

MWBE/LDB/VBE participation on this Addendum. [Subsequent to the meeting, the Office

of Small Business Development submitted an OSBD Participation Memorandum as

Information Item No. 7-I on the June 23, 2020, Construction Committee Agenda.]

Ms. Sharman asked why Item No. 5 is for not-to-exceed fees and Item No. 6 is for

lump sum fees. Mr. Ruohomaki stated that Item No. 5 is for not-to-exceed fees, as

is typical for OAR type services. Chairman Thornton stated that Burns Engineering,

Inc. has a well-defined scope, but that the Hahn Integrated Systems, Inc. fees will

depend on the utilization rate of services. Mr. Hahn added that this is to reset

the test lab, participate in the retesting, review and evaluation services, and

meeting participation. Chairman Thornton stated that the services provided by Hahn

Integrated Systems, Inc. will have a level of variability that make not-to-exceed

fees appropriate.

Mr. Hunt asked if this item is subject to the Construction Finance Oversight Committee

(CFOC). Ms. Sharman answered that she had received confirmation from Finance that

this item will not require CFOC.

Agenda Item Nos. 5 and 6 were considered in one motion.

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried by roll-call with all

votes yea, to approve an Addendum to the Technology and Multi-Media Systems Specialty

Engineer for the South Terminal C, Phase 1 Agreement with Burns Engineering, Inc.

for Passive Optical Local Area Network (PON) Services for W-S00113, South Terminal

C, Phase 1 - Technology and Multi-Media Services, for a total lump sum fee amount

of $28,356.00, with funding from General Airport Revenue Bonds.

Minutes of the Construction Committee Meeting, June 9, 2020

Page 37 of 38

GENERAL

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO. 5 TO THE CONTINUING ENVIRONMENTAL

CONSULTING SERVICES AGREEMENT WITH VANASSE HANGEN BRUSTLIN, INC. FOR ADDITIONAL

REVISIONS OF POITRAS PROPERTY CONSERVATION EASEMENT, AT THE ORLANDO INTERNATIONAL

AIRPORT.

7. [A handout was presented, which includes a new Supporting Documentation.]

r. Sorondo presented the memorandum, dated June 9, 2020, along with a proposal from

Vanasse Hangen Brustlin, Inc., dated May 21, 2020, to provide Additional Revisions

of the Poitras Property Conservation Easement, at the Orlando International Airport.

Between March 2017 and February 2020, the Construction Committee has approved Not-

to-Exceed (NTE) Fees and NTE Expenses for Addendum No. 5 and four Amendments to

Addendum No. 5 to the above-referenced agreement, in the following amounts:

CCM Approval Date Addendum / Amendment NTE Fee NTE Expense

March 28, 2017 Addendum No. 5 $22,550.00 $75.00

October 10, 2017 Amendment No. 1 $42,042.00 $225.00

January 22, 2019 Amendment No. 2 $39,686.00 $405.00

August 20, 2019 Amendment No. 3 $24,526.00 $3,990.00

February 25, 2020 Amendment No. 4 $1,524.00 ($1,524.00)

TOTALS $130,328.00 $3,171.00

Since that time, it has been discovered that additional conservation easement release

permitting services are needed for the Poitras Property at the Orlando International

Airport as further described in Consultant's proposal, dated May 21, 2020.

If approved, these services would be effective June 9, 2020.

The Office of Small Business Development has reviewed the qualifications of the

subject contract's MWBE/LDB/VBE specifications and determined that, due to the

limited scope of the required services, Vanasse Hangen Brustlin, Inc. does not

propose any small business participation on this Amendment.

Chairman Thornton stated that this will add value to the property which will come

back to the Aviation Authority.

Upon motion of Ms. Sharman, second by Mr. Hunt, vote carried by roll-call, with all

votes yea, to approve an Amendment to Addendum No. 5 to the Continuing Environmental

Consulting Services Agreement with Vanasse Hangen Brustlin, Inc. for Additional

Revisions of Poitras Property Conservation Easement, for the total amount of

$36,646.00, which includes the not-to-exceed fee amount of $28,686.00 and the not-

to-exceed reimbursable expense amount of $7,960.00, with funding from previously-approved Discretionary Funds.

REQUEST FOR RECOMMENDATION OF APPROVAL OF NO-COST ADDENDA TO THE CONTINUING VERTICAL

CONSTRUCTION SERVICES AGREEMENTS TO EXERCISE THE SECOND AND FINAL ONE-YEAR RENEWAL

OPTION.

8. Ms. Anderson presented the memorandum, dated June 9, 2020, to request for

recommendation of approval of No-Cost Addenda to the Continuing Vertical Construction

Services Agreements to Exercise the Second and Final One-Year Renewal Option, at the

Orlando International Airport. In October 2016, the Aviation Authority Board

approved Continuing Vertical Construction Services Agreements with the below listed

firms. The provisions in the agreements include a base three-year term with two

subsequent optional one-year renewal periods upon mutual agreement of the parties.

Each firm's first one-year renewal option expires as follows:

On TUESDAY, JUNE 23, 2020, the CONSTRUCTION COMMITTEE met in regular session

telephonically with the meeting live streamed on You Tube (www.OrlandoAirports.net).

Chairman Thornton called the meeting to order at 8:36 a.m. The meeting was posted

in accordance with Florida Statutes with a quorum participating. Office of the

Governor, Executive Order Number 20-69

Participating Committee members,

Stanley J. Thornton, Chairman

Kathleen Sharman, Chief Financial Officer

Mike Patterson, Director of Construction

Gary Hunt, Director of Maintenance

Denise Schneider, Assistant Director of Purchasing and Material Control

Also participating:

Karen Ryan, Legal Counsel (Nelson Mullins Broad & Cassel)

Dan Carrington, GOAA Environmental

Greg Watson, GOAA Construction

Scott Shedek, GOAA Construction

Alex Sorondo, HNTB Corporation

Chris Kieffer, A2 Group, Inc.

Don Corthell, PSA Management, Inc.

Jamie McGonagill, Geotech Consultants International, Inc. dba GCI, Inc.

Tara Ciaglia, Recording Secretary

LOBBYIST DISCLOSURE

Parties present were reminded that for individuals who conduct lobbying activities

with Aviation Authority employees or Board members, registration with the Aviation

Authority is required each year prior to conducting any lobbying activities. A

statement of expenditures incurred in connection with those lobbying instances should

also be filed prior to April 1st of each year for the preceding year. As of January

16, 2013, lobbying any Aviation Authority Staff who are members of any committee

responsible for ranking Proposals, Letters of Interest, Statements of Qualifications

or Bids and thereafter forwarding those recommendations to the Board and/or Board

Members is prohibited from the time that a Request for Proposals, Request for Letters

of Interests, Request for Qualifications or Request for Bids is released to the time

that the Board makes an award. As adopted by the Board on September 19, 2012,

lobbyists are now required to sign-in at the Aviation Authority offices prior to any

meetings with Staff or Board members. In the event a lobbyist meets with or otherwise

communicates with Staff or a Board member at a location other than the Aviation

Authority offices, the lobbyist shall file a Notice of Lobbying (Form 4) detailing

each instance of lobbying to the Aviation Authority within 7 calendar days of such

lobbying. As of January 16, 2013, lobbyists will also provide a notice to the

Aviation Authority when meeting with the Mayor of the City of Orlando or the Mayor

of Orange County at their offices. The policy, forms, and instructions are available

in the Aviation Authority’s offices and the website. Please contact the Director

of Board Services with questions at (407) 825-2032.

ANNOUNCEMENT

Any appeals of decisions made by the Construction Committee must be filed with the

Chief Executive Officer within five business days (no later than 4:00 p.m. on the

fifth business day) of the rendering of that decision. If a bidder or proposer is

aggrieved by any of the proceedings of today’s meeting and wishes to appeal the

results of actions made by this committee, they must file an appeal stating the item

they wish to appeal and the basis for which they wish to appeal, and it must be

received in writing by the Chief Executive Officer, Mr. Phillip N. Brown, via email

[email protected], with a copy to [email protected] (emails will be accepted during the

COVID-19 pandemic.)

tara.ciaglia
Text Box
ITEM 1-B 10/6/2020

Minutes of the Construction Committee Meeting, June 23, 2020

Page 2 of 47

COVID-19 ANNOUNCEMENT

Due to COVID-19, the Aviation Authority is adhering to a business distancing

operational plan. Please note that all Construction Committee meetings from today

until further notice will be held telephonically. If you would like to speak at the

meeting on an agenda item being considered, please contact the Recording Secretary,

Tara Ciaglia ([email protected] -or- 407-825-4461) no less than 24 hours in

advance of the meeting. Otherwise, the Construction Committee will be conducted

virtually via: https://global.gotomeeting.com/join/337969773.

CHANGE ORDER AGENDA

1. The following Change Orders were presented for consideration:

A. Change Order BP-00491-09 VARIOUS REVISIONS. This change order to the contract with H. W. Davis Construction, Inc. for West Security Screening Check Point

Expansion - Package 2 is to: 1. Provide labor, material, and equipment to

install 80 headed stud anchors on existing Level 3 steel beams at Column Line

F.5 and H, and Column Line 6.9. This work will increase structural capacity

for BP-00491 screening equipment loading. Scope of work includes coring

existing concrete deck, installing headed stud anchors, and utilizing high

strength grout to repair concrete cores. This change order replaces Field

Change Order No. 1. ADD: $17,537.00; 2. Provide labor, material, and equipment

for additional fire sprinkler work as part of Bulletin No. 5. ADD: $2,660.00;

3. Provide labor, material, and equipment to install an additional 80 LF of

4" sanitary sewer on Level 2 to tie into existing sanitary sewer line. ADD:

$5,204.00; and, 4. Provide labor, material, and equipment to remove and re-

install approximately 60 feet of 4" sanitary vent piping to Room 04-4118. ADD:

$9,134.00.

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried by roll-call

with all votes yea, to approve Change Order BP-00491-09, for a total amount

of $34,535.00 and no time extension, with funding from previously-approved

Capital Expenditure Funds and General Airport Revenue Bonds.

B. Change Order E-00238-02 ADDITIONAL FIRE WATCH PERSONNEL. This change order to the contract with Electric Services, Inc. for Airside 4 Fire Pump

Replacement is to provide additional Aviation Authority photo-badged personnel

as required to provide one additional person for up to an additional four days

on fire watch at all times, 24 hours a day, once the old system is taken

offline and until the new equipment is fully operational. Fire watch will

consist of full time roving of both ramp and transfer levels. This change

order replaces Field Change Order No. 1. ADD: $6,471.65.

Upon motion of Ms. Sharman, second by Mr. Hunt, vote carried by roll-call with

all votes yea, to approve Change Order E-00238-02, for a total amount of

$6,471.65 and no time extension, with funding from previously-approved Capital

Expenditure Funds.

C. Change Order H-00332-01 ADDITIONAL SPALL REPAIRS. This change order to the contract with Valencia Construction Group, Inc. for MCO Employee Parking Bus

Loop Pavement Rehabilitation - Phase 2 is the final change order and provides

all labor, material, and equipment to perform two additional spall repairs at

the contract unit rate of $1,021.11/spall repair, increasing the quantity from

six spall repairs to eight spall repairs. This change order replaces Field

Change Order No. 1. ADD: $2,042.22.

Upon motion of Ms. Sharman, second by Mr. Hunt, vote carried by roll-call with

all votes yea, to approve Change Order H-00332-01, for a total amount of

$2,042.22 and no time extension, with funding from previously-approved

Operation and Maintenance Funds.

Minutes of the Construction Committee Meeting, June 23, 2020

Page 3 of 47

[Chairman Thornton left the meeting at 8:42 a.m.; a quorum was maintained with

Ms. Sharman as Vice Chair.]

D. Change Order PS-00329-15 SOFTWARE SOLUTION UPGRADE. This change order to the contract with SKIDATA, Inc. for Parking Access and Revenue Control System

(PARCS) - Excludes 5-Year Maintenance is to provide all labor and software to

upgrade the current Commend (intercom) system to the VirtuoSIS software

solution. ADD: $19,728.00

Upon motion of Ms. Schneider, second by Mr. Hunt, vote carried by roll-call

with all votes yea, to approve Change Order PS-00329-15, for a total amount

of $19,728.00 and no time extension, with funding from previously-approved

Airport Facility Discretionary Fund, Capital Expenditure Funds, and

Improvement and Development Funds.

CONSTRUCTION MANAGEMENT AT RISK (CM@R) GUARANTEED MAXIMUM PRICE (GMP) BUDGET, BUYOUT,

AND CONTINGENCY MANAGEMENT REQUESTS AGENDA

2. The following GMP Budget, Buyout, and Contingency Management requests (related

to the South Terminal C, Phase One Project) were presented for consideration:

A. Subcontract Modification for BP-S00138 (GMP No. 5-S.1) with Berkel & Company Contractors, Inc. for CR0900-5S.1-GTF-Extended Scheduled OUC Shutdown.

Mr. Corthell presented the memorandum, requesting approval for Turner-Kiewit

Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00138, South

Terminal C, Phase 1 – Landside Deep Foundations (GMP No. 5-S.1), at the Orlando

International Airport, in the total amount of $28,353.00 to Berkel & Company

Contractors, Inc. for CR0900-5S.1-GTF-Extended Scheduled OUC Shutdown. Bid

Package 31.0.0 "Augercast Piles" was previously awarded within GMP No. 5-S.1

"Landside Deep Foundations" to Berkel & Company Contractors, CC

No. 20171010.013.

TKJV is proposing a subcontractor modification to Berkel & Company Contractors,

Inc. in the total lump sum amount of $28,353.00 for CR0900-5S.1-GTF-Extended

Scheduled OUC Shutdown. Berkel & Company Contractors, Inc. was approved for

an additional 42 workdays of GTF Pile Installations under GMP No. 5-S.1

Amendment No. 1, CC No.20190604.007. Berkel & Company Contractors, Inc. as

worked progressed, TKJV identified an existing underground power conduit that

ran close to Pile 1512. TKJV performed underground investigations to locate

the conduit, which was found to be approximately two feet from the designed

location of Pile 1512. TKJV, OAR and GOAA agreed that the best course of action

was to deactivate the power conduit during the installation of Pile 1512 to

avoid any accidental contact. TKJV and OAR scheduled a power shutdown with OUC

for the first available time, which was on January 10, 2020. The modified

scope of work captured in this request consists of all costs and time associated

with the three additional calendar days to Berkel & Company Contractors, Inc.

approved duration, due to the deferment of Pile completion operations.

The approval of this subcontract modification request to Berkel & Company

Contractors, Inc. resolves all requests for costs associated with the scope

of work as described CR0900-5S.1-GTF Extended Scheduled OUC Shutdown. The OAR

is evaluating TIA 067 and any additional time recommended to be granted will

be submitted at a future CCM.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

Minutes of the Construction Committee Meeting, June 23, 2020

Page 4 of 47

The effect of this Subcontract Modification for this project is as follows:

TKJV to issue a subcontract modification to Berkel &

Company Contractors, Inc. in the lump sum amount of: $ 28,353.00

Deduct from P1X CMAR Contingency: $ (28,353.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00138 (GMP No. 5-S.1) for this subcontract modification is

Berkel & Company Contractors, Inc. (Non-MWBE/LDB/VBE). There is no small

business participation associated with this modification.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, 2-DD, 2-EE, 2-FF, 2-GG, 2-HH, 2-II, 2-JJ, and 2-KK were considered in

one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontract Modification to Berkel & Company Contractors, Inc. on BP-S00138,

South Terminal C, Phase 1 – Landside Deep Foundations (GMP No. 5-S.1), for the

total lump sum amount of $28,353.00, with funding from Customer Facility

Charges and General Airport Revenue Bonds.

B. Subcontract Modification for BP-S00139 (GMP No. 5-S.2) with The Middlesex Corporation for CR0621.1-5S.2-LSC-RFI 2544-Additional Conveyance Drainage for

LST. Mr. Corthell presented the memorandum, requesting approval for Turner-

Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00139,

South Terminal C, Phase 1 – Landside Civil (GMP No. 5-S.2), at the Orlando

International Airport, in the total amount of $57,782.00 to The Middlesex

Corporation for CR0621.1-5S.2-LSC-RFI 2544-Additional Conveyance Drainage for

LST. Bid Package 31.0.0 "Sitework" was previously awarded within GMP No.

5-S.2 to The Middlesex Corporation, CC No. 20180504.05A.

TKJV is proposing a subcontract modification to The Middlesex Corporation in

the total lump sum amount of $57,782.00 for CR0621.1-5S.2-LSC-Additional

Conveyance Drainage for LST. LST Drawing P1.10.08 notes that for "underground

storm refer to civil engineering drawings for continuation". The LSC drawings

do not show this continuation, so RFI 2544 was submitted. The EOR provided new

sheets for the LST drainage connection for plumbing roof storm drainage to

civil storm lines not shown on the drawings. CR0621 was submitted and approved

for costs and time associated with RFI 2544, CC No. 20200218-3­V. However,

CR0621.1 submitted by TKJV on May 20, 2020, clarifies that the previously

approved CR0621 only addressed the LST portion and that costs and time

associated with RFI 2544 for the LSC portion remained to be resolved in this

CR. The modified scope of work captured in this request consists of all labor,

material and equipment costs associated with connecting plumbing roof leaders

to civil storm lines based on RFI 2544 response.

The approval of this subcontract modification to The Middlesex Corporation

resolves all requests for costs and time associated with RFI 2544 in GMP No.

5-S.2. All cost impacts to GMP No. 7-S.3 were resolved in approved CR0621 CC

No. 20200218-3-V. No further CRs associated with RFI 2544 will be submitted.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

Minutes of the Construction Committee Meeting, June 23, 2020

Page 5 of 47

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontract Modification for this project is as follows:

TKJV to issue a subcontract modification to The

Middlesex Corporation in the lump sum amount of: $ 57,782.00

Deduct from P1 CMAR Contingency: $ (57,782.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00138 (GMP No. 5-S.1) for this subcontract modification is

The Middlesex Corporation (Non-MWBE/LDB/VBE). There is 5.4% LDB participation

associated with this modification.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, 2-DD, 2-EE, 2-FF, 2-GG, 2-HH, 2-II, 2-JJ, and 2-KK were considered in

one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontract Modification to The Middlesex Corporation on BP-S00138, South

Terminal C, Phase 1 – Landside Deep Foundations (GMP No. 5-S.1), for the total

lump sum amount of $57,782.00, with funding from General Airport Revenue Bonds

and Customer Facility Charges.

C. Subcontract Modification for BP-S00139 (GMP No. 5-S.2) with The Middlesex Corporation for CR0671.5-LSC-Hurricane Dorian Preparation and Recovery.

Mr. Corthell presented the memorandum, requesting approval for Turner-Kiewit

Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00139, South

Terminal C, Phase 1 – Landside Civil (GMP No. 5-S.2), at the Orlando

International Airport, in the total amount of $87,689.00 to The Middlesex

Corporation for CR0671.5-LSC-Hurricane Dorian Preparation and Recovery. Bid

Package 31.0.0 "Sitework" was previously awarded within GMP No. 5-S.2 to The

Middlesex Corporation, CC No. 20180504.05A.

TKJV is proposing a subcontract modification to The Middlesex Corporation in

the lump sum amount of $87,689.00 for CR0671.5-LSC-Hurricane Dorian Preparation

and Recovery. The scope of Hurricane Dorian preparatory work consists of all

material, labor and equipment required to secure or remove subcontractor owned

equipment and materials. Work includes the temporary removal of fencing,

removal of MOT, backfilling open holes around incomplete work; grading

additional slopes for drainage, expediting disposal of trash, emptying

dumpsters to prepare for recovery; and preparing fuel pumps for dewatering.

The scope of Hurricane Dorian recovery work includes costs to remobilize the

jobsite including reinstalling MOT, repairing damaged slopes and grades from

heavy rains, reinstalling fence and wind susceptible materials, recovering

materials and removing bands; and removing pumps set up for dewatering.

The approval of this subcontract modification to The Middlesex Corporation

resolves all requests for costs and time associated with Hurricane Dorian

preparation and recovery for GMP No. 5-S.2.

TKJV has submitted documentation, including the subcontractor's proposal to

support their request. An independent cost review is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

Minutes of the Construction Committee Meeting, June 23, 2020

Page 6 of 47

The effect of this Subcontract Modification for this project is as follows:

TKJV to issue a subcontract modification to The

Middlesex Corporation in the lump sum amount of: $ 87,689.00

Deduct from P1 CMAR Contingency: $ (87,689.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00138 (GMP No. 5-S.1) for this subcontract modification is

The Middlesex Corporation (Non-MWBE/LDB/VBE). There is 15.4% MWBE

participation associated with this modification.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, 2-DD, 2-EE, 2-FF, 2-GG, 2-HH, 2-II, 2-JJ, and 2-KK were considered in

one motion.

Ms. Schneider asked if this is the final request related to Hurricane Dorian.

Mr. Corthell replied no, that there are a couple of additional items

forthcoming. Vice Chair Sharman asked if the items in process now are the

last expected. Mr. Corthell answered yes.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontract Modification to The Middlesex Corporation on BP-S00138, South

Terminal C, Phase 1 – Landside Deep Foundations (GMP No. 5-S.1), for the total

lump sum amount of $87,689.00, with funding from Customer Facility Charges and

General Airport Revenue Bonds.

