Construction Agenda - July 6, 2021 - Orlando International ...

168
CONSTRUCTION COMMITTEE MEETING AGENDA DATE: TIME: 8:30 a.m. PLACE: ITEM 1 1-A 1-B ITEM 2 ITEM 3 ITEM 4 ITEM 5 ITEM 6 ITEM 7 ITEM 8 ITEM 9 ITEM 10 Tuesday, July 6, 2021 [ITEMS IN BOLD REQUIRE APPROVAL BY THE AVIATION AUTHORITY BOARD SOUTH TERMINAL C, PHASE 1: GUARANTEED MAXIMUM PRICE (GMP) BUDGET, BUYOUT, AND CONTINGENCY MANAGEMENT REQUESTS (THESE ITEMS MAY BE ACTED UPON BY THE COMMITTEE IN ONE MOTION, IF DISCUSSION IS REQUESTED ON AN ITEM, IT MAY BE CONSIDERED SEPARATELY). Conference Room Alpha-Bravo / 11344 Terminal C Service Road / Orlando, FL 32824 CHANGE ORDERS MINUTES The Greater Orlando Aviation Authority will adhere to any guidelines or executive orders as established by local, state, or the federal government in which virtual meetings are permitted during certain circumstances. Due to the COVID-19 pandemic, the Centers for Disease Control (CDC) guidelines, and the Greater Orlando Aviation Authority’s ongoing focus on safety regarding events and meetings, seating at sunshine committee meetings will be limited according to space and social distancing. Attendance is on a first come, first serve basis. The Aviation Authority is subject to federal mask mandates. Federal law requires wearing a mask at all times in and on the airport property. Failure to comply may result in removal and denial of re-entry. Refusing to wear a mask in or on the airport property is a violation of federal law; individuals may be subject to penalties under federal law. REQUEST FOR APPROVAL OF THE CONSTRUCTION COMMITTEE MINUTES FROM THE MEETING HELD ON JUNE 22, 2021. REQUEST FOR APPROVAL OF THE CONSTRUCTION COMMITTEE MINUTES FROM THE MEETING HELD ON JUNE 15, 2021. SOUTH TERMINAL C REQUEST FOR RECOMMENDATION OF APPROVAL OF AN AMENDMENT TO ADDENDUM NO. 24 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-S00148, SOUTH TERMINAL C, PHASE 1 – LANDSIDE TERMINAL FINISHES (GMP NO. 7-S.2), AT THE ORLANDO INTERNATIONAL AIRPORT. REQUEST FOR RECOMMENDATION OF APPROVAL OF AN AMENDMENT TO ADDENDUM NO. 21 TO THE CONSTRUCTION MANAGEMENT AT RISK (CM@R) ENTITY SERVICES FOR THE SOUTH TERMINAL C, PHASE 1 (STC-P1) AGREEMENT WITH TURNER-KIEWIT JOINT VENTURE FOR BP-S00176, SOUTH TERMINAL C, PHASE 1 – SITE LOGISTICS RELOCATION (GMP 18-S), AT THE ORLANDO INTERNATIONAL AIRPORT. REQUEST FOR RECOMMENDATION OF APPROVAL OF AN AMENDMENT TO ADDENDUM NO. 23 TO THE CONSTRUCTION MANAGEMENT AT RISK (CM@R) ENTITY SERVICES FOR THE SOUTH TERMINAL C, PHASE 1 AGREEMENT WITH TURNER-KIEWIT JOINT VENTURE FOR BPS00178, SOUTH TERMINAL C, PHASE 1 AIRFIELD CIVIL (GMP 19-S), AT THE ORLANDO INTERNATIONAL AIRPORT. REQUEST FOR APPROVAL OF A BUDGET REDUCTION AND TRANSFER TO GMP 7S.2 FROM FF&E IT P1 CONTINGENCY FROM W-S00145 , SOUTH TERMINAL C, PHASE 1-OWNER FURNISHED FF&E AND IT ITEMS, AT THE ORLANDO INTERNATIONAL AIRPORT. REQUEST FOR APPROVAL TO AMEND EXISTING PO NOS. 1006598 THROUGH 1006603 TO PROVIDE A REDUCTION OF SERVICES AND THE NO COST REALLOCATION OF PER COPY CHARGES TO MONTHLY RENTAL FEES FOR THE VARIOUS TOSHIBA COPIER PURCHASE ORDERS FOR W-S00129 , SOUTH TERMINAL C, PHASE 1 STAFF SUPPORT FACILITIES AND MAINTENANCE AGREEMENT FOR FACILITIES MAINTENANCE SERVICES ASSOCIATED WITH THE STC TRAILER COMPLEX, AT THE ORLANDO INTERNATIONAL AIRPORT. REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING ENVIRONMENTAL ENGINEERING SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES, INC. FOR IMPLEMENTATION OF MONITOR WELL REPAIR/INSTALLATION, ONE SEMI-ANNUAL POST–ACTIVE REMEDIATION MONITORING (PARM) AT THE FORMER DAYRON FACILITY, AND PREPARATION OF PARM REPORT FOR W-00072 , OEA REMEDIATION OF DAYRON PLUME, AT THE ORLANDO EXECUTIVE AIRPORT. REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH AECOM TECHNICAL SERVICES, INC. TO PROVIDE FY 2021 STAFF EXTENSION SUPPORT SERVICES FOR CONSTRUCTION FINANCE, AT THE ORLANDO INTERNATIONAL AIRPORT. GENERAL Page 1 of 2