D. Subcontract Modification for BP-S00139 (GMP No. 5-S.2) with The Middlesex Corporation for CR0728-5S.2-LSC-RFI 3504-Tie-in to Existing Service Road and

Detour Striping. Mr. Corthell presented the memorandum, requesting approval

for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on

BP-S00139, South Terminal C, Phase 1 – Landside Civil (GMP No. 5-S.2), at the

Orlando International Airport, in the total amount of $9,698.00 to The

Middlesex Corporation for CR0728-5S.2-LSC-RFI 3504-Tie-in to Existing Service

Road and Detour Striping. Bid Package 31.0.0 "Sitework" was previously awarded

within GMP No. 5-S.2 to The Middlesex Corporation, CC No. 20180504.05A.

TKJV is proposing a subcontract modification to The Middlesex Corporation in

the total lump sum amount of $9,698.00 for CR0728-5S.2-LSC-RFI 3504-Tie-in to

Existing Service Road and Detour Striping. In order to facilitate switching

the canal configuration, TKJV had to install a detour of Terminal C Service

Road. While performing additional reviews of the Scope of work, TKJV identified

scope gap between the GMPs for the installation of the detour road. RFI 3504

was issued to request details for the transition between roads. GMP No. 5-S.2

includes the permanent installation of the Terminal C Service Road, so no

paving of the permanent road, other than the additional asphalt for the

transition in RFI 3504, is included in this request. Striping of the permanent

Terminal C Service Road is also already included in GMP No. 5-S.2; however,

The Middlesex Corporation will need to re-stripe the road after the detour is

removed. Therefore, additional striping of the detour in the areas shown on

the sketch is needed. The modified scope of work consists of all additional

labor, material and equipment costs associated with installing additional

detour for service road to Terminal C, paving transition, restripe Terminal

Service Road C after temporary detour is removed.

Minutes of the Construction Committee Meeting, June 23, 2020

Page 7 of 47

The approval of this subcontract modification to The Middlesex Corporation

resolves all requests for time and costs for the Terminal C Service Rd tie-

in. This request also resolves all time and costs associated with the detour

road installation for GMP No. 5-S.2. CR1054 will resolve all time and costs

associated with the detour road installation for GMP No. 18-S.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost Review is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontract Modification for this project is as follows:

TKJV to issue a subcontract modification to The

Middlesex Corporation in the lump sum amount of: $ 9,698.00

Deduct from P1X CMAR Contingency: $ (4,391.00)

Deduct from P1X Owner Contingency: $ (5,307.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00138 (GMP No. 5-S.1) for this subcontract modification is

The Middlesex Corporation (Non-MWBE/LDB/VBE). There is no small business

participation associated with this modification.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, 2-DD, 2-EE, 2-FF, 2-GG, 2-HH, 2-II, 2-JJ, and 2-KK were considered in

one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontract Modification to The Middlesex Corporation on BP-S00138, South

Terminal C, Phase 1 – Landside Deep Foundations (GMP No. 5-S.1), for the total

lump sum amount of $9,698.00, with funding from General Airport Revenue Bonds.

E. Subcontractor Modification for BP-S00141 (GMP No. 5-S.4) with Schindler

Elevator Corporation for CR0506-LST-RFIs 1657 and 1657.1-Additional Remote

Machine Room for Escalator VFD. Mr. Corthell presented the memorandum,

requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a

Subcontractor Modification on BP-S00141, South Terminal C, Phase 1 – Landside

Conveying Equipment (GMP No. 5-S.4), at the Orlando International Airport, in

the total amount of $39,547.00 to Schindler Elevator Corporation, for CR0506-

LST-RFIs 1657 and 1657.1-Additional Remote Machine Room for Escalator VFD.

Bid Package 14.0.0 "Conveying Systems" was previously awarded within GMP No.

5-S.4 to Schindler Elevator Corporation, CC No. 20181004.007.

TKJV is proposing a subcontract modification to Schindler Elevator Corporation

in the total lump sum amount of $39,547.00 for CR0506-LST-RFIs 1657 and 1657.1-

Additional Remote Machine Room for Escalator VFD. LST RFI1657 response

confirmed placing the Variable Frequency Drive (VFD) in a remote machine room

for LST Escalators 6.1 and 6.2, as coordinated with the escalator manufacturer

and design team to resolve the issue with building steel members and the pit

size dimensions. The modified scope of work consists of additional labor and

material costs for the escalator manufacturer associated with the relocation

of VFDs for LST escalators 6.1 and 6.2.

The approval of this subcontract modification to Schindler Elevator Corporation

resolves all requests for costs and time resulting from RFIs 1657 and 1657.1

Minutes of the Construction Committee Meeting, June 23, 2020

Page 8 of 47

in GMP No. 5-S.4. CR0506.1 was approved at CCM for hollow metal doors in GMP

No. 7-S.1 CC No. 20191001-2-O. CRs for electrical scope in GMP No. 7-S.3, and

firestopping in GMP No. 7-S.1 are forthcoming. No other costs associated with

RFIs 1657 and 1657.1 will be submitted.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontractor Modification for this project is as follows:

TKJV to issue a subcontract modification to Schindler

Elevator Corporation in the lump sum amount of: $ 39,547.00

Deduct from P1 CMAR Contingency: $ (39,547.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00141 (GMP No. 5-S.4) for this subcontract modification is

Schindler Elevator Corporation (Non-MWBE/LDB/VBE). There is no small business

participation associated with this modification.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, 2-DD, 2-EE, 2-FF, 2-GG, 2-HH, 2-II, 2-JJ, and 2-KK were considered in

one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, vote carried to approve Turner-Kiewit Joint Venture to

issue a Subcontractor Modification to Schindler Elevator Corporation on

BP-S00141, South Terminal C, Phase 1 – Landside Conveying Equipment (GMP No.

5-S.4), for the total lump sum amount of $39,547.00, with funding from

Passenger Facility Charges and General Airport Revenue Bonds.

F. Subcontract Modification for BP-S00143 (GMP No. 6-S.1) with BCI, Incorporated for CR0490-6S1-RFI 1545 W2 Curtain Wall Rough Opening Dimension (CWA BP-S143-

027). Mr. Corthell presented the memorandum, requesting approval for Hensel

Phelps Construction (HPC) to issue a Subcontract Modification on BP-S00143,

South Terminal C, Phase 1 - Airside Terminal, Structure and Enclosure (GMP No.

6-S.1), at the Orlando International Airport, in the total amount of $23,642.00

to BCI, Incorporated for CR0490-6S1-RFI 1545 W2 Curtain Wall Rough Opening

Dimension (CWA BP-S143-027). Bid Package 08.01 "Exterior Glass Systems" has

been previously awarded within GMP No. 6-S.1 to BCI, Incorporated, CC No.

20180619.03B.

HPC is requesting to issue a Subcontractor Modification to BCI, Incorporated

in the total Lump Sum amount of $23,642.00 for CR0490-6S1-RFI 1545 W2 Curtain

Wall Rough Opening Dimension. Curtain wall shop drawings were submitted with

floor plan from Al.12.18 Transfer Level floor plan dimension points. Shop

drawings were returned on May 23, 2019, with a note to fabricate to 6-feet 10-

inches per dimension on Al.14.18. The subcontractor requested clarification

on June 20, 2019, since the contract drawings on Al.14.18 showed a dimension

of 6-feet 4-inches. The shop drawings note was interpreted by HPC as a

potential typo, and the subcontractor was instructed to build per the contract

drawings (i.e., 6-feet 4-inches per Al.14.18). After further investigation,

RFI 1545 was issued but the glass had been fabricated to the 6-feet 4-inches

dimension instead of 6-feet 10-inches dimension prior to receipt of RFI 1545

response. The modified scope of work consists of the costs associated with the

Minutes of the Construction Committee Meeting, June 23, 2020

Page 9 of 47

re-fabrication, de­glazing and re-glazing of the Curtain Wall window at

Gridline Intersection N1.9/A19 at the Arrivals Level Area 18, including

framing, per RFI 1545 response and sketches.

The approval of this Subcontractor Modification to BCI, Incorporated resolves

all requests for cost and time resulting from RFI 1545 and closes out CWA BP-

S143-027. Costs for Testing and Inspection, if any, will be submitted via a

future CR.

HPC has submitted documentation including the subcontractor's proposal to

support this request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontract Modification for this project is as follows:

HPC to issue a subcontract modification to BCI,

Incorporated in the lump sum amount of: $ 23,642.00

Deduct from P1 CMAR Contingency: $ (23,642.00)

Hensel Phelps Construction is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00143 (GMP No. 6-S.1) for this subcontract modification is

BCI, Incorporated (Non-MWBE/LDB/VBE). There is no small business participation

associated with this modification.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, 2-DD, 2-EE, 2-FF, 2-GG, 2-HH, 2-II, 2-JJ, and 2-KK were considered in

one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Hensel Phelps Construction to issue a

Subcontract Modification to BCI, Incorporated on BP-S00143, South Terminal C,

Phase 1 - Airside Terminal, Structure and Enclosure (GMP No. 6-S.1), for the

total lump sum amount of $23,642.00, with funding from General Airport Revenue

Bonds.

G. Subcontract Modification for BP-S00143 (GMP No. 6-S.1) with Odyssey

International dba Odyssey Global for CR0597.1-6S1-RFI 2438 Trash Chute Room

Partition Change - Masonry. Mr. Corthell presented the memorandum, requesting

approval for Hensel Phelps Construction (HPC) to issue a Subcontract

Modification on BP-S00143, South Terminal C, Phase 1 - Airside Terminal,

Structure and Enclosure (GMP No. 6-S.1), at the Orlando International Airport,

in the total deductive amount of ($11,931.00) to Odyssey International dba

Odyssey Global for CR0597.1-6S1-RFI 2438 Trash Chute Room Partition Change -

Masonry. Bid Package for BP-S00143 04.01 "Masonry" was previously awarded

within GMP No. 6-S.1 to Odyssey International dba Odyssey Global, CC No.

20180410.008.

HPC is requesting to issue a Subcontractor Modification to Odyssey

International dba Odyssey Global in the total deductive Lump Sum amount of

($11,931.00) for CR0597.1-6S1-RFI 2438 Trash Chute Room Partition Change -

Masonry. RFI 2438 changed the Concrete Masonry Unit (CMU) wall partition in

the Trash Chute Room 02-0691X in the Airside Concourse Transfer Level Area 29

to a rated gypsum wall assembly due to the elevated floor slabs inability to

support a CMU wall. The modified scope of work consists of a credit for the

Minutes of the Construction Committee Meeting, June 23, 2020

Page 10 of 47

materials, labor and equipment for the CMU wall that will no longer be

installed.

The approval of this Subcontractor Modification to Odyssey International dba

Odyssey Global resolves all requests for costs and time resulting from RFI

2438 scope of work in GMP No. 6-S.1. Cost impacts of RFI 2438 for GMPs Nos.

6-S.2 and 6-S.3 will be submitted, respectively, via CR0597.2 and CR0597.3,

for a future CCM approval. There are no cost impacts to GMP Nos. 6-S, 6-S.4,

6-S.5, and 6-S.6.

HPC has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for costs or time.

The effect of this Subcontract Modification for this project is as follows:

HPC to issue a subcontract modification to

Odyssey International dba Odyssey Global in the

deductive lump sum amount of: $ (11,931.00)

Add to P1 Owner Contingency: $ 11,931.00

Hensel Phelps Construction is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00143 (GMP No. 6-S.1) for this subcontract modification is

Odyssey International, Inc. dba Odyssey Global (Non-MWBE/LDB/VBE at the time

of award of the "Masonry" bid package). There is a reduction of 96.9% in MWBE

participation associated with this modification.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, 2-DD, 2-EE, 2-FF, 2-GG, 2-HH, 2-II, 2-JJ, and 2-KK were considered in

one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call

with all votes yea, to approve Hensel Phelps Construction to issue a

Subcontract Modification to Odyssey International dba Odyssey Global on BP-

S00143, South Terminal C, Phase 1 - Airside Terminal, Structure and Enclosure

(GMP No. 6-S.1), for the total deductive lump sum amount of ($11,931.00), with

funding from Aviation Authority Funds.

H. Subcontract Modifications for BP-S00143 (GMP No. 6-S.1) with Odyssey

International dba Odyssey Global; Banker Steel Co., LLC; Kirlin Florida, LLC;

and Randall Mechanical, Inc.; for CR0384-6S1-ASC Bulletin 028 Updates and RFI

1356 (CWA BP-S143-010). Mr. Corthell presented the memorandum, requesting

approval for Hensel Phelps Construction (HPC) to issue Subcontract

Modifications on BP-S00143, South Terminal C, Phase 1 - Airside Terminal,

Structure and Enclosure (GMP No. 6-S.1), at the Orlando International Airport,

in the total amount of $80,608.00 to Odyssey International dba Odyssey Global;

Banker Steel Co., LLC; Kirlin Florida, LLC; and Randall Mechanical, Inc.; for

CR0384-6S1-ASC Bulletin 028 Updates and RFI 1356 (CWA BP-S143-010). Bid

Package for BP-S143 04.01 "Masonry"; 05.01 "Structural Steel and Miscellaneous

Metals"; 21.01 "Fire Suppression" and 23.01 "HVAC" were previously awarded

within GMP No. 6-S.1, respectively, to Odyssey International Inc. dba Odyssey

Global; Banker Steel Co., LLC; Randall Mechanical, Inc.; and Randall

Mechanical, Inc.; CC No. 201800410.008.

Minutes of the Construction Committee Meeting, June 23, 2020

Page 11 of 47

Bid Package 22.01 "Plumbing" was previously awarded within GMP No. 6-S.1 to

Kirlin Florida, LLC, CC No. 20180522.04H.

HPC is requesting to issue the following Subcontractors Modifications to;

1. Odyssey International Inc. dba Odyssey Global in the deductive Lump Sum amount of ($45,041.00) for CR0384-6S1-ASC Bulletin 028 Updates and RFI

1356. The modified scope of work consists of the credits associated with

the deleted Concrete Masonry Unit (CMU) walls from the Tenant Spaces in

Areas 27, 28 and 29 on the Ramp Level;

2. Banker Steel Co., LLC in the Lump Sum amount of $6,369.00 for CR0384-6S1-ASC Bulletin 028 Updates and RFI 1356. The modified scope of work

consists of the costs associated with the removal and the relocation of

the Wind Columns in Areas 27 and 29, between Gridlines B4/X22-X24 and

B4/X29-X30;

3. Kirlin Florida, LLC in the deductive Lump Sum amount of ($35,106.00) for CR0384-6S1-ASC Bulletin 028 Updates and RFI 1356. The modified scope of

work consists of the credits associated with the revised Underground

(UG) and Aboveground (AG) services for the concession spaces in Area 17;

removed water heaters and revised gas line quantities and sizes;

4. Randall Mechanical, Inc. for Fire Suppression in the Lump Sum amount of $2,467.00 for CR0384-6S1-ASC Bulletin 028 Updates and RFI 1356. The

modified scope of work consists of the costs associated with the BIM

Spatial Coordination of areas that were previously coordinated;

5. Randall Mechanical, Inc. for HVAC in the Lump Sum amount of $151,919.00 for CR0384-6S1-ASC Bulletin 028 Updates and RFI 1356. The modified scope

of work consists of the costs associated with the re-routing of ductwork

throughout the Ramp level, elimination of ductwork in Area 26 of the

Ramp Level, relocation of fire dampers from horizontal position to the

wall of shafts, added and deleted fire dampers, and kitchen ductwork

modifications.

HPC will submit Time Impact Analysis (TIA 070) requesting additional time

associated with this scope of work for ASC Bulletin 028.

ASC Bulletin 028 affected the scope of work in GMP Nos. 6-S.1, 6-S.2, 6-S.3,

6-S.4, and 6-S.6. The approval of these Subcontractors Modifications to

Odyssey International Inc. dba Odyssey Global; Banker Steel Co., LLC; Kirlin

Florida, LLC; and Randall Mechanical, Inc. resolves all requests for cost

resulting from ASC Bulletin 028; RFIs 1317, 1477, 1546, 1795, 1175, 1176,

1177, 1356.1, 1477.1, 1672, 1681, 1681.1, 1684 and 1356 in GMP No. 6-S.1 and

closes out CWA BP-S143-010, which covered only a portion of the plumbing scope

of ASC Bulletin 28 and RFI 1356. Costs for patching of Fireproofing and

Insulation, and Testing and Inspection, if any, are excluded and will be

submitted in future CRs. Costs of RFIs 0818, 0818.1, 0818.2 and 0818.3 are

excluded and will be submitted in future CRs. Costs of RFI 1177 associated

with the HVAC scope of work were approved via CC No. 20191203.01A (CR0388-

6S1). Costs of RFI 1356 associated with the Building Concrete scope of work

were approved via CC No. 20200421.03E (CR0529). Impacts of ASC Bulletin 028

to GMP No. 6-S.2 were approved via CC No. 20200204.02G (CR0385-6S2). Impacts

of ASC Bulletin 028 to GMP No. 6-S.3 were approved via CC No. 20200421.03G

(CR0386-6S3). Impacts associated with RFI 1684.1 are included only for the

Doors, Frames and Hardware trade (CR0386-6S3). Impacts of ASC Bulletin 028

to GMP No. 6-S.4 will be submitted via CR0387-6S4 for a future CCM approval.

Impacts to GMP No. 6-S.4 Low Voltage associated with RFI 1684.1 were approved

Minutes of the Construction Committee Meeting, June 23, 2020

Page 12 of 47

via CC No. 20200114.03P (CR0440.2-6S4). Impacts to GMP No. 6-S.1 Masonry

associated with RFI 1684.1 will be submitted for a future CCM approval

(CR0440.1-6S1). Impacts to GMP Nos. 6-S.4 and 6-S.6 associated with RFI 1672

were approved, respectively, via CC No. 20200303.02BB (CR0481), and CC No.

20200324.02PP (CR0509). All other trades impacted by RFI 1684.1 are to be

submitted in future CRs. There are no costs to GMP Nos. 6-S or 6-S.5. The

OAR will evaluate TIA-070 and any additional time recommended to be granted

will be submitted at a future CCM.

Hensel Phelps Construction has submitted documentation including the

subcontractor's proposal to support this request. An independent cost estimate

is included. By approving this request, the Owner does not waive its right to

enforce the contract requirements for other requests for cost or time.

The effect of these Subcontract Modifications for this project is as follows:

HPC to issue a subcontract modification to

Odyssey International dba Odyssey Global in the

deductive lump sum amount of: $ (45,041.00)

HPC to issue a subcontract modification to Banker

Steel Co., LLC in the lump sum amount of: $ 6,369.00

HPC to issue a subcontract modification to Kirlin

Florida, LLC in the deductive lump sum amount of: $ (35,106.00)

HPC to issue a subcontract modification to

Randall Mechanical, Inc. (Fire Suppression) in

the lump sum amount of: $ 2,467.00

HPC to issue a subcontract modification to

Randall Mechanical, Inc. (HVAC) in the lump sum

amount of: $ 151,919.00

Deduct from P1 Owner Contingency: $ (80,608.00)

Hensel Phelps Construction is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractors identified and committed to

participate on BP-S00143 (GMP No. 6-S.1) for these subcontract modifications

are as follows: Odyssey International, Inc. dba Odyssey Global (Non-

MWBE/LDB/VBE at the time of award of the "Masonry" bid package); Banker Steel

Co., LLC (Non-MWBE/LDB/VBE); Kirlin Florida, LLC (Non-MWBE/LDB/VBE); and,

Randall Mechanical, Inc. (Non-MWBE/LDB/VBE). There is no small business

participation associated with the subcontract modifications to Banker Steel

Co., LLC; Kirlin Florida, LLC; and Randall Mechanical, Inc. There is a

reduction of 88.6% in MWBE participation associated with the subcontract

modification to Odyssey International, Inc. dba Odyssey Global.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, 2-DD, 2-EE, 2-FF, 2-GG, 2-HH, 2-II, 2-JJ, and 2-KK were considered in

one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Hensel Phelps Construction to issue Subcontract

Modifications on BP-S00143, South Terminal C, Phase 1 - Airside Terminal,

Structure and Enclosure (GMP No. 6-S.1), for the total amount of $80,608.00,

which includes the deductive lump sum amount of ($45,041.00) to Odyssey

International dba Odyssey Global; the lump sum amount of $6,369.00 to Banker Steel Co., LLC; the deductive lump sum amount of($35,106.00) to Kirlin Florida,

LLC; lump sum amount of $2,467.00 to Randall Mechanical, Inc. (Fire

Suppression); and the lump sum amount of $151,919.00 to Randall Mechanical,

Minutes of the Construction Committee Meeting, June 23, 2020

Page 13 of 47

Inc. (HVAC); with funding from Passenger Facility Charges and General Airport

Revenue Bonds.

I. Subcontract Modification for BP-S00143 (GMP No. 6-S.1) with Loyal Waterproofing Construction, Inc. for CR0518.1-6S1-RFIs 2110, 2110.1 and 2124 Series P1X

Elevator Pits and Foundation Waterproofing. Mr. Corthell presented the

memorandum, requesting approval for Hensel Phelps Construction (HPC) to issue

a Subcontract Modification on BP-S00143, South Terminal C, Phase 1 - Airside

Terminal, Structure and Enclosure (GMP No. 6-S.1), at the Orlando International

Airport, in the total amount of $28,709.00 to Loyal Waterproofing Construction,

Inc. for CR0518.1-6S1-RFIs 2110, 2110.1 and 2124 Series P1X Elevator Pits and

Foundation Waterproofing. Bid Package for BP-S00143 07.05 "Foundation

Waterproofing" was previously awarded within GMP No. 6-S.1 to Loyal

Waterproofing Construction, Inc., CC No. 20180410.008.

HPC is requesting to issue a Subcontractor Modification to Loyal Waterproofing

Construction, Inc. in the total Lump Sum amount of $28,709.00 for CR0518.1-

6Sl-RFIs 2110, 2110.1 and 2124 Series P1X Elevator Pits and Foundation

Waterproofing. The modified scope of work consists of the additional costs

associated with adding the Waterproofing Membrane for each of the four P1X

Passenger Boarding Piers (PBP) foundations and Elevator sump pits, per RFIs

2110, 2110.1 and 2124 Series responses and sketches.

The approval of this Subcontractor Modifications to Loyal Waterproofing

Construction, Inc. resolves all requests for cost and time resulting from RFIs

2110, 2110.1 and 2124 scope of work in GMP No. 6-S.1. Cost impacts for RFIs

2110, 2110.1 and 2124 to GMP No. 6-S.6 were approved via CR0518-6S6, CC No.

20200421.03Y. There are no cost impacts for RFIs 2110, 2110.1 and 2124 Series

to GMP Nos. 6-S, 6-S.2, 6-S.3, 6-S.4, and 6-S.5.

HPC has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for costs or time.

The effect of this Subcontract Modification for this project is as follows:

HPC to issue a subcontract modification to Loyal

Waterproofing Construction, Inc. in the lump sum

amount of: $ 28,709.00

Deduct from P1X Owner Contingency: $ (28,709.00)

Hensel Phelps Construction is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00143 (GMP No. 6-S.1) for this subcontract modification is

Loyal Waterproofing Construction, Inc. (DBE/MWBE). There is 100% MWBE

participation associated with this modification.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, 2-DD, 2-EE, 2-FF, 2-GG, 2-HH, 2-II, 2-JJ, and 2-KK were considered in

one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Hensel Phelps Construction to issue a

Subcontract Modification to Loyal Waterproofing Construction, Inc. on

BP-S00143, South Terminal C, Phase 1 - Airside Terminal, Structure and

Minutes of the Construction Committee Meeting, June 23, 2020

Page 14 of 47

Enclosure (GMP No. 6-S.1), for the total lump sum amount of $28,709.00, with

funding from Passenger Facility Charges.

J. Subcontract Modification for BP-S00143 (GMP No. 6-S.1) with Banker Steel Co., LLC for CR0547-6S1-RFI 2174 PBP 241 Curtain Wall and Concrete Slab Discrepancy

(CWA BP-S143-025). Mr. Corthell presented the memorandum, requesting approval

for Hensel Phelps Construction (HPC) to issue a Subcontract Modification on

BP-S00143, South Terminal C, Phase 1 - Airside Terminal, Structure and

Enclosure (GMP No. 6-S.1), at the Orlando International Airport, in the total

amount of $65,309.00 to Banker Steel Co., LLC, for CR0547-6S1-RFI 2174 PBP 241

Curtain Wall and Concrete Slab Discrepancy (CWA BP-S143-025). Bid Package for

BP-S143 05.01 "Structural Steel and Miscellaneous Metals" has been previously

awarded within GMP No. 6-S.1 to Banker Steel Co., LLC, CC No. 20180410.008.

HPC is requesting to issue a Subcontractor Modification to Banker Steel Co.,

LLC in the total Lump Sum amount of $65,309.00 for CR0547-6S1-RFI 2174 PBP 241

Curtain Wall and Concrete Slab Discrepancy. The modified scope of work consists

of the Detailing, Material, Fabrication and Erection costs associated with the

added structural steel required to support the Curtain Wall and Exterior

Framing at the Passenger Boarding Pier (PBP) 241, per RFI 2174.

The approval of this Subcontractor Modifications to Banker Steel Co., LLC

resolves all requests for cost and time resulting from RFI 2174 scope of work

and closes out CWA BP-S143-025. Costs for patching of Fireproofing and Testing

& Inspection, if any, will be submitted in a future CR.

HPC has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for costs or time.

The effect of this Subcontract Modification for this project is as follows:

HPC to issue a subcontract modification to Banker

Steel Co., LLC in the lump sum amount of: $ 65,309.00

Deduct from P1 Owner Contingency: $ (65,309.00)

Hensel Phelps Construction is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00143 (GMP No. 6-S.1) for this subcontract modification is

Banker Steel Co., LLC (Non-MWBE/LDB/VBE). There is no small business

participation associated with this modification.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, 2-DD, 2-EE, 2-FF, 2-GG, 2-HH, 2-II, 2-JJ, and 2-KK were considered in

one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Hensel Phelps Construction to issue a

Subcontract Modification to Banker Steel Co., LLC on BP-S00143, South Terminal

C, Phase 1 - Airside Terminal, Structure and Enclosure (GMP No. 6-S.1), for

the total lump sum amount of $65,309.00, with funding from Passenger Facility

Charges.

Minutes of the Construction Committee Meeting, June 23, 2020

Page 15 of 47

K. Subcontract Modification for BP-S00143 (GMP No. 6-S.1) with Odyssey

International dba Odyssey Global for CR0573.1-6S1-RFI 2283 Added Door 01-4006B

- Masonry. Mr. Corthell presented the memorandum, requesting approval for

Hensel Phelps Construction (HPC) to issue a Subcontract Modification on

BP-S00143, South Terminal C, Phase 1 - Airside Terminal, Structure and

Enclosure (GMP No. 6-S.1), at the Orlando International Airport, in the total

amount of $16,867.00 to Odyssey International dba Odyssey Global for CR0573.1-

6S1-RFI 2283 Added Door 01-4006B - Masonry. Bid Package for BP-S00143 04.01

"Masonry" was previously awarded within GMP No. 6-S.1 to Odyssey International

dba Odyssey Global, CC No. 20180410.008.

HPC is requesting to issue a Subcontractor Modification to Odyssey

International dba Odyssey Global in the total Lump Sum amount of $16,867.00

for CR0573.1-6S1-RFI 2283 Added Door 01-4006B - Masonry. The modified scope

of work consists of the costs associated with the demolition of the Concrete

Masonry Unit (CMU) wall and preparation of opening for the Hollow Metal (HM)

Door 01-4006B added in Plants Room 01-1124 on the Ramp Level Area 25, per RFI

2283 response.

The approval of this Subcontractor Modification to Odyssey International dba

Odyssey Global resolves all requests for cost and time resulting from RFI 2283

for Masonry scope of work in GMP No. 6-S.1. Costs for RFI 2283 in GMPs No.

6-S.3 (CR0573.2 for Doors, Frames, and Hardware) and GMP No. 6-S.4 (CR0573.3

for Painting) were approved, respectively, via CC Nos. 20200526.03I and

20200526.03QQ.

HPC has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for costs or time.

The effect of this Subcontract Modification for this project is as follows:

HPC to issue a subcontract modification to

Odyssey International dba Odyssey Global in the

lump sum amount of: $ 16,867.00

Deduct from P1 Owner Contingency: $ (16,867.00)

Hensel Phelps Construction is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00143 (GMP No. 6-S.1) for this subcontract modification is

Odyssey International, Inc. dba Odyssey Global (Non-MWBE/LDB/VBE at the time

of award of the "Masonry" bid package). There is 94.8% MWBE participation

associated with this modification.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, 2-DD, 2-EE, 2-FF, 2-GG, 2-HH, 2-II, 2-JJ, and 2-KK were considered in

one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Hensel Phelps Construction to issue a

Subcontract Modification to Odyssey International dba Odyssey Global on

BP-S00143, South Terminal C, Phase 1 - Airside Terminal, Structure and

Enclosure (GMP No. 6-S.1), for the total lump sum amount of $16,867.00, with

funding from General Airport Revenue Bonds.

Minutes of the Construction Committee Meeting, June 23, 2020

Page 16 of 47

L. Subcontract Modification for BP-S00143 (GMP No. 6-S.1) with Banker Steel Co., LLC for CR0587-6S1-RFIs 0774 and 0774.1 - Windows on Orlando Edge of Slab

Discrepancy (CWA BP-S143-030). Mr. Corthell presented the memorandum,

requesting approval for Hensel Phelps Construction (HPC) to issue a Subcontract

Modification on BP-S00143, South Terminal C, Phase 1 - Airside Terminal,

Structure and Enclosure (GMP No. 6-S.1), at the Orlando International Airport,

in the total amount of $6,678.00 to Banker Steel Co., LLC, for CR0587-6S1-RFIs

0774 and 0774.1 - Windows on Orlando Edge of Slab Discrepancy (CWA BP-S143-

030). Bid Package for BP-S143 05.01 "Structural Steel and Miscellaneous

Metals" has been previously awarded within GMP No. 6-S.1 to Banker Steel Co.,

LLC, CC No. 20180410.008.

HPC is requesting to issue a Subcontractor Modification to Banker Steel Co.,

LLC in the total Lump Sum amount of $6,678.00 for CR0587-6Sl-RFIs 0774 and

0774.1 - Windows on Orlando Edge of Slab Discrepancy. The modified scope of

work consists of the Detailing, Material, Fabrication and Erection costs

associated with the Structural Steel angles installed past the edge of the

previously placed Slab-on-Metal-Deck (SOMD), at the Transfer Level of the

Airside Concourse N1 Windows-on-Orlando (WOO) Bump-out Area between Column

Lines X18 and X21 and along Column Line B15, to support the exterior cold-

formed metal wall framing, per RFIs 0774 and 0774.1 responses and sketches.

The approval of this Subcontractor Modification to Banker Steel Co., LLC

resolves all requests for cost and time resulting from RFIs 0774 and 0774.1

scope of work and closes out CWA BP-S143-030. Costs for Testing and Inspection,

if any, will be submitted in a future CR. There are no cost impacts for RFIs

0774 and 0774.1 to GMP Nos. 6-S, 6-S.2, 6-S.3, 6-S.4, 6-S.5, and 6-S.6.

HPC has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for costs or time.

The effect of this Subcontract Modification for this project is as follows:

HPC to issue a subcontract modification to Banker

Steel Co., LLC in the lump sum amount of: $ 6,678.00

Deduct from P1 Owner Contingency: $ (6,678.00)

Hensel Phelps Construction is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00143 (GMP No. 6-S.1) for this subcontract modification is

Banker Steel Co., LLC (Non-MWBE/LDB/VBE). There is no small business

participation associated with this modification.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, 2-DD, 2-EE, 2-FF, 2-GG, 2-HH, 2-II, 2-JJ, and 2-KK were considered in

one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Hensel Phelps Construction to issue a

Subcontract Modification to Banker Steel Co., LLC on BP-S00143, South Terminal

C, Phase 1 - Airside Terminal, Structure and Enclosure (GMP No. 6-S.1), for

the total lump sum amount of $6,678.00, with funding from General Airport

Revenue Bonds.

Minutes of the Construction Committee Meeting, June 23, 2020

Page 17 of 47

M. Subcontract Modification for BP-S00144 (GMP No. 6-S.2) with Wal-Mark

Contracting Group, LLC for CR0597.2-6S2-RFI 2438 Trash Chute Room Partition

Change - Framing and Drywall. Mr. Corthell presented the memorandum,

requesting approval for Hensel Phelps Construction (HPC) to issue a Subcontract

Modification on BP-S00144, South Terminal C, Phase 1 - STC Airside Enclosure

and Exterior Finishes (GMP No. 6-S.2), at the Orlando International Airport,

in the total amount of $11,621.00 to Wal-Mark Contracting Group, LLC for

CR0597.2-6S2-RFI 2438 Trash Chute Room Partition Change - Framing and Drywall.

Bid Package for 09.02 "Framing and Drywall" was previously awarded within GMP

No. 6-S.2 to Wal-Mark Contracting Group LLC, CC No. 20180605.006.

HPC is requesting to issue a Subcontractor Modification to Wal-Mark Contracting

Group LLC in the total Lump Sum amount of $11,621.00 for CR0597.2-6S2-RFI 2438

Trash Chute Room Partition Change - Framing and Drywall. The modified scope

of work consists of the costs associated with replacing the Concrete Masonry

Unit (CMU) walls to Gypsum Board Walls for Trash Chute Room 02-0691X at the

ASC Transfer Level Area 29, including the framing and firestopping, per RFI

2438 response and sketches.

The approval of this Subcontractor Modification to Wal-Mark Contracting Group

LLC resolves all requests for cost and time resulting from RFI 2438 scope of

work in GMP No. 6-S.2. Cost impacts of RFI 2438 to GMPs Nos. 6-S.1 and 6S.3

will be submitted, respectively, via CR0597.1 and CR0597.3, for a future CCM

approval. There are no cost or time impacts to GMP Nos. 6-S, 6-S.4, 6-S.5 and

6-S.6.

HPC has submitted documentation including the subcontractor's proposal to

support this request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontract Modification for this project is as follows:

HPC to issue a subcontract modification to Wal-Mark

Contracting Group, LLC in the lump sum amount of: $ 11,621.00

Deduct from P1 Owner Contingency: $ (11,621.00)

Hensel Phelps Construction is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00144 (GMP No. 6-S.2) for this subcontract modification is

Wal-Mark Contracting Group, LLC (Non-MWBE/LDB/VBE). There is no small business

participation associated with this modification.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, 2-DD, 2-EE, 2-FF, 2-GG, 2-HH, 2-II, 2-JJ, and 2-KK were considered in

one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Hensel Phelps Construction to issue a

Subcontract Modification to Wal-Mark Contracting Group, LLC on BP-S00144,

South Terminal C, Phase 1 - STC Airside Enclosure and Exterior Finishes (GMP

No. 6-S.2), for the total lump sum amount of $11,621.00, with funding from

General Airport Revenue Bonds.

Minutes of the Construction Committee Meeting, June 23, 2020

Page 18 of 47

N. Subcontractor Modification for BP-S00145 (GMP No. 6-S.3) with MULE Engineering & Construction, Inc. for CR0597.3-6S3-RFI 2438 Trash Chute Room Partition

Change and CR0598.3-6S3-RFI 2284.1 Mechanical Room Partition Change - Doors,

Frames and Hardware. Mr. Corthell presented the memorandum, requesting

approval for Hensel Phelps Construction (HPC) to issue a Subcontract

Modification on BP-S00145, South Terminal C, Phase 1 - Airside Early Interiors

(GMP No. 6-S.3), at the Orlando International Airport, in the total amount of

$1,108.00 to MULE Engineering & Construction, Inc. for CR0597.3-6S3-RFI 2438

Trash Chute Room Partition Change and CR0598.3-6S3-RFI 2284.1 Mechanical Room

Partition Change - Doors, Frames and Hardware. Bid Package for BP-S00145

08.03 "Doors, Frames and Hardware" has been previously awarded within GMP No.

6-S.3 to MULE Engineering & Construction, Inc., CC No. 20181009.03C.

HPC is requesting to issue a Subcontractor Modification to MULE Engineering &

Construction, Inc. in the total Lump Sum amount of $1,108.00 for:

1. CR0597.3-6S3-RFI 2438 Trash Chute Room Partition Change - $692.00.

RFI 2438 changed CMU walls to a non-CMU wall type partition, which

affected door frames at Opening 02-0056A that had already been fabricated

to accommodate a CMU wall type. The modified scope of work consists of

the material costs associated with the re-fabrication of the Hollow

Metal (HM) A1 Type single-leaf doorframe for Opening 02-0056A at the

Trash Chute Room 02-0691X, Transfer Level Area 29, per RFI 2438 response

and sketches.

2. CR0598.3-6S3-RFI 2284.1 Mechanical Room Partition Change - $416.00.

RFI 2284.1 changed a 4-inch CMU wall to a G2 wall type partition, which

affected door frames providing access to the mechanical room that had

already been fabricated to accommodate a CMU wall type. The modified

scope of work consists of the material costs associated with the re-

fabrication of the Hollow Metal (HM) F2 Type single-leaf door frame for

Opening 01-0082 at the Mechanical Room 01-0279 located in Electrical

Room 01-0014, Ramp Level Area 28, per RFI 2284.1 response and sketches.

The approval of this Subcontractor Modification to MULE Engineering &

Construction, Inc. resolves all requests for costs and time resulting from

RFIs 2438 and 2284.1 scopes of work in GMP No. 6-S.3. Cost impacts of RFI 2438

for GMPs Nos. 6-S.1 and 6-S.2 will be submitted, respectively, via CR0597.1

and CR0597.2, for a future CCM approval. Cost impacts of RFI 2284.1 for GMP

Nos. 6-S.1 and 6-S.2 will be submitted, respectively, via CR0598.1 and

CR0598.2, for a future CCM approval. There are no cost impacts to GMP Nos.

6-S, 6-S.4, 6-S.5, and 6-S.6.

HPC has submitted documentation including the subcontractor's proposal to

support this request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontractor Modification for this project is as follows:

HPC to issue a subcontract modification to MULE

Engineering & Construction, Inc. in the lump sum

amount of: $ 1,108.00

Deduct from P1 Owner Contingency: $ (1,108.00)

Hensel Phelps Construction is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00145 (GMP No. 6-S.3) for this subcontract modification is

Minutes of the Construction Committee Meeting, June 23, 2020

Page 19 of 47

MULE Engineering & Construction, Inc. (MWBE/LDB). There is 100% LDB

participation associated with this modification.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, 2-DD, 2-EE, 2-FF, 2-GG, 2-HH, 2-II, 2-JJ, and 2-KK were considered in

one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Hensel Phelps Construction to issue a

Subcontractor Modification to MULE Engineering & Construction, Inc. on

BP-S00145, South Terminal C, Phase 1 - Airside Early Interiors (GMP No.

6-S.3), for the total lump sum amount of $1,108.00, with funding from General

Airport Revenue Bonds.

O. Subcontractor Modification for BP-S00146 (GMP No. 7-S) with CCK Construction Services, Inc. for CR0774.2-LST-RFIs 3457 and 3457.1 Footings for Switchgear

Room. Mr. Corthell presented the memorandum, requesting approval for Turner-

Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00146,

South Terminal C, Phase 1 - Landside Terminal, Structure and Enclosure (GMP

No. 7-S), at the Orlando International Airport, in the total amount of

$4,104.00 to CCK Construction Services, Inc. for CR0774.2-LST-RFIs 3457 and

3457.1 Footings for Switchgear Room. Bid Package 3.0.0 "Concrete" was

previously awarded within GMP No. 7-S to CCK Construction Services, Inc., CC

No. 20180313.010.

TKJV is proposing the following subcontract modification to CCK Construction

Services, Inc. in the total lump sum amount of $4,104.00 for CR0774.2-LST-RFIs

3457 and 3457.1 Footings for Switchgear Room. The modified scope of work

consists of necessary labor, material and equipment costs for the added

concrete footings for the CMU separator walls at the North and South Switchgear

Rooms, per RFI 3457 and 3457.1.

The approval of this subcontract modification to CCK Construction Services,

Inc. resolves all requests for costs and time associated with RFIs 3457 and

3457.1 in GMP No. 7-S. Cost impacts to GMP No. 9-S were approved at CC No.

20200225-02J. Cost impacts to GMP No. 7-S.1 will be submitted in a future CR.

Cost impacts to GMP No. 7-S.3 will be submitted for CCM review under CR0774.1.

There are no cost impacts to GMP Nos. 7-S.2 and 7-S.4.

TKJV has submitted documentation including the subcontractor's proposal to

substantiate this request. An independent cost estimate is included. By

approving this request, the Owner does not waive its right to enforce the

contract requirements for other requests for costs or time.

The effect of this Subcontractor Modification for this project is as follows:

TKJV to issue a subcontract modification to CCK

Construction Services, Inc. in the lump sum amount of: $ 4,104.00

Deduct from P1 Owner Contingency: $ (4,104.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00146 (GMP No. 7-S) for this subcontract modification is

CCK Construction Services, Inc. (Non-MWBE/LDB/VBE). There is 86.4% MWBE

participation associated with this modification.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

Minutes of the Construction Committee Meeting, June 23, 2020

Page 20 of 47

2-BB, 2-DD, 2-EE, 2-FF, 2-GG, 2-HH, 2-II, 2-JJ, and 2-KK were considered in

one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontractor Modification to CCK Construction Services, Inc. on BP-S00146,

South Terminal C, Phase 1 - Landside Terminal, Structure and Enclosure (GMP

No. 7-S), for the total lump sum amount of $4,104.00, with funding from

Passenger Facility Charges and General Airport Revenue Bonds.

P. Subcontractor Modification for BP-S00146 (GMP No. 7-S) with Banker Steel Co., LLC for CR0568.2-7S-LST-RFI 2608-Future Canopy Foundation Anchor Bolt

Assemblies and Couplers. Mr. Corthell presented the memorandum, requesting

approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract

Modification on BP-S00146, South Terminal C, Phase 1 - Landside Terminal,

Structure and Enclosure (GMP No. 7-S), at the Orlando International Airport,

in the total amount of $37,866.00 to Banker Steel Co., LLC for CR0568.2-7S-

LST-RFI 2608-Future Canopy Foundation Anchor Bolt Assemblies and Couplers.

Package 5.0.0 "Structural Steel" was previously awarded within GMP No. 7-S to

Banker Steel Co., LLC, CC No. 20180313.010.

TKJV is proposing a subcontract modification to Banker Steel Co. LLC in the

total lump sum amount of $37,866.00 for CR0568.2-7S-LST-RFI 2608-Future Canopy

Foundation Anchor Bolt Assemblies and Couplers. RFI 2608 was submitted by TKJV

seeking direction for the conflicting information between the LSC bridge

drawings and the L5T building drawings pertaining to the limits of the work

scope as it related to the canopy foundations. EOR response to the RFI included

confirmation of the overall quantity of the canopy foundations and the scope

limit as identified on the LST Drawing SI.37.00. The RFI response states that

for future canopy foundations, The Middlesex Corporation is to install embedded

anchoring steel bars' rods with couplers within the inverted Tee Pier Cap

beams and Longitudinal C.I.P. Beams between N8.2 to N21 and S8.2 to S12 in

order to facilitate the construction of future canopy columns and canopy column

pedestals. The modified scope of work consists of all labor, material and

equipment costs associated with cutting and threading 128 Anchor Rods, 120

Flex coupling Nuts, and 120 plate washer, and galvanizing 400 anchor bolt

templates, per RFI 2608 anchor bolts assemblies and couplers for future

foundations scope of work.