Transcript of Construction Agenda - July 6, 2021 - Orlando International ...

CONSTRUCTION COMMITTEE MEETING AGENDA DATE: TIME: 8:30 a.m. PLACE:

ITEM 11-A

1-B

ITEM 2

ITEM 3

ITEM 4

ITEM 5

ITEM 6

ITEM 7

ITEM 8

ITEM 9

ITEM 10

Tuesday, July 6, 2021

[ITEMS IN BOLD REQUIRE APPROVAL BY THE AVIATION AUTHORITY BOARD

SOUTH TERMINAL C, PHASE 1: GUARANTEED MAXIMUM PRICE (GMP) BUDGET, BUYOUT, AND CONTINGENCYMANAGEMENT REQUESTS (THESE ITEMS MAY BE ACTED UPON BY THE COMMITTEE IN ONE MOTION, IFDISCUSSION IS REQUESTED ON AN ITEM, IT MAY BE CONSIDERED SEPARATELY).

Conference Room Alpha-Bravo / 11344 Terminal C Service Road / Orlando, FL 32824

CHANGE ORDERS

MINUTES

The Greater Orlando Aviation Authority will adhere to any guidelines or executive orders as established by local, state, or the federalgovernment in which virtual meetings are permitted during certain circumstances. Due to the COVID-19 pandemic, the Centers for Disease Control (CDC) guidelines, and the Greater Orlando Aviation Authority’songoing focus on safety regarding events and meetings, seating at sunshine committee meetings will be limited according to spaceand social distancing. Attendance is on a first come, first serve basis.The Aviation Authority is subject to federal mask mandates. Federal law requires wearing a mask at all times in and on the airportproperty. Failure to comply may result in removal and denial of re-entry. Refusing to wear a mask in or on the airport property is aviolation of federal law; individuals may be subject to penalties under federal law.

REQUEST FOR APPROVAL OF THE CONSTRUCTION COMMITTEE MINUTES FROM THE MEETING HELDON JUNE 22, 2021.

REQUEST FOR APPROVAL OF THE CONSTRUCTION COMMITTEE MINUTES FROM THE MEETING HELDON JUNE 15, 2021.