The approval of this subcontract modification to Banker Steel Co., LLC resolves

all requests for cost and time associated with RFI 2608 and reconciles the

scope missed in CR 0568.1. CR0568.1 was submitted and approved CC No.

20200331.002F for all costs and time associated with RFIs 2608 and 2049 for

the Structural Steel Scope. There will be no further CRs associated with the

above referenced RFIs for any other GMPs.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontractor Modification for this project is as follows:

TKJV to issue a subcontract modification to Banker

Steel Co., LLC in the lump sum amount of: $ 37,866.00

Deduct from P1 CMAR Contingency: $ (37,866.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

Minutes of the Construction Committee Meeting, June 23, 2020

Page 21 of 47

participate on BP-S00146 (GMP No. 7-S) for this subcontract modification is

Banker Steel Co., LLC (Non-MWBE/LDB/VBE). There is no small business

participation associated with this modification.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, 2-DD, 2-EE, 2-FF, 2-GG, 2-HH, 2-II, 2-JJ, and 2-KK were considered in

one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontractor Modification to Banker Steel Co., LLC on BP-S00146, South

Terminal C, Phase 1 - Landside Terminal, Structure and Enclosure (GMP No.

7-S), for the total lump sum amount of $37,866.00, with funding from General

Airport Revenue Bonds.

Q. Subcontractor Modification for BP-S00146 (GMP No. 7-S) with Banker Steel Co., LLC for CR0705-LST-Bulletin 34 Structural Steel. Mr. Corthell presented the

memorandum, requesting approval for Turner-Kiewit Joint Venture (TKJV) to

issue a Subcontract Modification on BP-S00146, South Terminal C, Phase 1 -

Landside Terminal, Structure and Enclosure (GMP No. 7-S), at the Orlando

International Airport, in the total amount of $18,791.00 to Banker Steel Co.,

LLC for CR0705-LST-Bulletin 34 Structural Steel. Bid Package 5.0.0 "Structural

Steel" was previously awarded within GMP No. 7-S to Banker Steel Co. LLC, CC

No. 20180313.010.

TKJV is proposing a subcontract modification to Banker Steel Co. LLC in the

total lump sum amount of $18,791.00 for CR0705-LST-Bulletin 34 Structural

Steel. The modified scope of work includes all costs associated with added

steel access ladder including safety railing and railing at landing. It also

includes engineering and detailing costs for the added BHS access ladder, as

captured in LST Bulletin 34.

The approval of this subcontract modification to Banker Steel Co., LLC resolves

all requests for cost and time associated with LST Bulletin 34 scope of work

in GMP No. 7-S. Cost impacts to GMP No. 7-S.1 were submitted under CR0705.1.

There are no cost impacts to GMP Nos. 7-S.2, 7-S.3 and 7-S.4.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontractor Modification for this project is as follows:

TKJV to issue a subcontract modification to Banker

Steel Co., LLC in the lump sum amount of: $ 18,791.00

Deduct from P1 Owner Contingency: $ (18,791.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00146 (GMP No. 7-S) for this subcontract modification is

Banker Steel Co., LLC (Non-MWBE/LDB/VBE). There is 73.8% MWBE participation

associated with this modification.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, 2-DD, 2-EE, 2-FF, 2-GG, 2-HH, 2-II, 2-JJ, and 2-KK were considered in

one motion.

Minutes of the Construction Committee Meeting, June 23, 2020

Page 22 of 47

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontractor Modification to Banker Steel Co., LLC on BP-S00146, South

Terminal C, Phase 1 - Landside Terminal, Structure and Enclosure (GMP No.

7-S), for the total lump sum amount of $18,791.00, with funding from Passenger

Facility Charges and General Airport Revenue Bonds.

R. Subcontractor Modification for BP-S00146 (GMP No. 7-S) with Banker Steel Co., LLC for CR0930-LST-RFIs 2831, 2831.1, 2831.2, 2831.3, 3560, 3703 and 3979 -

Skylight Eave Design. Mr. Corthell presented the memorandum, requesting

approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract

Modification on BP-S00146, South Terminal C, Phase 1 - Landside Terminal,

Structure and Enclosure (GMP No. 7-S), at the Orlando International Airport,

in the total amount of $5,415.00 to Banker Steel Co., LLC for CR0930-LST-RFIs

2831, 2831.1, 2831.2, 2831.3, 3560, 3703, and 3979 - Skylight Eave Design.

Bid Package 5.0.0 "Structural Steel" was previously awarded within GMP No.

7-S to Banker Steel Co. LLC, CC No. 20180313.010.

TKJV is proposing a subcontract modification to Banker Steel Co., LLC in the

total lump sum amount of $5,415.00 for CR0930-LST-RFIs 2831, 2831.1, 2831.2,

2831.3, 3560, 3703 and 3979 - Skylight Eave Design. The modified scope of work

consists of necessary labor and material costs associated with field cut

decking and installation of decking with mechanical fasteners, per RFIs 2831,

2831.1, 2831.2, 3560, 3703, and 3979.

The approval of this subcontract modification to Banker Steel Co., LLC resolves

all requests for cost and time associated with RFIs 2831, 2831.1, 2831.2,

2831.3, 3560, 3703, and 3979 structural steel scope of work in GMP No. 7-S.

Cost impacts to GMP No. 7-S for the Curtain Wall scope will be submitted in a

future CR. Cost impacts to GMP No. 7-S.1 for the Metal Wall Panels will be

submitted for CCM review under CR0930.1. Cost impacts to GMP No. 7-S.1 for the

remainder scope will be submitted in a future CR. The There are no cost impacts

to GMP Nos. 7-S.2, 7-S.3 and 7-S.4.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontractor Modification for this project is as follows:

TKJV to issue a subcontract modification to Banker

Steel Co., LLC in the lump sum amount of: $ 5,415.00

Deduct from P1 Owner Contingency: $ (5,415.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00146 (GMP No. 7-S) for this subcontract modification is

Banker Steel Co., LLC (Non-MWBE/LDB/VBE). There is no small business

participation associated with this modification.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, 2-DD, 2-EE, 2-FF, 2-GG, 2-HH, 2-II, 2-JJ, and 2-KK were considered in

one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Minutes of the Construction Committee Meeting, June 23, 2020

Page 23 of 47

Subcontractor Modification to Banker Steel Co., LLC on BP-S00146, South

Terminal C, Phase 1 - Landside Terminal, Structure and Enclosure (GMP No.

7-S), for the total lump sum amount of $5,415.00, with funding from Passenger

Facility Charges and General Airport Revenue Bonds.

S. Subcontract Modification for BP-S00147 (GMP No. 7-S.1) with Leesburg Concrete Company, Incorporated for CR0689-LST-RFI 2675 Precast Panel Color.

Mr. Corthell presented the memorandum, requesting approval for Turner-Kiewit

Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00147, South

Terminal C, Phase 1 - Landside Terminal Remaining Structure and Systems (GMP

No. 7-S.1), at the Orlando International Airport, in the total amount of

$15,387.00 to Leesburg Concrete Company, Incorporated for CR0689-LST-RFI 2675

Precast Panel Color. Bid Package 3.3.0 "Precast Panels" was previously awarded

within GMP No. 7-S.1 to Leesburg Concrete Company, Incorporated, CC No.

20190319.02I.

TKJV is proposing a Subcontract Modification to Leesburg Concrete Company,

Incorporated in the total lump sum amount of $15,387.00 for CR0689-LST-RFI

2675 Precast Panel Color. The modified scope of work consists of the additional

labor and material costs associated with the revised precast panels concrete

mix design and color changes from gray to white, with added special aggregates

and color pigment, to match the Airside Concourse panels, as captured in

RFI 2675.

The approval of this Subcontract Modification to Leesburg Concrete Company,

Incorporated resolves all requests for cost and time arising from RFI 2675 in

GMP No. 7-S.1. There are no cost impacts to GMP Nos. 7-S, 7-S.2, 7-S.3 and

7-S.4.

TKJV has submitted documentation including the subcontractor's proposal to

support this request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontract Modification for this project is as follows:

TKJV to issue a subcontract modification to Leesburg

Concrete Company, Incorporated in the amount of: $ 15,387.00

Deduct from P1 Owner Contingency: $ (15,387.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00147 (GMP No. 7-S.1) for this subcontract modification is

Leesburg Concrete Company, Incorporated (Non-MWBE/LDB/VBE). There is no small

business participation associated with this modification.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, 2-DD, 2-EE, 2-FF, 2-GG, 2-HH, 2-II, 2-JJ, and 2-KK were considered in

one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontract Modification to Leesburg Concrete Company, Incorporated on

BP-S00147, South Terminal C, Phase 1 - Landside Terminal Remaining Structure

and Systems (GMP No. 7-S.1), for the total amount of $15,387.00, with funding

from Passenger Facility Charges and General Airport Revenue Bonds.

Minutes of the Construction Committee Meeting, June 23, 2020

Page 24 of 47

T. Subcontract Modification for BP-S00147 (GMP No. 7-S.1) with MSE2, Inc. dba Mader Southeast for CR0960-7S.1-LST-RFIs 2950-2950.2-Updated Louver Schedule.

Mr. Corthell presented the memorandum, requesting approval for Turner-Kiewit

Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00147, South

Terminal C, Phase 1 - Landside Terminal Remaining Structure and Systems (GMP

No. 7-S.1), at the Orlando International Airport, in the total amount of

$12,185.00 to MSE2, Inc. dba Mader Southeast for CR0960-7S.1-LST-RFIs 2950-

2950.2-Updated Louver Schedule. Bid Package 9.1.0 "Drywall and Framing" was

previously awarded within GMP No. 7-S.1 to MSE2, Inc., CC No. 20181002.009.

TKJV is proposing a subcontract modification to MSE2, Inc. dba Mader Southeast

in the total lump sum amount of $12,185.00 for CR0960-7S.1-LST-RFIs 2950-

2950.2-Updated Louver Schedule. Meeting was held with TKJV, HNTB and Syska

Hennessy Group, Inc. on July 11, 2019, to coordinate louver sizes and

locations. It was concluded that the louver schedule needed to be updated to

capture all coordinated openings for the Terminal. Current architectural

drawings referred to mechanical drawings, and mechanical drawings only show

the free area with no indication of louver types or size opening. RFI 2950 was

generated asking that an updated louver schedule be provided, along with

corresponding architectural and mechanical drawings reflecting the updated

schedule. Design team response provided an updated louver schedule and updated

sketches indicating louver locations at the ground transportation and domestic

arrivals bridge levels. The modified scope of work consists of labor, material

and equipment costs for the additional framing of interior and exterior louvers

per RFI 2950.

The approval of these subcontract modifications to MSE2, Inc. dba Mader

Southeast resolves all requests for cost and time associated with RFIs 2950 -

2950.2 for GMP No. 7-S.1 Drywall and Framing Scope. CRs associated with the

Structural Steel scope in GMP No. 7-S and Masonry scope in GMP No. 7-S.1 are

forthcoming.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontract Modification for this project is as follows:

TKJV to issue a subcontract modification to MSE2,

Inc. dba Mader Southeast in the amount of: $ 12,185.00

Deduct from P1 Owner Contingency: $ (12,185.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00147 (GMP No. 7-S.1) for this subcontract modification is

MSE2, Inc. dba Mader Southeast (Non-MWBE/LDB/VBE). There is 34.2% MWBE

participation associated with this modification.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, 2-DD, 2-EE, 2-FF, 2-GG, 2-HH, 2-II, 2-JJ, and 2-KK were considered in

one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontract Modification to MSE2, Inc. dba Mader Southeast on BP-S00147, South

Terminal C, Phase 1 - Landside Terminal Remaining Structure and Systems (GMP

Minutes of the Construction Committee Meeting, June 23, 2020

Page 25 of 47

No. 7-S.1), for the total amount of $12,185.00, with funding from Passenger

Facility Charges and General Airport Revenue Bonds.

U. Subcontract Modification for BP-S00147 (GMP No. 7-S.1) with MSE2, Inc. dba Mader Southeast for CR0967.1-LST-RFI 3873 Size of Security Grill Pocket Room.

Mr. Corthell presented the memorandum, requesting approval for Turner-Kiewit

Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00147, South

Terminal C, Phase 1 - Landside Terminal Remaining Structure and Systems (GMP

No. 7-S.1), at the Orlando International Airport, in the total amount of

$8,730.00 to MSE2, Inc. dba Mader Southeast for CR0967.1-LST-RFI 3873 Size of

Security Grill Pocket Room. Bid Package 9.1.0 "Drywall and Framing" was

previously awarded within GMP No. 7-S.1 to MSE2, Inc., CC No. 20181002.009.

TKJV is proposing a subcontract modification to MSE2, Inc. dba Mader Southeast

in the total lump sum amount of $8,730.00 for CR0967.1-LST-RFI 3873 Size of

Security Grill Pocket Room. The additional scope of work consists of necessary

labor, material and equipment costs for the added Wall Type G1 4-inch stud at

the Bi-Parting Security Grille Storage Pocket, north and south of Gridline

L10.5 in Area 6, as captured in RFI 3873.

The approval of this subcontract modification to MSE2, Inc. dba Mader Southeast

resolves all requests for cost and time associated with RFI 3873 scope of work

in GMP No. 7-S.1. Cost impacts to GMP No. 7-S will be submitted for CCM review

under CR0967. There are no cost impacts to GMP Nos. 7-S.2, 7-S.3 and 7-S.4.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontract Modification for this project is as follows:

TKJV to issue a subcontract modification to MSE2,

Inc. dba Mader Southeast in the amount of: $ 8,730.00

Deduct from P1 Owner Contingency: $ (8,730.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00147 (GMP No. 7-S.1) for this subcontract modification is

MSE2, Inc. dba Mader Southeast (Non-MWBE/LDB/VBE). There is 7.4% MWBE

participation associated with this modification.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, 2-DD, 2-EE, 2-FF, 2-GG, 2-HH, 2-II, 2-JJ, and 2-KK were considered in

one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontract Modification to MSE2, Inc. dba Mader Southeast on BP-S00147, South

Terminal C, Phase 1 - Landside Terminal Remaining Structure and Systems (GMP

No. 7-S.1), for the total lump sum amount of $8,730.00, with funding from

Passenger Facility Charges and General Airport Revenue Bonds.

V. Subcontract Modification for BP-S00147 (GMP No. 7-S.1) with Hommes Masonry, Inc., dba Toltec Construction for CR0978-LST-RFIs 3898 and 3898.1 Filled Cell

Location for BHS. Mr. Corthell presented the memorandum, requesting approval

for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on

BP-S00147, South Terminal C, Phase 1 - Landside Terminal Remaining Structure

Minutes of the Construction Committee Meeting, June 23, 2020

Page 26 of 47

and Systems (GMP No. 7-S.1), at the Orlando International Airport, in the

total amount of $6,162.00 to Hommes Masonry, Inc., dba Toltec Construction for

CR0978-LST-RFIs 3898 and 3898.1 Filled Cell Location for BHS. Bid Package

4.0.0 for Masonry was previously awarded within GMP No. 7-S.1 to Hommes Masonry

Inc. dba Toltec Construction, CC No. 20181002.09

TKJV is proposing the following subcontract modifications to Hommes Masonry,

Inc., dba Toltec Construction in the total lump sum amount of $6,162.00 for

CR0978-LST-RFIs 3898 and 3898.1 Filled Cell Location for BHS. RFI 3898.1

response added embeds to support the BHS connections into the CMU walls, which

requires full grouting of the CMU walls at all embed locations. The additional

scope of work consists of labor, material and equipment costs associated with

grouting CMU wall cells at BHS embed in Areas 1, 2 and 10, Level 1, as captured

in RFIs 3898 and 3898.1.

The approval of this subcontract modification to Hommes Masonry Inc. dba Toltec

Construction resolves all requests for cost and time associated with RFIs 3898

and 3898.1 in GMP No. 7-S.1. There are no cost impacts to GMP Nos. 7-S, 7-S.2,

7-S.3 and 7-S.4.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time

The effect of this Subcontract Modification for this project is as follows:

TKJV to issue a subcontract modification to Hommes

Masonry, Inc., dba Toltec Construction in the amount of: $ 6,162.00

Deduct from P1 Owner Contingency: $ ( 6,162.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00147 (GMP No. 7-S.1) for this subcontract modification is

Hommes Masonry Inc. dba Toltec Construction (MWBE). There is 100% MWBE

participation associated with this modification.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, 2-DD, 2-EE, 2-FF, 2-GG, 2-HH, 2-II, 2-JJ, and 2-KK were considered in

one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontract Modification to Hommes Masonry, Inc., dba Toltec Construction on

BP-S00147, South Terminal C, Phase 1 - Landside Terminal Remaining Structure

and Systems (GMP No. 7-S.1), for the total lump sum amount of $6,162.00, with

funding from Passenger Facility Charges.

W. Subcontract Modifications for BP-S00147 (GMP No. 7-S.1) with P&A Roofing & Sheet Metal, Inc.; Crown Corr, Inc.; and MSE2, Inc. dba Mader Southeast; for

CR0289.1 - LST-Final Value Engineering Reconciliation of VE Item 8.4 Skylight

Edge Fascia Detail and VE Item 14.1 Replace SS-01 and SS-05 with Acrylic Finish

- Multiple RFIs. Mr. Corthell presented the memorandum, requesting approval

for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on

BP-S00147, South Terminal C, Phase 1 - Landside Terminal Remaining Structure

and Systems (GMP No. 7-S.1), at the Orlando International Airport, in the

total amount of $1,347,795.00 to P&A Roofing & Sheet Metal, Inc.; Crown Corr,

Inc.; and MSE2, Inc. dba Mader Southeast; for CR0289.1 - LST-Final Value

Minutes of the Construction Committee Meeting, June 23, 2020

Page 27 of 47

Engineering Reconciliation of VE Item 8.4 Skylight Edge Fascia Detail and VE

Item 14.1 Replace SS-01 and SS-05 with Acrylic Finish - Multiple RFIs. Bid

Package 7.2.0 "Roofing", Bid Package 7.1.0 "Metal Wall Panels", and Bid Package

9.1.0 "Drywall and Framing" were previously awarded within GMP No. 7-S.1 to,

respectively, P&A Roofing & Sheet Metal, Inc.; Crown Corr, Inc.; and MSE2,

Inc. dba Mader Southeast; CC No. 20181002.009.

TKJV is proposing subcontract modifications for CR0289.1-LST-VE Item 8.4

"Skylight Edge Fascia Detail - Skylight Eave - Removing Top MCM Panel from

Skylight Eave and Replace with PVC Membrane - Multiple RFIs". The scope of

work consists of all costs associated with Value Engineering (VE) Item 8.4,

which includes work at Column Line L2 - L17, along both sides of the skylight

at the eaves. Roofing and panel revisions include all work associated with

RFIs 2058 and 2058.1, and removal of metal panel at the top of the eave and

replacement with a PVC roofing system and flashing to match panel the Centria

panel at the soffit, which satisfies the design intent for the approved PVC

roofing system to extend at the top panel from L17 - L19.2 for transition to

the prow. TKJV's proposal request includes subcontract modifications to:

P&A Roofing & Sheet Metal, Inc., in the lump sum amount of $200,547.00;

Crown Corr, Inc. in the deductive lump sum amount of ($199,727.00) for

a total realized VE proposal value of ($499,727.00), which includes the

top of eave panel credit and the added cost for the side panel revisions;

and,

MSE2, Inc. dba Mader Southeast in the lump sum amount of $21,000.00 for

scope not realized as part of the VE effort. Note that there were no

modifications to the light gage framing based on the RFI responses.

TKJV is proposing subcontract modifications for CR0289.1-LST- VE Item 14.1

"Replace SS-01 and SS-05 with Acrylic Finish - Multiple RFIs". The scope of

work consists of all costs associated with Value Engineering (VE) Item 14.1,

which includes work to replace the SS-01 and SS-05 exterior soffit systems

with acrylic finish on sheathing. The scope of the revisions and the components

of the acrylic system are identified in RFIs 1780, 1780.1 and 1780.2. TKJV's

proposal request includes subcontract modifications to:

Crown Corr, Inc. in the lump sum amount of $754,475.00 for a total

realized VE proposal value of ($1,150,525.00); and,

MSE2, Inc. dba Mader Southeast in the lump sum amount of $571,500.00 for

the additional acrylic finish that is currently identified in the MSE2,

Inc. dba Mader Southeast agreement as an allowance.

CR0289.1 - LST-Final Value Engineering Reconciliation of VE Item 8.4 Skylight

Edge Fascia Detail and VE Item 14.1 Replace SS-01 and SS-05 with Acrylic Finish

- Multiple RFIs resolves all requests for cost and time associated with the

final design incorporation via RFI or Bulletin and subsequent subcontractor

pricing for CM@R proposed Value Engineering (VE) Items 8.4 and 14.1, as well

as RFIs 1780, 1780.1, 1780.2, 2058, 2058.1 and 2077 under GMP No. 7-S.1

Associated Value Engineering (VE) savings are recognized in the approved GMP

No. 7-S.1 proposal.

The final design scope resulted in only the BOH SS05 flat ceilings being

revised to the acrylic finish, now identified as Ceiling Type SS05a. The

vertical soffits were not revised as part of the final VE 14.1 design.

Minutes of the Construction Committee Meeting, June 23, 2020

Page 28 of 47

A future CR0289.2 will be submitted to resolve Value Engineering (VE) Item 16

for the North and South Elevations, and it will include RFIs 1357, 1357.1,

1357.2, 1357.3, and 1357.4. By approving this request, the Owner does not

waive its right to enforce the contract requirements for other requests for

cost or time.

The effect of these Subcontract Modifications for this project is as follows:

Value Engineering Item 8.4 Skylight Edge Fascia Detail

TKJV to issue a subcontract modification to P&A

Roofing & Sheet Metal, Inc. in the amount of: $ 200,547.00

Deduct from Owner Contingency: $ (200,547.00)

Initial Crown Corr, Inc. Subcontract Modification

via CR0289 (CC. No. 20190219.002L)

$ (300,000.00)

Current TKJV request to issue a Subcontract

Modification to Crown Corr, Inc. in the deductive

lump sum amount of:

$ (199,727.00)

Total Crown Corr, Inc. Proposal for VE Item 8.4 (SOV

Line Item 24):

$ (499.727.00)

Add to Owner Contingency: $ 199,727.00

MSE2, Inc. dba Mader Southeast Initial Subcontract

Modification via CR0289 (CC. No. 20190219.002L) $ (21,000.00)

TKJV to issue a subcontract modification to MSE2,

Inc. dba Mader Southeast in the total lump sum

amount of: $ 21,000.00

Deduct from Owner Contingency: $ (21,000.00)

Value Engineering Item 14.1 Replace SS-01 and SS-05 with Acrylic Finish

Initial Crown Corr, Inc. Subcontract Modification

via CR0289 (CC. No. 20190219.002L): $ (1,905,000.00)

Current TKJV request to issue a Subcontract

Modification to Crown Corr, Inc. in the total lump

sum amount of: $ 754,475.00

Total Crown Corr, Inc. Proposal for VE Item 14.1

(SOV Line Item 29): $ (1,150,525.00)

Deduct from Owner Contingency: $ (754,475.00)

TKJV to issue a Subcontract Modification to MSE2,

Inc. dba Mader Southeast in the total lump sum

amount of: $ 571,500.00

Deduct from GMP No. 7-S.1 Allowance SOV Line Item 29: $ (571,500.00)

Remaining Balance for GMP No. 7-S.1 Allowance SOV

Line Item 29: $ 0.00

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractors identified and committed to

participate on BP-S00147 (GMP No. 7-S.1) for these subcontract modifications

are P&A Roofing & Sheet Metal, Inc. (Non-MWBE/LDB/VBE); Crown Corr, Inc. (Non-

MWBE/LDB/VBE); and MSE2, Inc. dba Mader Southeast (Non-MWBE/LDB/VBE). There

is no small business participation associated with the proposed modifications.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, 2-DD, 2-EE, 2-FF, 2-GG, 2-HH, 2-II, 2-JJ, and 2-KK were considered in

one motion.

Minutes of the Construction Committee Meeting, June 23, 2020

Page 29 of 47

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue Subcontract

Modifications on BP-S00147, South Terminal C, Phase 1 - Landside Terminal

Remaining Structure and Systems (GMP No. 7-S.1), for the total amount of

$1,347,795.00, which includes the lump sum amount of $200,547.00 to P&A Roofing

& Sheet Metal, Inc.; the lump sum amount of $554,748.00 to Crown Corr, Inc.;

and the lump sum amount of $592,500.00 to MSE2, Inc. dba Mader Southeast; with

funding from Passenger Facility Charges and General Airport Revenue Bonds.

X. Subcontract Modification for BP-S00147 (GMP No. 7-S.1) with Hommes Masonry Inc. dba Toltec Construction for CR0493-LST-RFIs 2095 and 2095.1-CMU Bond Beam

Elevator Entryway and Bracing. Mr. Corthell presented the memorandum,

requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a

Subcontract Modification on BP-S00147, South Terminal C, Phase 1 - Landside

Terminal Remaining Structure and Systems (GMP No. 7-S.1), at the Orlando

International Airport, in the total amount of $37,604.00 to Hommes Masonry

Inc. dba Toltec Construction for CR0493-LST-RFIs 2095 and 2095.1-CMU Bond Beam

Elevator Entryway and Bracing. Bid Package 4.0.0 for Masonry was previously

awarded within GMP No. 7-S.1 to Hommes Masonry Inc. dba Toltec Construction,

CC No. 20181002.09

TKJV is proposing a subcontract modification to Hommes Masonry Inc. dba Toltec

Construction in the total lump sum amount of $37,604.00 for CR0493-LST-RFIs

2095 and 2095.1-CMU Bond Beam Elevator Entryway and Bracing. The modified

scope of work consists of all labor, material and equipment associated with

the installation of 8" reinforced bond beam across the entire course of CMU

back of house elevator thresholds per RFIs 2095 and 2095.1, CMU Bond Beam

Elevator Entryway and Bracing.

Approval of this subcontract modification to Hommes Masonry Inc. dba Toltec

Construction resolves all requests for cost and time associated with RFIs 2095

and 2095.1 for GMP No. 7-S.1 Concrete Masonry Unit Scope. CRs are forthcoming

for GMP No. 7-S Structural Steel scope and GMP No. 7-S.1 Drywall scope. There

are no cost impacts to GMP Nos. 7-S.2, 7-S.3 and 7-S.4.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontract Modification for this project is as follows:

TKJV to issue a subcontract modification to Hommes

Masonry Inc. dba Toltec Construction in the amount of: $ 37,604.00

Deduct from P1 CMAR Contingency: $ (37,604.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00147 (GMP No. 7-S.1) for this subcontract modification is

Hommes Masonry Inc. dba Toltec Construction (MWBE). There is 100% MWBE

participation associated with this modification.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, 2-DD, 2-EE, 2-FF, 2-GG, 2-HH, 2-II, 2-JJ, and 2-KK were considered in

one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Minutes of the Construction Committee Meeting, June 23, 2020

Page 30 of 47

Subcontract Modification to Hommes Masonry Inc. dba Toltec Construction on

BP-S00147, South Terminal C, Phase 1 - Landside Terminal Remaining Structure

and Systems (GMP No. 7-S.1), for the total lump sum amount of $37,604.00, with

funding from General Airport Revenue Bonds.

Y. Subcontract Modification for BP-S00147 (GMP No. 7-S.1) with Hommes Masonry Inc. dba Toltec Construction for CR0810-LST-RFI 3581-Moved CMU Mechanical

Shaft Wall. Mr. Corthell presented the memorandum, requesting approval for

Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-

S00147, South Terminal C, Phase 1 - Landside Terminal Remaining Structure and

Systems (GMP No. 7-S.1), at the Orlando International Airport, in the total

amount of $761.00 to Hommes Masonry Inc. dba Toltec Construction for CR0810-

LST-RFI 3581-Moved CMU Mechanical Shaft Wall. Bid Packages 4.0.0 "Masonry"

and 9.1.0 "Drywall & Framing" were previously awarded within GMP No. 7-S.1 to,

respectively, Hommes Masonry Inc. dba Toltec Construction CC No. 20181002.09

TKJV is proposing a subcontract modification to Hommes Masonry Inc. dba Toltec

Construction in the total lump sum amount of $761.00 for CR0810-LST-RFI 3581-

Moved CMU Mechanical Shaft Wall. RFI 3581 confirmed a return to original

position of a wall at west side of prefabricated Electrical Room 02-0025 to

avoid rework to construction already completed, but at the same time confirmed

that the CMU wall of mechanical shaft needed to be relocated to the west to

assure it is sitting atop concrete wall below, and this direction resulted in

an enlargement of mechanical shaft size. The modified scope of work consists

of all labor, material and equipment costs associated with installing 8" CMU

mechanical shaft wall per the wall shift by 8" westward, as captured in RFI

3581 response.

Approval of this subcontract modifications to Hommes Masonry Inc. dba Toltec

Construction resolves all requests for cost and time associated with RFI 3581

for the Masonry scope in GMP No. 7-S.1. CRs are forthcoming for the following

scopes: GMP No. 7-S Structure; GMP No. 7-S.1 Drywall, Doors and Hardware; and,

GMP No. 7-S.3 Electrical. There will be no additional CRs associated with RFI

3581 other than the ones listed above.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontract Modification for this project is as follows:

TKJV to issue a subcontract modification to Hommes

Masonry Inc. dba Toltec Construction in the amount of: $ 761.00

Deduct from P1 CMAR Contingency: $ (761.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00147 (GMP No. 7-S.1) for this subcontract modification is

Hommes Masonry Inc. dba Toltec Construction (MWBE). There is 100% MWBE

participation associated with this modification.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, 2-DD, 2-EE, 2-FF, 2-GG, 2-HH, 2-II, 2-JJ, and 2-KK were considered in

one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Minutes of the Construction Committee Meeting, June 23, 2020

Page 31 of 47

Subcontract Modification to Hommes Masonry Inc. dba Toltec Construction on

BP-S00147, South Terminal C, Phase 1 - Landside Terminal Remaining Structure

and Systems (GMP No. 7-S.1), for the total lump sum amount of $761.00, with

funding from Passenger Facility Charges and General Airport Revenue Bonds.

Z. Subcontract Modification for BP-S00150 (GMP No. 9-S) with Gulf Mechanical Contractors, LLC for CR0491.3-PKG-RFIs 1937, 1937.2 and 2444-Relocation of

Escalator Sump-Plumbing. Mr. Corthell presented the memorandum, requesting

approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract

Modification on BP-S00150, South Terminal C, Phase 1, Parking Facility - Phase

1 (GMP No. 9-S), at the Orlando International Airport, in the total amount of

$14,169.00 to Gulf Mechanical Contractors, LLC for CR0491.3-PKG-RFIs 1937,

1937.2 and 2444-Relocation of Escalator Sump-Plumbing. Bid Package 22.0.0

"Plumbing" was previously awarded within GMP No. 9-S to Gulf Mechanical

Contractors, LLC CC No. 20171010.16.

TKJV is proposing a subcontract modification to Gulf Mechanical Contractors,

LLC, in the total lump sum amount of $14,169.00 for CR0491.3-PKG-RFIs 1937,

1937.2 and 2444-Relocation of Escalator Sump-Plumbing. The modified scope of

work captured in this request consists of all material, labor and equipment

costs associated with excavating, dewatering, laying gravel base, installing

pit and backfill per RFIs 1937, 1937.2 and 2444 revisions.

The approval of this subcontract modification resolves all requests for cost

and time associated with PKG RFIs 1937, 1937.2 and 2444 for the plumbing scope.

The followings are all the remaining CRs and trades associated with these RFIs

that have been or will be submitted:

CR0491 Electrical and Fire Protection scope in GMP No. 9-S. Approved (CC

No. 20191217.03M).

CR0491.1 Door Frames and Hardware scope. Approved (CC No. 20191217.03M).

CR0491.2 Masonry scope in GMP No. 9-S.1. Voided.

CR0815 Masonry Final Negotiation in GMP No. 9-S.1. Approved (CC No.

20200310.03T).

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included.

By approving this request, the Owner does not waive its right to enforce the

contract requirements for other requests for cost or time.

The effect of this Subcontract Modification for this project is as follows:

TKJV to issue subcontract modification to Gulf

Mechanical Contractors, LLC in the lump sum amount of: $ 14,169.00

Deduct from P1 Owner Contingency: $ (14,169.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00150 (GMP No. 9-S) for this subcontract modification is

Gulf Mechanical Contractors, LLC (Non-MWBE/LDB/VBE). There is no small business

participation associated with this modification.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, 2-DD, 2-EE, 2-FF, 2-GG, 2-HH, 2-II, 2-JJ, and 2-KK were considered in

one motion.

Minutes of the Construction Committee Meeting, June 23, 2020

Page 32 of 47

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontract Modification to Gulf Mechanical Contractors, LLC on BP-S00150,

South Terminal C, Phase 1 - Parking Facility - Phase 1 (GMP No. 9-S), for the

total lump sum amount of $14,169.00, with funding from Customer Facility

Charges and General Airport Revenue Bonds.

AA. Subcontract Modification for BP-S00150 (GMP No. 9-S) with Gulf Mechanical

Contractors, LLC for CR0718.2-PKG-RFIs-2801.2 and 2801.3 - Elevator Machine

Room Level 7-Plumbing Changes. Mr. Corthell presented the memorandum,

requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a

Subcontract Modification on BP-S00150, South Terminal C, Phase 1, Parking

Facility - Phase 1 (GMP No. 9-S), at the Orlando International Airport, in the

total amount of $2,421.00 to Gulf Mechanical Contractors, LLC for CR0718.2-

PKG-RFIS-2801.2 and 2801.3 - Elevator Machine Room Level 7-Plumbing Changes.

Bid Package 22.0.0 "Plumbing" was previously awarded within GMP No. 9-S to

Gulf Mechanical Contractors, LLC CC No. 20171010.16.

TKJV is proposing a subcontract modification to Gulf Mechanical Contractors,

LLC, in the total lump sum amount of $2,421.00 for CR0718.2-PKG-RFIs-2801.2

and 2801.3 - Elevator Machine Room Level 7-Plumbing Changes. The modified

scope of work captured in this request consists of all material, labor and

equipment costs associated with relocating roof storm drains, condensate hub

drain and hose bib per RFI 2801.2 and 2801.3 responses.

The approval of this subcontract modification resolves all requests for cost

and time associated with PKG RFIs 2801.2 and 2801.3 for the plumbing scope.

The following are all the remaining CRs associated with these RFIs that have

been or will be submitted:

CR0718.Electrical Scope (Approved), CC No. 20200225.002K

CR0718.1-Drywall Scope (Approved), CC No. 20200310.003R

CR0718.3-Doors, Frames and Hardware Scope (Approved), CC No.

20200303.002Y

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included.

By approving this request, the Owner does not waive its right to enforce the

contract requirements for other requests for cost or time.

The effect of this Subcontract Modification for this project is as follows:

TKJV to issue subcontract modification to Gulf

Mechanical Contractors, LLC in the lump sum amount of: $ 2,421.00

Deduct from P1 Owner Contingency: $ (2,421.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00150 (GMP No. 9-S) for this subcontract modification is

Gulf Mechanical Contractors, LLC (Non-MWBE/LDB/VBE). There is no small business

participation associated with this modification.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, 2-DD, 2-EE, 2-FF, 2-GG, 2-HH, 2-II, 2-JJ, and 2-KK were considered in

one motion.

Minutes of the Construction Committee Meeting, June 23, 2020

Page 33 of 47

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontract Modification to Gulf Mechanical Contractors, LLC on BP-S00150,

South Terminal C, Phase 1 - Parking Facility - Phase 1 (GMP No. 9-S), for the

total lump sum amount of $2,421.00, with funding from Customer Facility Charges

and General Airport Revenue Bonds.

BB. Subcontract Award for BP-S00150 (GMP No. 9-S) with Percopo Coatings Company,

LLC for CR1042-9S-PKG-Canopy Painting -Award. Mr. Corthell presented the

memorandum, requesting approval for Turner-Kiewit Joint Venture (TKJV) to

issue a Subcontract Award on BP-S00150, South Terminal C, Phase 1, Parking

Facility - Phase 1 (GMP No. 9-S), at the Orlando International Airport, in the

total amount of $174,635.00 to Percopo Coatings Company, LLC for CR1042-9S-

PKG-Canopy Painting -Award. GMP No. 9-S was previously awarded to Turner-

Kiewit Joint Venture via Addendum No. 7, CC No. 20171010.016.

TKJV is proposing a subcontract award to Percopo Coatings Company, LLC in the

total lump sum amount of $174,635.00 for BP 9.7.0 Parking Garage "Canopy

Painting" scope of work. The subcontract will include all labor, material and

equipment as described on Percopo Coatings Company, LLC proposal, dated

February 19, 2020, TKJV's scope of work, dated April 9, 2020, and documents

through PKG Bulletin 11 and CWS Bulletin 16. The scope of work includes the

painting of the PKG Canopies including the exposed structure, underside of the

decks, and columns, of both the Upper Canopy (Level 6) and Lower Canopy

(Level 4).

The approval of this subcontract Award to Percopo Coatings Company, LLC

resolves all requests for cost and time associated with BP 9.7.0 PKG Canopy

Painting award.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontract Award for this project is as follows:

TKJV to issue subcontract award to Percopo Coatings

Company, LLC in the lump sum amount of: $ 174,635.00

Current GMP Line Item 13 balance: $ 361,305.00

Deduct from GMP Line Item 13: $ (174,635.00)

Add to CWE CM@R Contingency: $ 186,670.00

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00150 (GMP No. 9-S) for this subcontract modification is

Percopo Coatings Company, LLC (MWBE). There is 96% MWBE and 4% LDB

participation associated with this award.

Vice Chair Sharman asked if there is sufficient budget for this request

considering any potential reductions. Mr. Corthell answered yes, that there

is a line-item for the request.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, 2-DD, 2-EE, 2-FF, 2-GG, 2-HH, 2-II, 2-JJ, and 2-KK were considered in

one motion.

Minutes of the Construction Committee Meeting, June 23, 2020

Page 34 of 47

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontract Award to Percopo Coatings Company, LLC on BP-S00150, South Terminal

C, Phase 1 - Parking Facility - Phase 1 (GMP No. 9-S), for the total lump sum

amount of $174,635.00, with funding from Customer Facility Charges.

CC. Subcontract Modification for BP-S00156 (GMP No. 14-S) with Kirlin Florida, LLC

for CR0767.1-CEP-CWS Bulletin No. 17-lnsulation Thickness for chilled Water

Piping. This item was deferred.

DD. Subcontractor Modifications for BP-S00168 (GMP No. 6-S.4) with M.C. Dean, Inc.

for CR0599.1-6S4-RFI 2440 Fire Alarm Relays for Physical Access Control System

(PACS) Panels. Mr. Corthell presented the memorandum, requesting approval for

Hensel Phelps Construction (HPC) to issue Subcontract Modifications on BP-

S00168, South Terminal C, Phase 1 - Interior Finishes and Specialties (GMP No.

6-S.4), at the Orlando International Airport, in the total amount of $844.00

to M.C. Dean, Inc., for CR0599.1-6S4-RFI 2440 Fire Alarm Relays for Physical

Access Control System (PACS) Panels. Bid Package for BP-S168 27.01 "Airside

Concourse Low Voltage Systems" has been previously awarded within GMP No.

6-S.4 to M. C. Dean, Inc., CC No. 20181002.010.

HPC is requesting to issue a Subcontractor Modification to M.C. Dean, Inc. in

the total Lump Sum amount of $844.00 for CR0599.1-6S4-RFI 2440 Fire Alarm

Relays for Physical Access Control System (PACS) Panels. The modified scope

of work consists of the costs associated with the added Fire Alarm Relay Type

AR5 at GOAA IDF Room 02.3385, per RFI 2440 response and sketches.

The approval of this Subcontract Modification to M.C. Dean, Inc. resolves all

requests for cost and time resulting from RFI 2440 in GMP No. 6-S.4. Cost

impact of RFI 2440 to GMP No. 6-S.6 will be submitted via CR0599.2 for a future

CCM approval.

HPC has submitted documentation including the subcontractor's proposal to

support this request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontractor Modification for this project is as follows:

HPC to issue a subcontract modification to M.C. Dean, Inc.

in the lump sum amount of: $ 844.00

Deduct from P1 Owner Contingency $ (844.00)

Hensel Phelps Construction is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00168 (GMP No. 6-S.4) for this subcontract modification is

M.C. Dean, Inc. (Non-MWBE/LDB/VBE). There is no small business participation

associated with this modification.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, 2-DD, 2-EE, 2-FF, 2-GG, 2-HH, 2-II, 2-JJ, and 2-KK were considered in

one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Hensel Phelps Construction to issue

Subcontractor Modifications to M.C. Dean, Inc., on BP-S00168, South Terminal

C, Phase 1 - Interior Finishes and Specialties (GMP No. 6-S.4), for the total

Minutes of the Construction Committee Meeting, June 23, 2020

Page 35 of 47

lump sum amount of $844.00, with funding from Passenger Facility Charges and

General Airport Revenue Bonds.

EE. Subcontractor Modifications for BP-S00168 (GMP No. 6-S.4) with Empire Office,

Inc.; Percopo Coatings Company, LLC; SkyBuilders USA, LLC; and M.C. Dean,

Inc.; for CR0387-6S4-ASC Bulletin 028 Updates. Mr. Corthell presented the

memorandum, requesting approval for Hensel Phelps Construction (HPC) to issue

Subcontract Modifications on BP-S00168, South Terminal C, Phase 1 - Interior

Finishes and Specialties (GMP No. 6-S.4), at the Orlando International Airport,

in the total deductive amount of ($128,891.00) to Empire Office, Inc.; Percopo

Coatings Company, LLC; SkyBuilders USA, LLC; and M.C. Dean, Inc.; for CR0387-

6S4-ASC Bulletin 028 Updates. Bid Package for BP-S168 09.08 "Tile", 09.11

"Painting", 10.01 "Interior Specialties", and 27.01 "ASC Low Voltage Systems"

were previously awarded within the GMP No. 6-S.4, respectively, to Empire

Office, Inc.; Percopo Coatings Company, LLC; SkyBuilders USA, LLC; and M.C.

Dean, Inc.; CC Reference No. 20181002.010.

HPC is proposing the following Subcontractors Modifications to;

1. Empire Office, Inc. in the deductive Lump Sum amount of ($15,303.00), for the deleted porcelain tiles, ceramic tiles and waterproofing at

restrooms and plumbing chases in tenant spaces, Areas 27, 28 and 29;

2. Percopo Coatings Company, LLC in the deductive Lump Sum amount of

($2,181.00), for the reduction of the painting works at restroom

ceilings, doors and frames in tenant spaces, Areas 27, 28 and 29;

3. SkyBuilders USA, LLC in the deductive Lump Sum amount of ($15,385.00), for the reduction of the Interior Specialties items such as Fire

Extinguishers, Dispensers, Mirrors, Grab Bars, and Toilet Partitions at

restrooms in tenant spaces, Areas 27, 28 and 29; and,

4. M.C. Dean, Inc. in the deductive Lump Sum amount of ($96,022.00), for the Electrical Low Voltage System deleted scope including conduit, wiring

and pathways, outlets, security, audio/visual, and fire alarm devices

throughout the tenant spaces, Areas 27, 28 and 29.

HPC will submit Time Impact Analysis (TIA 070) requesting additional time

associated with this scope of work for ASC Bulletin 028.

ASC Bulletin 028 affected the scope of work in GMP Nos. 6-S.1, 6-S.2, 6-S.3,

6-S.4, and 6-S.6. The approval of these Subcontractors Modifications to Empire

Office, Inc.; Percopo Coatings Company, LLC; SkyBuilders USA, LLC; and M.C.

Dean, Inc.; resolves all requests for cost resulting from ASC Bulletin 028;

RFIs 1317, 1477, 1546, 1795, 1175, 1176, 1177, 1356.1, 1477.1, 1681, 1681.1,

and 1684 and 1356 in GMP No. 6-S.4. Costs for patching of Fireproofing and

Insulation, and Testing and Inspection, if any, are excluded and will be

submitted in future CRs. Costs of RFIs 0818, 0818.1, 0818.2 and 0818.3 are

excluded and will be submitted in future CRs. Costs of RFI 1177 associated

with the "HVAC" scope of work were approved via CC No. 20191203.01A (CR0388-

6S1). Costs of RFI 1356 associated with the "Building Concrete" scope of work

were approved via CC No. 20200421.03E (CR0529). Impacts of ASC Bulletin 028

to GMP No. 6-S.2 were approved via CC No. 20200204.02G (CR0385-6S2). Impacts

of ASC Bulletin 028 to GMP No. 6-S.3 were approved via CC No. 20200421.03G

(CR0386-6S3). Impacts associated with RFI 1684.1 are included only for the

Doors, Frames and Hardware trade (CR0386-6S3). Impacts of ASC Bulletin 028 to

GMP No. 6-S.1 will be submitted via CR0384-6S4 for a future CCM approval.

Impacts to GMP No. 6-S.4 Low Voltage associated with RFI 1684.1 were approved

via CC No. 20200114.03P (CR0440.2-6S4). Impacts to GMP No. 6-S.1 Masonry

Minutes of the Construction Committee Meeting, June 23, 2020

Page 36 of 47

associated with RFI 1684.1 will be submitted for a future CCM approval

(CR0440.1-6S1). Impacts to GMP Nos. 6-S.4 and 6-S.6 associated with RFI 1672

were approved, respectively, via CC No. 20200303.02BB (CR0481) and CC No.

20200324.02PP (CR0509). All other trades impacted by RFI 1684.1 are to be

submitted in future CRs. There are no costs to GMP Nos. 6-S or 6-S.5. The OAR

will evaluate TIA-070 and any additional time recommended to be granted will

be submitted at a future CCM.

HPC has submitted documentation including the subcontractor's proposal to

support this request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontractor Modification for this project is as follows:

HPC to issue a subcontract modification to Empire Office,

Inc. in the deductive lump sum amount of:

$ (15,303.00)

HPC to issue a subcontract modification to Percopo

Coatings Company, LLC in the deductive lump sum amount of:

$ (2,181.00)

HPC to issue a subcontract modification to SkyBuilders

USA, LLC in the deductive lump sum amount of:

$ (15,385.00)

HPC to issue a subcontract modification to M.C. Dean, Inc.

in the deductive lump sum amount of:

$ (96,022.00)

Add to P1 Owner Contingency: $ 128,891.00

Hensel Phelps Construction is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractors identified and committed to

participate on BP-S00168 (GMP No. 6-S.4) for these subcontract modifications

are Empire Office, Inc. (Non-MWBE/LDB/VBE); Percopo Coatings Company, LLC (Not

MWBE at the time of the award of "Painting" Bid Package); SkyBuilders USA, LLC

(MWBE/LDB); and M.C. Dean, Inc. (Non-MWBE/LDB/VBE). There is an overall

reduction of 20.8% MWBE and 11.9% LDB participation associated with the

proposed modifications.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, 2-DD, 2-EE, 2-FF, 2-GG, 2-HH, 2-II, 2-JJ, and 2-KK were considered in

one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Hensel Phelps Construction to issue

Subcontractor Modifications to M.C. Dean, Inc., on BP-S00168, South Terminal

C, Phase 1 - Interior Finishes and Specialties (GMP No. 6-S.4), for the total

deductive amount of ($128,891.00), which includes the deductive lump sum amount

of ($15,303.00) to Empire Office, Inc.; the deductive lump sum amount of

($2,181.00) to Percopo Coatings Company, LLC; the deductive lump sum amount

of ($15,385.00) to SkyBuilders USA, LLC; and the deductive lump sum amount of

($96,022.00) to M.C. Dean, Inc.; with funding credited to Passenger Facility

Charges and General Airport Revenue Bonds.

FF. Subcontractor Modifications for BP-S00168 (GMP No. 6-S.4) with M.C. Dean, Inc.

for CR0491-6S4-RFI 1698.1 Monitoring of Added Fire Dampers. Mr. Corthell

presented the memorandum, requesting approval for Hensel Phelps Construction

(HPC) to issue Subcontract Modifications on BP-S00168, South Terminal C, Phase

1 - Interior Finishes and Specialties (GMP No. 6-S.4), at the Orlando

International Airport, in the total amount of $141,204.00 to M.C. Dean, Inc.,

for CR0491-6S4-RFI 1698.1 Monitoring of Added Fire Dampers. Bid Package for

Minutes of the Construction Committee Meeting, June 23, 2020

Page 37 of 47

BP-S168 27.01 "Airside Concourse Low Voltage Systems" has been previously

awarded within GMP No. 6-S.4 to M. C. Dean, Inc., CC No. 20181002.010.

HPC is requesting to issue a Subcontractor Modification to M.C. Dean, Inc. in

the total Lump Sum amount of $141,204.00 for CR0491-6S4-RFI 1698.1 Monitoring

of Added Fire Dampers. The modified scope of work consists of all material,

labor and equipment costs associated with monitoring the added Fire Dampers

that are required by the Florida Building Code. RFI 1698.1 response and

sketches confirmed the code requirements for protecting the ductwork

penetrating through 1-hour fire-rated walls with Fire Dampers (FD) and Fire

Smoke Dampers (FSD) and called out the Dampers at 86 locations in the Airside

Concourse Building.

The approval of this Subcontract Modification to M.C. Dean, Inc. resolves all

requests for cost and time resulting from RFI 1698.1 in GMP No. 6-S.4. Costs

for patching of Fireproofing and Testing & Inspection, if any, will be

submitted in a future CR. Cost impact of RFI 1698.1 to GMP Nos. 6-S.1, 6-S.2,

6-S.3 will be submitted in future CRs.

HPC has submitted documentation including the subcontractor's proposal to

support this request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontractor Modification for this project is as follows:

HPC to issue a subcontract modification to M.C. Dean, Inc.

in the lump sum amount of: $ 141,204.00

Deduct from P1 Owner Contingency $(141,204.00)

Hensel Phelps Construction is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00168 (GMP No. 6-S.4) for this subcontract modification is

M.C. Dean, Inc. (Non-MWBE/LDB/VBE). There is no small business participation

associated with this modification.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, 2-DD, 2-EE, 2-FF, 2-GG, 2-HH, 2-II, 2-JJ, and 2-KK were considered in

one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Hensel Phelps Construction to issue

Subcontractor Modifications to M.C. Dean, Inc., on BP-S00168, South Terminal

C, Phase 1 - Interior Finishes and Specialties (GMP No. 6-S.4), for the total

lump sum amount of $141,204.00, with funding from Passenger Facility Charges

and General Airport Revenue Bonds.

GG. Subcontractor Modification for BP-S00170 (GMP No. 5-S.6) with Kiewit

Infrastructure South Co. for CR0671.7-LSC-Hurricane Dorian Preparation and

Recovery. Mr. Corthell presented the memorandum, requesting approval for

Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-

S00170, South Terminal C, Phase 1 - Underground Electrical Distribution (GMP

No. 5-S.6), at the Orlando International Airport, in the total amount of

$36,249.00 to Kiewit Infrastructure South Co., for CR0671.7-LSC-Hurricane

Dorian Preparation and Recovery. Bid Package 26.0.0 "LSC Primary Power" was

previously awarded within GMP No. 5-S.6 to Kiewit Infrastructure South Co, CC

No. 20180605.008.

Minutes of the Construction Committee Meeting, June 23, 2020

Page 38 of 47

TKJV is requesting to issue a Subcontractor Modification to Kiewit

Infrastructure South Co. in the total lump sum amount of $36,249.00 for

CR0671.7-LSC-Hurricane Dorian Preparation and Recovery. The scope of Hurricane

Dorian preparatory work consists of all material, labor and equipment required

to secure or remove subcontractor owned equipment and materials. Work includes

the temporary removal of fencing, removal of MOT, backfilling open holes around

incomplete work; grading additional slopes for drainage, expediting disposal

of trash, emptying dumpsters to prepare for recovery; and preparing fuel pumps

for dewatering. The scope of Hurricane Dorian recovery work includes costs to

remobilize the jobsite including reinstalling MOT, repairing damaged slopes

and grades from heavy rains, reinstalling fence and wind susceptible materials,

recovering materials and removing bands; and removing pumps set up for

dewatering.

The approval of this subcontract modification to Kiewit Infrastructure South

Co. resolves all requests for costs and time associated with Hurricane Dorian

preparation and recovery for GMP No. 5-S.6.

TKJV has submitted documentation, including the subcontractor's proposal to

support their request. An independent cost review is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontractor Modification for this project is as follows:

TKJV to issue a subcontract modification to Kiewit

Infrastructure South Co. in the lump sum amount of: $ 36,249.00

Deduct from P1 CM@R Contingency: $(36,249.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00170 (GMP No. 5-S.6) for this subcontract modification is

Kiewit Infrastructure South Co. (Non-MWBE/LDB/VBE). There is 20% MWBE and

participation and 8.5% LDB participation associated with this modification.

Ms. Schneider asked if this is the final request related to Hurricane Dorian.

Mr. Corthell replied no, that there are a couple of additional items

forthcoming. Vice Chair Sharman asked if the items in process now are the

last expected. Mr. Corthell answered yes.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, 2-DD, 2-EE, 2-FF, 2-GG, 2-HH, 2-II, 2-JJ, and 2-KK were considered in

one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontractor Modification to Kiewit Infrastructure South Co., on BP-S00170,

South Terminal C, Phase 1 - Underground Electrical Distribution (GMP

No. 5-S.6), for the total lump sum amount of $36,249.00, with funding from

General Airport Revenue Bonds.

HH. Subcontractor Modification for BP-S00170 (GMP No. 5-S.6) with Kiewit

Infrastructure South Co. for CR0504-5S.6-LSC-Root Material Removal.

Mr. Corthell presented the memorandum, requesting approval for Turner-Kiewit

Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00170, South

Terminal C, Phase 1 - Underground Electrical Distribution (GMP No. 5-S.6), at

the Orlando International Airport, in the total amount of $26,895.00 to Kiewit

Minutes of the Construction Committee Meeting, June 23, 2020

Page 39 of 47

Infrastructure South Co. for CR0504-5S.6-LSC-Root Material Removal. Bid

Package 26.0.0 "LSC Primary Power" was previously awarded within GMP No.

5-S.6 to Turner-Kiewit Joint Venture, CC No. 20180605.008.

TKJV is requesting to issue a Subcontractor Modification to Kiewit

Infrastructure South Co. in the total lump sum amount of $26,895.00 for CR0504-

5S.6-LSC-Root Material Removal. While Kiewit Infrastructure South Co. was

performing duct bank installation on Runs E03 and E04, root material was found

and subsequently removed. As unsuitable materials were found, these areas were

filled in with stone and filter fabric. Also, at Run E04 due to a sock drain

being ripped during excavation of roots that ran deeper than the planned

excavation, additional pump use was required for dewatering. The modified

scope of work captured in this request consists of all labor, material and

equipment costs associated with removing root material from demucked areas at

PPD that went beyond original scope of work. Scope includes costs for repairing

damaged sock drain and added well point pump time.

The approval of this subcontract modification to Kiewit Infrastructure South

Co. resolves all requests for cost and time associated with the additional

root material removal and scope of work as delineated in CR0504-5S.6-LSC-Root

Material Removal.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontractor Modification for this project is as follows:

TKJV to issue a subcontract modification to Kiewit

Infrastructure South Co. in the lump sum amount of: $ 26,895.00

Deduct from P1 CM@R Contingency: $ (26,895.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00170 (GMP No. 5-S.6) for this subcontract modification is

Kiewit Infrastructure South Co. (Non-MWBE/LDB/VBE). There is 3.7% LDB

participation associated with this modification.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, 2-DD, 2-EE, 2-FF, 2-GG, 2-HH, 2-II, 2-JJ, and 2-KK were considered in

one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontractor Modification to Kiewit Infrastructure South Co., on BP-S00170,

South Terminal C, Phase 1 - Underground Electrical Distribution (GMP

No. 5-S.6), for the total lump sum amount of $26,895.00, with funding from

General Airport Revenue Bonds.

II. Subcontractor Modification for BP-S00173 (GMP No. 7-S.3) with M.C. Dean, Inc.

for CR0916.1-LST-RFI 2983.1 Intermediate Distribution Frame (IDF) Rooms 01-

638AX and 01-638BX Layout (Electrical Scope). Mr. Corthell presented the

memorandum, requesting approval for Turner-Kiewit Joint Venture (TKJV) to

issue a Subcontract Modification on BP-S00173, South Terminal C, Phase 1,

Landside Terminal, MEP Systems - FDOT (GMP No. 7-S.3), at the Orlando

International Airport, in the total deductive amount of ($12,859.00) to M.C.

Dean, Inc. for CR0916.1-LST-RFI 2983.1 Intermediate Distribution Frame (IDF)

Minutes of the Construction Committee Meeting, June 23, 2020

Page 40 of 47

Rooms 01-638AX and 01-638BX Layout (Electrical Scope). Bid Package 26.0.0

"Electrical" was previously awarded within GMP No. 7-S.3 to MC Dean, Inc., CC

No. 20181002.11.

TKJV is requesting to issue a Subcontractor Modification to M.C. Dean, Inc.

in the total deductive lump sum amount of ($12,859.00) for CR0916.1-LST-RFI

2983.1 Intermediate Distribution Frame (IDF) Rooms 01-638AX and 01-638BX

Layout. The modified scope of work include updates to IDF rooms layout for 01-

638AX and 01-638BX, reducing quantity of equipment cabinet, revising camera

locations within the IDF rooms, revising the lighting and electrical design

according to updated room dimensions and equipment, and revising the Security

and Access Control Systems (SACS) at IDF room doors, as captured in RFI 2983.1.

The approval of this subcontract modification to M.C. Dean, Inc. resolves all

requests for cost and time associated with RFI 2983.1 scope of work in GMP No.

7-S.3. Cost impacts to GMP No. 7-S.1 were approved at CC No. 20200526.03V.

Initial P1X Electrical scope was added at CC No. 20190806.10. There are no

cost impacts to GMP Nos. 7-S, 7-S.2 and 7-S.4.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontractor Modification for this project is as follows:

TKJV to issue a subcontract modification to M.C.

Dean, Inc. in the deductive lump sum amount of: $ (12,859.00)

Add to P1X Owner Contingency: $ 12,859.00

Due to the funding source of this GMP No. 7-S.3, Turner-Kiewit Joint Venture

proposed a 10% DBE participation goal for Construction Services, in lieu of

MWBE and LDB participation goals. As such, Turner-Kiewit Joint Venture’s

committed MWBE and LDB Construction Services goals are not affected by this

modification. The subcontractor identified and committed to participate on

BP-S00173 (GMP No. 7-S.3) for this subcontract modification is M.C. Dean, Inc.

(Non-MWBE/LDB/VBE). There is no small business participation associated with

this modification.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, 2-DD, 2-EE, 2-FF, 2-GG, 2-HH, 2-II, 2-JJ, and 2-KK were considered in

one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontractor Modification to M.C. Dean, Inc. on BP-S00173, South Terminal C,

Phase 1, Landside Terminal, MEP Systems - FDOT (GMP No. 7-S.3), for the total

deductive lump sum amount of ($12,859.00), with funding credited to Passenger

Facility Charges and General Airport Revenue Bonds.

JJ. Subcontractor Modification for BP-S00176 (GMP No. 18-S) with Kiewit

Infrastructure South Co. for CR1054-SLR and LSC-Change Request Reconciliation

and Budget Reallocation. [A handout was presented, which includes an Office

of Small Business Participation Memorandum.] Mr. Corthell presented the

memorandum, requesting approval for Turner-Kiewit Joint Venture (TKJV) to

issue a Subcontract Modification on BP-S00176, South Terminal C, Phase 1 -

Site Logistics Relocation (GMP No. 18-S), at the Orlando International Airport,

in the total amount of $877,443.00 to Kiewit Infrastructure South Co. for

Minutes of the Construction Committee Meeting, June 23, 2020

Page 41 of 47

CR1054-SLR and LSC-Change Request Reconciliation and Budget Reallocation. GMP

No. 18-S Bid Package S176 was previously awarded to Kiewit Infrastructure

South Co., CC No. 20190108.003.

TKJV is requesting to issue a Subcontractor Modification to Kiewit

Infrastructure South Co. in the total lump sum amount $877,443 for CR1054 SLR

and LSC Change Request Reconciliation. The costs included in CR1054 are for

all remaining buyout items and extended schedule duration for Site Logistics

Relocation (SLR) and Landside Civil (LSC) work as described on the TK CR1054

letter and TIA No. 41.1 for SLR Bulletin 5.

The approval of this subcontract modification to Kiewit Infrastructure South

Co. resolves all costs and time for all past and current Kiewit Infrastructure

South Co. change requests for GMP No. 18-S scope of work with the exception

of the following scope deferment items that will be addressed in an upcoming

GMP amendment: LSC QTA Bridge, LSC fabric form rip rap at the Pond 70 outfall,

and the Audio/Visual (AV) portion of SLR Bulletin 7.

TKJV is also proposing a budget reallocation to transfer remaining balances

of GMP Allowance line items to Owner Contingency.

TKJV has submitted documentation including the subcontractor's proposal to

support their request. An independent cost estimate is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontractor Modification for this project is as follows:

TKJV to issue a subcontract modification to Kiewit

Infrastructure South Co. in the lump sum amount of: $ 877,443.00

Deduct from P1 CMAR Contingency: $ (72,492.00)

Deduct from P1X CMAR Contingency: $ (217,350.00)

Deduct from P1X Owner Contingency: $ (285,327.00)

Deduct from CWE Owner Contingency: $ (189,611.00)

Deduct from P1X GMP Allowance Line Item 11 - AV: $ (85,002.00)

Deduct from P1X GMP Allowance Line Item 12 - Fiber: $ (23,605.00)

Deduct from CWE GMP Allowance Line Item 12 - Fiber: $ (4,056.00)

Transfer P1X GMP Allowance Line Item 11 to P1X Owner

Contingency:

$ (57,220.00)

Transfer CWE GMP Allowance Line Item 11 to CWE Owner

Contingency:

$ (17,778.00)

Transfer P1X Allowance Line Item 12 to P1X Owner

Contingency:

$ (16,395.00)

Transfer CWE GMP Allowance Line Item 12 to CWE Owner

Contingency:

$ (15,944.00)

Transfer P1X GMP Allowance Line Item 14 to P1X Owner

Contingency:

$ (200,000.00)

Add to P1X Owner Contingency: $ 273,615.00

Add to CWE Owner Contingency: $ 33,722.00

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00176 (GMP No. 18-S) for this subcontract modification is

Kiewit Infrastructure South Co. (Non-MWBE/LDB/VBE). . There is 42.5% MWBE and

13.8% LDB participation associated with this modification.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

Minutes of the Construction Committee Meeting, June 23, 2020

Page 42 of 47

2-BB, 2-DD, 2-EE, 2-FF, 2-GG, 2-HH, 2-II, 2-JJ, and 2-KK were considered in

one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontractor Modification to Kiewit Infrastructure South Co. on BP-S00176,

South Terminal C, Phase 1 - Site Logistics Relocation (GMP No. 18-S), for the

total lump sum amount of $877,443.00, with funding from General Airport Revenue

Bonds, Customer Facility Charges, and Aviation Authority Funds.

KK. Subcontractor Modification for BP-S00178 (GMP No. 19-S) with Kiewit

Infrastructure South Co. for CR0671.9-AFC-Hurricane Dorian Preparation and

Recovery. Mr. Corthell presented the memorandum, requesting approval for

Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-

S00178, South Terminal C, Phase 1 - Airfield Civil (GMP No. 19-S), at the

Orlando International Airport, in the total amount of $28,659.00 to Kiewit

Infrastructure South Co. for CR0671.9-AFC-Hurricane Dorian Preparation and

Recovery. Bid Package 34.10.1 "Site Electrical and Communications" was

previously awarded within GMP No. 19-S to Kiewit Infrastructure South Co., CC

No. 20190604.026.

TKJV is requesting to issue a Subcontractor Modification to Kiewit

Infrastructure South Co.in the total lump sum amount of $28,659.00 for

CR0671.9-AFC-Hurricane Dorian Preparation and Recovery.

The scope of Hurricane Dorian preparatory work consists of all material, labor

and equipment required to secure or remove subcontractor owned equipment and

materials. Work includes the temporary removal of fencing, removal of MOT,

backfilling open holes around incomplete work; grading additional slopes for

drainage, expediting disposal of trash, emptying dumpsters to prepare for

recovery; and preparing fuel pumps for dewatering. The scope of Hurricane

Dorian recovery work includes costs to remobilize the jobsite including

reinstalling MOT, repairing damaged slopes and grades from heavy rains,

reinstalling fence and wind susceptible materials, recovering materials and

removing bands; and removing pumps set up for dewatering.

The approval of this subcontract modification to Kiewit Infrastructure South

Co. resolves all requests for costs and time associated with Hurricane Dorian

preparation and recovery for GMP No. 19-S.

TKJV has submitted documentation, including the subcontractor's proposal to

support their request. An independent cost review is included. By approving

this request, the Owner does not waive its right to enforce the contract

requirements for other requests for cost or time.

The effect of this Subcontractor Modification for this project is as follows:

TKJV to issue a subcontract modification to Kiewit

Infrastructure South Co. in the lump sum amount of: $ 28,659.00

Deduct from P1 CMAR Contingency: $ (15,842.00)

Deduct from P1X CMAR Contingency: $ (12,817.00)

Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation

for Construction Services. The subcontractor identified and committed to

participate on BP-S00178 (GMP No. 19-S) for this subcontract modification is

Kiewit Infrastructure South Co. (Non-MWBE/LDB). There is no small business

participation associated with this modification.

Minutes of the Construction Committee Meeting, June 23, 2020

Page 43 of 47

Ms. Schneider asked if this is the final request related to Hurricane Dorian.

Mr. Corthell replied no, that there are a couple of additional items

forthcoming. Vice Chair Sharman asked if the items in process now are the

last expected. Mr. Corthell answered yes.

Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,

2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, 2-Z, 2-AA,

2-BB, 2-DD, 2-EE, 2-FF, 2-GG, 2-HH, 2-II, 2-JJ, and 2-KK were considered in

one motion.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call,

with all votes yea, to approve Turner-Kiewit Joint Venture to issue a

Subcontractor Modification to Kiewit Infrastructure South, Co. on BP-S00178,

South Terminal C, Phase 1 - Airfield Civil (GMP No. 19-S), for the total lump

sum amount of $28,659.00, with funding from General Airport Revenue Bonds.

SOUTH TERMINAL C

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE TECHNOLOGY AND MULTI-MEDIA SYSTEMS

SPECIALTY ENGINEER FOR THE SOUTH TERMINAL C, PHASE 1 AGREEMENT WITH BURNS

ENGINEERING, INC. FOR DESIGN SERVICES FOR W-S00113 SOUTH TERMINAL C, PHASE 1 -

TECHNOLOGY AND MULTI-MEDIA SERVICES, AT THE ORLANDO INTERNATIONAL AIRPORT.

3. Mr. Corthell presented the memorandum, dated June 23, 2020, along with a

proposal from Burns Engineering, Inc., dated June 4, 2020, to provide design services related to the deferred scope on the Ground Transportation Facility.

Services include the technology, security, and fire alarm systems design effort

required to address the modified scope areas of the Ground Transportation Facility.

The scope of the work effort has been coordinated with HNTB, Rhodes + Brito, and

Turner-Kiewit Joint Venture (TKJV), and is based on the Scope Deferment Descriptions

developed by TKJV during STC P1/P1X Scope Alignment Meetings. The proposal includes

Burns Engineering’s staff and subconsultant personnel on a lump sum basis.

If approved, these services would be effective June 23, 2020.

Consultant shall, with each monthly invoice, certify that the assigned work and

services are on schedule to be completed within the contracted lump sum price, or

provide at time of certification a written notice to the Aviation Authority of any

deviations.

The Office of Small Business Development has reviewed the qualifications of the

subject contract’s MWBE/LDB/VBE specifications and determined that, due to the

limited and specialized scope of the required services, Burns Engineering, Inc. does

not propose any small business participation on this Addendum.

Vice Chair Sharman asked if Mr. Corthell was comfortable that the scope was defined

well enough for the lump sum funding. Mr. Corthell answered yes.

Upon motion of Ms. Schneider, second by Mr. Hunt, vote carried by roll-call, with

all votes yea, to approve an Addendum to the Technology and Multi-Media Systems

Specialty Engineer for the South Terminal C, Phase 1 Agreement with Burns

Engineering, Inc. for Design Services for W-S00113, South Terminal C, Phase 1 -

Technology and Multi-Media Services, for a total lump sum fee amount of $28,224.00,

with funding from General Airport Revenue Bonds.

Minutes of the Construction Committee Meeting, June 23, 2020

Page 44 of 47

GENERAL

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO. 81 TO THE GENERAL CONSULTING

SERVICES AGREEMENT WITH SCHENKEL & SHULTZ, INC. FOR ADDITIONAL ON-CALL GENERAL

CONSULTING SERVICES FOR THE POITRAS PROPERTY, AT THE ORLANDO INTERNATIONAL AIRPORT.

4. Mr. Sorondo presented the memorandum, dated June 23, 2020, along with a

proposal from Schenkel & Shultz, Inc., dated June 3, 2020, to provide Additional On-

Call General Consulting Services for the Poitras Property, at the Orlando

International Airport. On July 16, 2019, the Construction Committee approved

Addendum No. 81 in the amount of $20,000.00 to the above-referenced agreement.

Subsequently, on October 15, 2019, the Construction Committee approved Amendment

No. 1 to Addendum No. 81 in the amount of $20,000.00. Since that time, it has been

determined that additional meetings and coordination with the South Florida Water

Management District are required as furthered described in the Consultant's proposal,

dated June 3, 2020.

If approved, these services would be effective June 23, 2020.

The Office of Small Business Development has determined that due to the limited

scope of the required services, Schenkel & Shultz, Inc. does not propose any small

business participation on this Amendment.

Upon motion of Ms. Schneider, second by Mr. Hunt, vote carried by roll-call with all

votes yea, to approve an Amendment to Addendum No. 81 to the General Consulting

Services Agreement with Schenkel & Shultz, Inc. for Additional On-Call General

Consulting Services for the Poitras Property, for the total not-to-exceed fee amount

of $5,500.00, with funding from previously-approved Discretionary Funds.

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING ENVIRONMENTAL ENGINEERING

SERVICES AGREEMENT WITH TERRACON CONSULTANTS, INC. TO CONDUCT A LIMITED SITE

INVESTIGATION (LSI) AT THE FORMER UNDERGROUND STORAGE TANK (UST) AT THE AIRSIDE 3

(AS3) AUTOMATED GUIDEWAY TRANSIT (AGT) SITE, AT THE ORLANDO INTERNATIONAL AIRPORT.

5. Mr. Carrington presented the memorandum, dated June 23, 2020, along with a

proposal from Terracon Consultants, Inc., dated May 26, 2020, to conduct additional

soil and groundwater samples at the former UST site that was located on AS3 AGT

site. During the Piping Closure Assessment, it was determined that soils and

groundwater were impacted above Cleanup Target Levels as outlined in 62-777 Florida

Administration Code (FAC). Orange County Environmental Protection Division is

requesting additional Site Investigation activities.

If approved, these services would be effective the date of Construction Committee

approval.

The Office of Small Business Development has reviewed the qualifications of the

subject contract's MWBE/LDB/VBE specifications and determined that Terracon

Consultants, Inc. proposes 26.7% MWBE participation on this Addendum.

Upon motion of Mr. Patterson, second by Ms. Schneider, vote carried by roll-call

with all votes yea, to approve an Addendum to the Continuing Environmental

Engineering Services Agreement with Terracon Consultants, Inc. to conduct a Limited

Site Investigation at the Former Underground Storage Tank at the Airside 3 Automated

Guideway Transit Site, for the total amount of $13,244.00, which includes the not-

to-exceed fee amount of $8,078.00 and the not-to-exceed expense amount of $5,166.00,

with funding from previously-approved Operation and Maintenance Funds.

Minutes of the Construction Committee Meeting, June 23, 2020

Page 45 of 47

REQUEST FOR APPROVAL OF CONTRACTOR’S FINAL PAYMENT TO GILBANE BUILDING COMPANY, FOR

V-00881, DAKTRONICS SIGN ON PARKING ENTRANCE AND EXIT TOLL BOOTHS, AT THE ORLANDO

INTERNATIONAL AIRPORT.

6. Mr. Patterson presented the memorandum, dated June 23, 2020, requesting the

Contractor’s Final Payment to Gilbane Building Company for V-00881, Daktronics Signs

on Parking Entrance and Exit Toll Booths, at the Orlando International Airport. The

Construction Contract for the referenced project has been completed and all issues

involving the Contractor have been addressed and resolved.

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried by roll-call, with

all votes yea, to approve the Contractor’s Final Payment Authorization to Gilbane

Building Company for V-00881, Daktronics Signs on Parking Entrance and Exit Toll

Booths, at the Orlando International Airport.

INFORMATION ITEMS

7. The following items were presented for information only:

A. Field Change Order (FCO) Log

B. COVID-19 CCM Item Log

C. Revised GMP Budget, Buyout & Contingency Form for Turner-Kiewit Joint

Venture to issue a Subcontract Modification to Kiewit Infrastructure

South, Co. for BP-S00178 (GMP No. 19-S) South Terminal C, Phase 1 -

Airfield Civil, at the Orlando International Airport. [From Construction

Committee on April 28, 2020, Item No. 2-Q].

D. Revised Change Order for V-00927-01, Upgrade Airside 4 Recheck/Transfer

System Controls (Design/Build) with The Collage Design & Construction,

Inc. dba The Collage Companies, at the Orlando International Airport.

[From Construction Committee on June 9, 2020, Item No. 2-B].

E. Revised Change Order for V-00950-01, Upgrade Airside 4 Glass Window

Replacement with Gomez Construction Company, at the Orlando International

Airport. [From Construction Committee on June 9, 2020, Item No. 2-D].

F. Office of Small Business Participation Memorandum for the Request for

Approval of a Budget Reallocation to the Construction Management at Risk

(CM@R) Entity Services for the South Terminal C, Phase 1 Agreement with

Turner-Kiewit Joint Venture for BP-S00163 (GMP No. 5-S.5), South Terminal

C, Phase 1 - Enplane/Deplane Bridge & Roadways Balance of Work - FDOT for

CR01106-5S.5-LSC- Budget Reallocations-Enplane/ Deplane Bridge and

Roadways Balance of Work, at the Orlando International Airport. [From

Construction Committee on June 9, 2020, Item No. 3-S].

G. Office of Small Business Participation Memorandum for the Request for

Approval of an Addendum to the Architect of Record Services for the South

Terminal C, Phase 1 Agreement with HNTB Corporation for Design Services

for W-S00110, South Terminal C, Phase 1 - Architect of Record Services (&

Major Subs), at the Orlando International Airport. [From Construction

Committee on June 9, 2020, Item No. 4].

H. Office of Small Business Participation Memorandum for the Request for

Approval of an Addendum to the Program and Project Management Services

for the South Terminal C, Phase 1 Agreement with Cost Management, Inc.

for Passive Optical Local Area Network (PON) Services for W-S00111 South

Terminal C, Phase 1 - Program & Project Management Services (OAR), at the

Orlando International Airport. [From Construction Committee on June 9,

2020, Item No. 5].

Minutes of the Construction Committee Meeting, June 23, 2020

Page 46 of 47

I. Office of Small Business Participation Memorandum for the Request for

Approval of an Addendum to the Technology and Multi-Media Systems

Specialty Engineer for the South Terminal C, Phase 1 Agreement with Burns

Engineering, Inc. for Passive Optical Local Area Network (PON) Services

for W-S00113 South Terminal C, Phase 1 - Technology and Multi-Media

Services, at the Orlando International Airport. [From Construction

Committee on June 9, 2020, Item No. 6].

J. [A handout was presented, which includes a revised Information Item.]

Information Item for Procurement Process Refinement for WS-00145, South

Terminal C, Phase 1 and Phase 1X Owner Furnished FF&E and IT Items, at

the Orlando International Airport.

Ms. Sharman asked if this item is appropriate as an Information Item.

Legal Counsel answered yes, because it is only providing additional

details and no substantive changes.

K. [Converted to New Agenda Item No. 8] Revised GMP Budget, Buyout &

Contingency Form for Hensel Phelps Construction to issue a Subcontract

Modification to Central Hauling and Excavating, Inc. for BP-S00179 (GMP

No. 6-S.6) South Terminal C, Phase 1 - Airside Concourse (P1X Remaining

Scope), at the Orlando International Airport. [From Construction

Committee on March 24, 2020, Item No. 2-NN].

Vice Chair Sharman asked if this item is appropriate as an Information

Item. Legal Counsel answered no, because the conversion to “not-to-

exceed” from “lump sum” is a substantive change. Vice Chair Sharman

stated that Information Item No. 7-K will be converted to an actionable

item as Agenda Item No. 8 for approval by the Construction Committee.

NEW ITEM

REQUEST FOR APPROVAL OF A REVISED GMP BUDGET, BUYOUT AND CONTINGENCY FORM FOR HENSEL

PHELPS CONSTRUCTION TO ISSUE A SUBCONTRACT MODIFICATION TO CENTRAL HAULING AND

EXCAVATING, INC. FOR BP-S00179, SOUTH TERMINAL C, PHASE 1 - AIRSIDE CONCOURSE P1X

REMAINING SCOPE (GMP NO. 6-S.6), AT THE ORLANDO INTERNATIONAL AIRPORT.

8. [Formerly Agenda Item No. 7-K] The GMP Budget, Buyout and Contingency Form

was presented to request a revision to the previously-approved Item No. 2-NN on the

March 24, 2020, Construction Committee, for the conversion of funding from lump sum

to not-to-exceed for Hensel Phelps Construction to issue a Subcontract Modification

to Central Hauling and Excavating, Inc. on BP-S00179, South Terminal C, Phase 1 -

Airside Concourse P1X Remaining Scope (GMP No. 6-S.6), at the Orlando International

Airport.

Legal Counsel stated that the conversion to “not-to-exceed” from “lump sum” funding

is a substantive change, and therefore, it should not be an Information Item. Vice

Chair Sharman stated that Information Item No. 7-K will be converted to an actionable

item as Agenda Item No. 8 for approval by the Construction Committee.

Upon motion of Ms. Schneider, second by Mr. Patterson, vote carried by roll-call,

with all votes yea, to approve a revision to the previously-approved Item No. 2-NN

on the March 24, 2020, Construction Committee, for the conversion of funding from

lump sum to not-to-exceed for Hensel Phelps Construction to issue a Subcontract

Modification to Central Hauling and Excavating, Inc. on BP-S00179, South Terminal

C, Phase 1 - Airside Concourse P1X Remaining Scope (GMP No. 6-S.6).

On TUESDAY, JULY 21, 2020, the PROFESSIONAL SERVICES COMMITTEE met in regular session virtually in accordance with the Greater Orlando Aviation Authority’s established business distancing operational plan. Chairman Thornton called the meeting to order at 9:37 a.m. The meeting was posted in accordance with Florida Statutes with a quorum participating. Office of the Governor, Executive Order Number 20-69 Participating Committee members: Stanley J. Thornton, Chairman Davin Ruohomaki, Senior Director of Planning, Engineering, and Construction Gary Hunt, Director of Maintenance

Pam L’Heureux, Director of Finance

Also participating: Karen Ryan, Legal Counsel (Nelson Mullins Broad & Cassel) Ian Brooks, GOAA IT Tara Ciaglia, Recording Secretary

LOBBYIST DISCLOSURE Parties present were reminded that for individuals who conduct lobbying activities with Aviation Authority employees or Board members, registration with the Aviation Authority is required each year prior to conducting any lobbying activities. A statement of expenditures incurred in connection with those lobbying instances should also be filed prior to April 1st of each year for the preceding year. As of January 16, 2013, lobbying any Aviation Authority Staff who are members of any committee responsible for ranking Proposals, Letters of Interest, Statements of Qualifications or Bids and thereafter forwarding those recommendations to the Board and/or Board Members is prohibited from the time that a Request for Proposals, Request for Letters of Interests, Request for Qualifications or Request for Bids is released to the time that the Board makes an award. The lobbyist shall file a Notice of Lobbying (Form 4) detailing each instance of lobbying to the Aviation Authority within seven calendar days of such lobbying. As of January 16, 2013, lobbyists will also provide a notice to the Aviation Authority when meeting with the Mayor of the City of Orlando or the Mayor of Orange County at their offices. The policy, forms, and instructions are available in the Aviation Authority’s offices and the website. Please contact the Director of Board Services with questions at (407) 825-2032. COVID-19 ANNOUNCEMENT Due to the COVID-19, the Aviation Authority is adhering to a business distancing operational plan. Please note that all Professional Services Committee meetings from today until further notice will be held telephonically. If you would like to speak at the meeting on an agenda item being considered, please contact the Recording Secretary, Tara Ciaglia ([email protected] -or- 407-825-4461) no less than 24 hours in advance of the meeting. Otherwise, the Professional Services Committee will be available via Live Stream at www.orlandoairports.net ANNOUNCEMENT Any appeals of decisions made by the Professional Services Committee (PSC) must be filed with the Chief Executive Officer within five business days (no later than 4:00 p.m. on the fifth business day) of the rendering of that decision. If a bidder or proposer is aggrieved by any of the proceedings of today’s meeting and wishes to appeal the results of actions made by this committee, they must file an appeal stating the item they wish to appeal and the basis for which they wish to appeal, and it must be received in writing by the Chief Executive Officer, Mr. Phillip N. Brown, via email [email protected], with a copy to [email protected] (emails will be accepted during the COVID-19 pandemic.)

Minutes of the Professional Services Committee July 21, 2020 Page 2 of 3 REQUEST FOR RECOMMENDATION OF APPROVAL TO THE CHIEF EXECUTIVE OFFICER OF AN ADDENDUM TO THE LAND DEVELOPMENT AND LAND MANAGEMENT CONSULTING SERVICES AGREEMENT WITH DYKES EVERETT & COMPANY, LLC FOR LAND MANAGEMENT SERVICES FOR THE DAETWYLER PROPERTY, AT THE ORLANDO INTERNATIONAL AIRPORT. 1. Chairman Thornton presented the memorandum, dated July 21, 2020, along with a proposal from Dykes Everett & Company, LLC, dated July 2, 2020, to provide Land Management Services for Daetwyler Property at the Orlando International Airport. Services will include land management consulting services for vacant land tracts and miscellaneous airfield properties at the Daetwyler Property, and will include, but are not limited to, mitigation of fire risks by reducing overgrowth, dead foliage and creating a fire line, the use and development of strategic resources, development of site security plans, development and implementation of programs for pasture development, and assistance with land planning, development, surveying, permitting and resource evaluation. Further details are included in the Consultant’s proposal, dated July 2, 2020. The Office of Small Business Development reviewed the proposal from Dykes Everett & Company, LLC and determined that, due to the limited and specialized scope of the required services, Dykes Everett & Company, LLC does not propose any small business participation on this Addendum. Upon motion of Mr. Ruohomaki, second by Mr. Hunt, vote carried by roll-call, with all votes yea, to recommend to the Chief Executive Officer approval of an Addendum to the Land Development and Land Management Consulting Services Agreement with Dykes Everett & Company, LLC for Land Management Services for the Daetwyler Property, at the Orlando International Airport, for the total lump sum fee amount of $31,803.00, with funding from previously-approved Capital Expenditure Funds. REQUEST FOR RECOMMENDATION OF APPROVAL TO THE CHIEF EXECUTIVE OFFICER OF AN AMENDMENT TO ADDENDUM NO. 13 TO THE INFORMATION TECHNOLOGY CONSULTING SERVICES AGREEMENT WITH FAITH GROUP CONSULTING, LLC FOR A REDUCTION OF SERVICES OF FISCAL YEAR (FY) 2020 INFORMATION SYSTEMS STAFF AUGMENTATION SUPPORT FOR THE MAINTENANCE DEPARMENT, AT THE ORLANDO INTERNATIONAL AIRPORT. 2. Mr. Brooks presented the memorandum, dated July 21, 2020, along with a proposal from Faith Consulting Group, LLC, dated June 18, 2020, a reduction of services for FY 2020 Information Systems Staff Augmentation Support to the Maintenance Department, at the Orlando International Airport. These services were to provide one temporary full-time staff augmentation Application Programmer/Analyst position for daily operational monitoring and maintenance support services to the Maintenance Department; however, due to COVID-19 impacts, anticipated work through the end of FY 2020 has been reduced. Further details are included in the Consultant’s proposal, dated June 18, 2020. The Office of Small Business Development reviewed the proposal from Faith Consulting Group, LLC and determined that Faith Consulting Group, LLC proposes a reduction of 96.1% MWBE business participation on this Amendment. Upon motion of Mr. Hunt, second by Ms. L’Heureux, vote carried by roll-call, with all votes yea, to recommend to the Chief Executive Officer approval of an Amendment to Addendum No. 13 to the Information Technology Consulting Services Agreement with Faith Consulting Group, LLC for Reduction of Services of FY 2020 Information Systems Staff Augmentation Support to the Maintenance Department, at the Orlando International Airport, for the total deductive not-to-exceed fee amount of ($171,119.00), with funding credited to previously-approved Operation and Maintenance Funds.

Minutes of the Professional Services Committee July 21, 2020 Page 3 of 3 ADJOURNMENT 3. There being no further business for discussion, the meeting was adjourned at 9:45 a.m.

____________________________ Stanley J. Thornton, Chairman Professional Services Committee Chief Operating Officer

Davin D. Ruohomaki

Digitally signed by Davin D. RuohomakiDate: 2020.09.24 13:47:24 -04'00'

On TUESDAY, JULY 28, 2020, the PROFESSIONAL SERVICES COMMITTEE met in regular session virtually in accordance with the Greater Orlando Aviation Authority’s established business distancing operational plan. Chairman Thornton called the meeting to order at 9:30 a.m. The meeting was posted in accordance with Florida Statutes with a quorum participating. Office of the Governor, Executive Order Number 20-69 Participating Committee members: Stanley J. Thornton, Chairman Davin Ruohomaki, Senior Director of Planning, Engineering, and Construction Mike Patterson, Director of Construction

Pam L’Heureux, Director of Finance Gary Hunt, Director of Maintenance

Also participating: Karen Ryan, Legal Counsel (Nelson Mullins Broad & Cassel) Denise Schneider, GOAA Purchasing Deborah McKeown, Recording Secretary

LOBBYIST DISCLOSURE Parties present were reminded that for individuals who conduct lobbying activities with Aviation Authority employees or Board members, registration with the Aviation Authority is required each year prior to conducting any lobbying activities. A statement of expenditures incurred in connection with those lobbying instances should also be filed prior to April 1st of each year for the preceding year. As of January 16, 2013, lobbying any Aviation Authority Staff who are members of any committee responsible for ranking Proposals, Letters of Interest, Statements of Qualifications or Bids and thereafter forwarding those recommendations to the Board and/or Board Members is prohibited from the time that a Request for Proposals, Request for Letters of Interests, Request for Qualifications or Request for Bids is released to the time that the Board makes an award. The lobbyist shall file a Notice of Lobbying (Form 4) detailing each instance of lobbying to the Aviation Authority within seven calendar days of such lobbying. As of January 16, 2013, lobbyists will also provide a notice to the Aviation Authority when meeting with the Mayor of the City of Orlando or the Mayor of Orange County at their offices. The policy, forms, and instructions are available in the Aviation Authority’s offices and the website. Please contact the Director of Board Services with questions at (407) 825-2032. COVID-19 ANNOUNCEMENT Due to the COVID-19, the Aviation Authority is adhering to a business distancing operational plan. Please note that all Professional Services Committee meetings from today until further notice will be held telephonically. If you would like to speak at the meeting on an agenda item being considered, please contact the Recording Secretary, Tara Ciaglia ([email protected] -or- 407-825-4461) no less than 24 hours in advance of the meeting. Otherwise, the Professional Services Committee will be available via Live Stream at www.orlandoairports.net ANNOUNCEMENT Any appeals of decisions made by the Professional Services Committee (PSC) must be filed with the Chief Executive Officer within five business days (no later than 4:00 p.m. on the fifth business day) of the rendering of that decision. If a bidder or proposer is aggrieved by any of the proceedings of today’s meeting and wishes to appeal the results of actions made by this committee, they must file an appeal stating the item they wish to appeal and the basis for which they wish to appeal, and it must be received in writing by the Chief Executive Officer, Mr. Phillip N. Brown, via email [email protected], with a copy to [email protected] (emails will be accepted during the COVID-19 pandemic.)

Minutes of the Professional Services Committee July 28, 2020 Page 2 of 2 CONSIDERATION OF MEETING MINUTES OF JUNE 30, 2020 (VARIOUS ITEMS) 1. Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call, with all votes yea, to approve the PSC Minutes from the meeting on June 30, 2020, with correction of the spelling of “Specification” on Page 2, Item 3. REQUEST FOR RECOMMENDATION OF APPROVAL TO THE CHIEF EXECUTIVE OFFICER OF AN INCREASE IN VALUE NO. 1 TO THE PURCHASING AGREEMENT PS-316, PARKING REVENUE CONTROL SYSTEMS (PARCS), WITH LUMIN ADVISORS, LLC, AT THE ORLANDO INTERNATIONAL AIRPORT. 2. Ms. Schneider presented the memorandum, dated July 22, 2020, for an Increase in Value No. 1 to the Purchasing Agreement PS-316, Parking Revenue Control Systems (PARCS), with Lumin Advisors, LLC, at the Orlando International Airport. These additional services will include, but are not limited to, module and related software development support through final acceptance of the PARCS Project. Services will include, but are not limited to, coordinating the work of all parties involved on the PARCS Project, including system design and writing of technical/performance specifications, acceptance testing, construction, demolition, installation, integration, testing, training, and final system acceptance; coordinating the efforts and activities of all involved Aviation Authority representatives, as required; preparation of needs analysis, project budgets, project schedules, cost estimates, change orders, modifications, shop drawings, and other project related documents as required; provision of activity reports, milestone payment reports, final system acceptance reports; schedule, attend and record minutes of scheduled project meetings; and other required management, administrative and specialized design development services required to control and monitor the schedule, cost and quality of project work. The Aviation Authority did not establish MWBE or LDB/VBE participation goals for this agreement. Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call, with all votes yea, to recommend to the Chief Executive Officer approval of an Increase in Value No. 1 to the Purchasing Agreement PS-316, Parking Revenue Control Systems (PARCS), with Lumin Advisors, LLC, at the Orlando International Airport, for the total not-to-exceed fee amount of $26,000.00, with funding from previously-approved Discretionary Funds from ZC-122. ADJOURNMENT 3. There being no further business for discussion, the meeting was adjourned at 9:38 a.m.

____________________________ Stanley J. Thornton, Chairman Professional Services Committee Chief Operating Officer

Davin D. Ruohomaki

Digitally signed by Davin D. RuohomakiDate: 2020.09.24 13:46:54 -04'00'

On TUESDAY, AUGUST 4, 2020, the PROFESSIONAL SERVICES COMMITTEE met in regular session virtually in accordance with the Greater Orlando Aviation Authority’s established business distancing operational plan. Chairman Thornton called the meeting to order at 9:15 a.m. The meeting was posted in accordance with Florida Statutes with a quorum participating. Office of the Governor, Executive Order Number 20-69 Participating Committee members: Stanley J. Thornton, Chairman Davin Ruohomaki, Senior Director of Planning, Engineering, and Construction Mike Patterson, Director of Construction

Gary Hunt, Director of Maintenance Pam L’Heureux, Director of Finance

Also participating: Karen Ryan, Legal Counsel (Nelson Mullins Broad & Cassel) Ian Brooks, GOAA IT Tara Ciaglia, Recording Secretary

LOBBYIST DISCLOSURE Parties present were reminded that for individuals who conduct lobbying activities with Aviation Authority employees or Board members, registration with the Aviation Authority is required each year prior to conducting any lobbying activities. A statement of expenditures incurred in connection with those lobbying instances should also be filed prior to April 1st of each year for the preceding year. As of January 16, 2013, lobbying any Aviation Authority Staff who are members of any committee responsible for ranking Proposals, Letters of Interest, Statements of Qualifications or Bids and thereafter forwarding those recommendations to the Board and/or Board Members is prohibited from the time that a Request for Proposals, Request for Letters of Interests, Request for Qualifications or Request for Bids is released to the time that the Board makes an award. The lobbyist shall file a Notice of Lobbying (Form 4) detailing each instance of lobbying to the Aviation Authority within seven calendar days of such lobbying. As of January 16, 2013, lobbyists will also provide a notice to the Aviation Authority when meeting with the Mayor of the City of Orlando or the Mayor of Orange County at their offices. The policy, forms, and instructions are available in the Aviation Authority’s offices and the website. Please contact the Director of Board Services with questions at (407) 825-2032. COVID-19 ANNOUNCEMENT Due to the COVID-19, the Aviation Authority is adhering to a business distancing operational plan. Please note that all Professional Services Committee meetings from today until further notice will be held telephonically. If you would like to speak at the meeting on an agenda item being considered, please contact the Recording Secretary, Tara Ciaglia ([email protected] -or- 407-825-4461) no less than 24 hours in advance of the meeting. Otherwise, the Professional Services Committee will be available via Live Stream at www.orlandoairports.net ANNOUNCEMENT Any appeals of decisions made by the Professional Services Committee (PSC) must be filed with the Chief Executive Officer within five business days (no later than 4:00 p.m. on the fifth business day) of the rendering of that decision. If a bidder or proposer is aggrieved by any of the proceedings of today’s meeting and wishes to appeal the results of actions made by this committee, they must file an appeal stating the item they wish to appeal and the basis for which they wish to appeal, and it must be received in writing by the Chief Executive Officer, Mr. Phillip N. Brown, via email [email protected], with a copy to [email protected] (emails will be accepted during the COVID-19 pandemic.)

Minutes of the Professional Services Committee August 4, 2020 Page 2 of 2 REQUEST FOR APPROVAL TO THE CHIEF EXECUTIVE OFFICER OF AN ADDENDUM TO THE INFORMATION TECHNOLOGY CONSULTING SERVICES AGREEMENT WITH TECHNOLOGY MANAGEMENT CORPORATION DBA TECHNOLOGY MANAGEMENT CORPORATION – 1 INCORPORATED FOR FISCAL YEAR (FY) 2020 DESIGN AND IMPLEMENTATION OF A MULTICAST ARCHITECTURE ON THE AVIATION AUTHORITY INTELLECTUAL PROPERTY (IP) DATA NETWORK, AT THE ORLANDO INTERNATIONAL AIRPORT. 1. Mr. Brooks presented the memorandum, dated August 4, 2020, along with a proposal from Technology Management Corporation dba Technology Management Corporation – 1 Incorporated, dated June 26, 2020, for FY 2020 Design and Implementation of a Multicast Architecture on the Aviation Authority IP Data Network, at the Orlando International Airport. These services will provide design and implementation to the Information Technology Development for the multicast architecture on the Aviation Authority IP data network to serve current and future campus-wide multicasting requirements, such as dynamic signage and Closed Circuit Television (CCTV). Further details are included in the Consultant’s proposal, dated June 26, 2020. The Office of Small Business Development reviewed the proposal from Technology Management Corporation dba Technology Management Corporation – 1 Incorporated, and determined that Technology Management Corporation dba Technology Management Corporation – 1 Incorporated does not propose any MWBE and LDB/VBE participation on this addendum. Mr. Patterson asked if there would be additional services after the implementation. Mr. Brooks replied no. Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried by roll-call, with all votes yea, to recommend to the Chief Executive Officer approval of an Addendum to the Information Technology Consulting Services Agreement with Technology Management Corporation dba Technology Management Corporation – 1 Incorporated for FY 2020 Design and Implementation of a Multicast Architecture on the Aviation Authority IP Data Network, at the Orlando International Airport, for the total not-to-exceed fee amount of $21,812.00, with funding from previously-approved Operation and Maintenance Funds. INFORMATION ITEMS 2.

A. Revised Memorandum for the Request for Recommendation to Approve Increase in Value No. 1 for Purchasing Agreement PS-316, Parking Revenue Control System (PRCS) Project Consulting Services with Lumin Advisors, LLC. [From Professional Services Committee on July 28, 2020, Item No. 2].

ADJOURNMENT 3. There being no further business for discussion, the meeting was adjourned at 9:20 a.m.

____________________________ Stanley J. Thornton, Chairman Professional Services Committee Chief Operating Officer

Davin D. Ruohomaki

Digitally signed by Davin D. RuohomakiDate: 2020.09.24 13:46:21 -04'00'

On TUESDAY, AUGUST 11, 2020, the PROFESSIONAL SERVICES COMMITTEE met in regular session virtually in accordance with the Greater Orlando Aviation Authority’s established business distancing operational plan. Chairman Thornton called the meeting to order at 9:15 a.m. The meeting was posted in accordance with Florida Statutes with a quorum participating. Office of the Governor, Executive Order Number 20-69. Participating Committee members: Stanley J. Thornton, Chairman Davin Ruohomaki, Senior Director of Planning, Engineering, and Construction Gary Hunt, Director of Maintenance

Mike Patterson, Director of Construction

Also participating: Karen Ryan, Legal Counsel (Nelson Mullins Broad & Cassel) Dan Gerber, Legal Counsel (Rumberger, Kirk & Caldwell) Pete Pelletier, GOAA IT Ian Brooks, GOAA IT Tara Ciaglia, Recording Secretary

LOBBYIST DISCLOSURE Parties present were reminded that for individuals who conduct lobbying activities with Aviation Authority employees or Board members, registration with the Aviation Authority is required each year prior to conducting any lobbying activities. A statement of expenditures incurred in connection with those lobbying instances should also be filed prior to April 1st of each year for the preceding year. As of January 16, 2013, lobbying any Aviation Authority Staff who are members of any committee responsible for ranking Proposals, Letters of Interest, Statements of Qualifications or Bids and thereafter forwarding those recommendations to the Board and/or Board Members is prohibited from the time that a Request for Proposals, Request for Letters of Interests, Request for Qualifications or Request for Bids is released to the time that the Board makes an award. The lobbyist shall file a Notice of Lobbying (Form 4) detailing each instance of lobbying to the Aviation Authority within seven calendar days of such lobbying. As of January 16, 2013, lobbyists will also provide a notice to the Aviation Authority when meeting with the Mayor of the City of Orlando or the Mayor of Orange County at their offices. The policy, forms, and instructions are available in the Aviation Authority’s offices and the website. Please contact the Director of Board Services with questions at (407) 825-2032. COVID-19 ANNOUNCEMENT Due to the COVID-19, the Aviation Authority is adhering to a business distancing operational plan. Please note that all Professional Services Committee meetings from today until further notice will be held telephonically. If you would like to speak at the meeting on an agenda item being considered, please contact the Recording Secretary, Tara Ciaglia ([email protected] -or- 407-825-4461) no less than 24 hours in advance of the meeting. Otherwise, the Professional Services Committee will be available via Live Stream at www.orlandoairports.net ANNOUNCEMENT Any appeals of decisions made by the Professional Services Committee (PSC) must be filed with the Chief Executive Officer within five business days (no later than 4:00 p.m. on the fifth business day) of the rendering of that decision. If a bidder or proposer is aggrieved by any of the proceedings of today’s meeting and wishes to appeal the results of actions made by this committee, they must file an appeal stating the item they wish to appeal and the basis for which they wish to appeal, and it must be received in writing by the Chief Executive Officer, Mr. Phillip N. Brown, via email [email protected], with a copy to [email protected] (emails will be accepted during the COVID-19 pandemic.) CONFLICT OF INTEREST ANNOUNCEMENT Mr. Gerber announced that all committee members will be required to attend training regarding the Aviation Authority’s enhanced ethics program. The Aviation Authority is

Minutes of the Professional Services Committee August 11, 2020 Page 2 of 3 building upon its strong foundation and culture of ethics and transparency by improving and re-organizing the ethics program. Committee members will receive training on their obligations to confirm their ongoing compliance with conflicts of interest and sunshine law requirements, and the updated process will establish verifiable ways to confirm compliance with Aviation Authority policies. Invitations to the training will be sent to Committee members soon, within the next few weeks. REQUEST FOR RECOMMENDATION OF APPROVAL TO THE CHIEF EXECUTIVE OFFICER OF AN AMENDMENT TO ADDENDUM NO. 15 TO THE INFORMATION TECHNOLOGY CONSULTING SERVICES AGREEMENT WITH FAITH GROUP CONSULTING, LLC FOR A REDUCTION OF SERVICES OF FISCAL YEAR (FY) 2020 DIGITAL CONTENT AND INNOVATION CONSULTING SERVICES, AT THE ORLANDO INTERNATIONAL AIRPORT. 1. [A handout was presented, which includes a revised coversheet.] Mr. Brooks presented the memorandum, dated August 11, 2020, along with a proposal from Faith Consulting Group, LLC, dated June 19, 2020, to reduce the FY 2020 Digital Content and Innovation Consulting Services. On October 29, 2019, the Professional Services Committee recommended approval of Addendum No. 15 in the amount of $2,260,505.00 for FY 2020 Digital Content and Innovation Consulting Services. The Aviation Authority Board approved this action on November 13, 2019. Since that time, it has been determined that, due to COVID-19 impacts, anticipated work through the end of FY 2020 has been modified and reduced, as shown in the below table. Further details are included in the Consultant’s proposal dated June 19, 2020.

Original Addendum Amount

Deduction Amount

Amended Addendum Amount

Not-to-Exceed (NTE) Fees $ 400,000.00 ($348,750.00) $ 51,250.00 Lump Sum Fees $1,860,505.00 ($106,314.60) $1,754,190.40 NTE Expenses $ 0.00 $ 0.00 $ 0.00 TOTAL $2,260,505.00 ($455,064.60) $1,805,440.40

The Office of Small Business Development reviewed the proposal and determined that the proposed deductive Amendment to Addendum No. 1 does not have any impact on the small business participation. Upon motion of Mr. Ruohomaki, second by Mr. Hunt, vote carried by roll-call, with all votes yea, to recommend to the Chief Executive Officer approval of an Amendment to Addendum No. 15 to the Information Technology Consulting Services Agreement with Faith Consulting Group, LLC for Reduction of Services of FY 2020 Digital Content and Innovation Consulting Services, at the Orlando International Airport, for a total deductive amount of ($455,064.60), which includes a deductive amount of ($348,750.00) of Not-to-Exceed Fees and a deductive amount of ($106,314.60) of Lump Sum Fees, with funding credited to previously-approved Operation and Maintenance Funds. REQUEST FOR RECOMMENDATION OF APPROVAL TO THE CHIEF EXECUTIVE OFFICER TO AWARD HEALTH AND TRUST SPATIAL AWARENESS SYSTEM PROOF OF CONCEPT SERVICES TO SYNECT, LLC, AT THE ORLANDO INTERNATIONAL AIRPORT. 2. [A handout was presented, which includes revised and additional backup documentation.] Mr. Brooks presented the memorandum, dated August 11, 2020, along with a proposal from Synect, LLC, dated July 14, 2020, for Health and Trust Spatial Awareness System Proof of Concept (POC) Services, at the Orlando International Airport. The Health and Trust Spatial Awareness POC will measure key data in Airside Two, Gates 101 through 109. The Aviation Authority proposes to award the contract to Synect, LLC via a single source procurement to ensure that the Health and Trust Spatial Awareness POC will measure key data in Airside Two. This data will include information on occupancy and cleaning in the area, which will enable effective visual communication with passengers about the safest ways to move about the airport. This communication content will include visual representations of crowded areas, areas that have been

Minutes of the Professional Services Committee August 11, 2020 Page 3 of 3 visited by cleaning staff, and restroom occupancy. The Single Source Justification, dated July 20, 2020, was fully executed on July 23, 2020. The Office of Small Business Development reviewed the proposal from Synect, LLC, and determined that, due to the specialized scope of services, Synect, LLC does not propose any small business participation on this agreement. Mr. Patterson asked if these procedures will be supported by the Aviation Authority Maintenance cleaning crews. Mr. Hunt replied yes. Mr. Patterson asked if there was an issue with accessing power in the areas. Chairman Thornton replied no, in these areas, power was available in the floor, not the ceiling. Upon motion of Mr. Patterson, second by Mr. Ruohomaki, vote carried by roll-call, with all votes yea, to recommend to the Chief Executive Officer approval of the Award of Health and Trust Spatial Awareness System Proof Of Concept (POC) Services to Synect, LLC, at the Orlando International Airport, for a total not-to-exceed expenses amount of $241,691.00, with funding from previously-approved Capital Expenditure Funds. REQUEST FOR RECOMMENDATION OF APPROVAL TO THE AVIATION AUTHORITY BOARD OF AN ADDENDUM TO THE INFORMATION TECHNOLOGY CONSULTING SERVICES AGREEMENT WITH TECHNOLOGY MANAGEMENT CORPORATION DBA TECHNOLOGY MANAGEMENT CORPORATION - 1 INCORPORATED FOR FISCAL YEAR (FY) 2021 INFORMATION SYSTEMS STAFF AUGMENTATION SUPPORT, AT THE ORLANDO INTERNATIONAL AIRPORT. 3. Mr. Brooks presented the memorandum, dated August 11, 2020, along with a proposal from Technology Management Corporation dba Technology Management Corporation - 1 Incorporated, dated July 21, 2020, for FY 2021 Information Systems Staff Augmentation for Senior IT Systems Specialists/IT Systems Specialists, Telecom Engineer/Analysts, and Service Desk Representative Support Services. These services will provide ongoing staff augmentation support to the Aviation Authority’s IT Department. Services will be provided from October 1, 2020, through September 30, 2021. Further details are included in the Consultant’s proposal dated July 21, 2020. The Office of Small Business Development reviewed the proposal from Technology Management Corporation dba Technology Management Corporation - 1 Incorporated, and determined that Technology Management Corporation dba Technology Management Corporation - 1 Incorporated proposes 13.8% MWBE participation on this Addendum. Mr. Patterson asked if these services were similar to those provided in FY 2020. Mr. Brooks replied yes. Upon motion of Mr. Ruohomaki, second by Mr. Hunt, vote carried by roll-call, with all votes yea, to recommend to the Aviation Authority Board approval of an Addendum to the Information Technology Consulting Services Agreement with Technology Management Corporation dba Technology Management Corporation - 1 Incorporated for FY 2021 Information Systems Staff Augmentation Support, at the Orlando International Airport, for a total not-to-exceed fee amount of $1,925,580.00, with funding from Operation and Maintenance Funds (subject to adoption of the FY 2021 Aviation Authority Budget by the Aviation Authority Board). ADJOURNMENT 4. There being no further business for discussion, the meeting was adjourned at 9:27 a.m. ____________________________ Stanley J. Thornton, Chairman Professional Services Committee Chief Operating Officer

Davin D. Ruohomaki

Digitally signed by Davin D. RuohomakiDate: 2020.09.24 13:45:52 -04'00'