SOUTH TERMINAL CREQUEST FOR RECOMMENDATION OF APPROVAL OF AN AMENDMENT TO ADDENDUM NO. 24 TO THECONSTRUCTION MANAGEMENT AT RISK (CM@R) ENTITY SERVICES FOR THE SOUTH TERMINAL C, PHASE 1AGREEMENT WITH TURNER-KIEWIT JOINT VENTURE FOR BP-S00148, SOUTH TERMINAL C, PHASE 1 –LANDSIDE TERMINAL FINISHES (GMP NO. 7-S.2), AT THE ORLANDO INTERNATIONAL AIRPORT.

REQUEST FOR RECOMMENDATION OF APPROVAL OF AN AMENDMENT TO ADDENDUM NO. 21 TO THECONSTRUCTION MANAGEMENT AT RISK (CM@R) ENTITY SERVICES FOR THE SOUTH TERMINAL C, PHASE 1(STC-P1) AGREEMENT WITH TURNER-KIEWIT JOINT VENTURE FOR BP-S00176, SOUTH TERMINAL C, PHASE 1– SITE LOGISTICS RELOCATION (GMP 18-S), AT THE ORLANDO INTERNATIONAL AIRPORT.

REQUEST FOR RECOMMENDATION OF APPROVAL OF AN AMENDMENT TO ADDENDUM NO. 23 TO THECONSTRUCTION MANAGEMENT AT RISK (CM@R) ENTITY SERVICES FOR THE SOUTH TERMINAL C, PHASE 1AGREEMENT WITH TURNER-KIEWIT JOINT VENTURE FOR BPS00178, SOUTH TERMINAL C, PHASE 1 –AIRFIELD CIVIL (GMP 19-S), AT THE ORLANDO INTERNATIONAL AIRPORT.

REQUEST FOR APPROVAL OF A BUDGET REDUCTION AND TRANSFER TO GMP 7S.2 FROM FF&E IT P1CONTINGENCY FROM W-S00145, SOUTH TERMINAL C, PHASE 1-OWNER FURNISHED FF&E AND IT ITEMS, ATTHE ORLANDO INTERNATIONAL AIRPORT.

REQUEST FOR APPROVAL TO AMEND EXISTING PO NOS. 1006598 THROUGH 1006603 TO PROVIDE AREDUCTION OF SERVICES AND THE NO COST REALLOCATION OF PER COPY CHARGES TO MONTHLYRENTAL FEES FOR THE VARIOUS TOSHIBA COPIER PURCHASE ORDERS FOR W-S00129, SOUTH TERMINAL C,PHASE 1 STAFF SUPPORT FACILITIES AND MAINTENANCE AGREEMENT FOR FACILITIES MAINTENANCESERVICES ASSOCIATED WITH THE STC TRAILER COMPLEX, AT THE ORLANDO INTERNATIONAL AIRPORT.

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING ENVIRONMENTAL ENGINEERINGSERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES, INC. FOR IMPLEMENTATION OF MONITOR WELLREPAIR/INSTALLATION, ONE SEMI-ANNUAL POST–ACTIVE REMEDIATION MONITORING (PARM) AT THEFORMER DAYRON FACILITY, AND PREPARATION OF PARM REPORT FOR W-00072, OEA REMEDIATION OFDAYRON PLUME, AT THE ORLANDO EXECUTIVE AIRPORT.

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENTSERVICES (OAR PRIME ENTITY) AGREEMENT WITH AECOM TECHNICAL SERVICES, INC. TO PROVIDE FY 2021STAFF EXTENSION SUPPORT SERVICES FOR CONSTRUCTION FINANCE, AT THE ORLANDO INTERNATIONALAIRPORT.

GENERAL

Page 1 of 2

CONSTRUCTION COMMITTEE AGENDAJULY 6, 2021PAGE 2.

ITEM 11

ITEM 12

ITEM 13

ITEM 14

ITEM 15

ITEM 1616-A16-B16-C16-D

16-E

16-F

16-G

The next Construction Committee Meeting is scheduled for Tuesday, July 13, 2021, at 8:30 a.m.

For individuals who conduct lobbying activities with Aviation Authority employees or Board members, registration with the Aviation Authority is required each year prior toconducting any lobbying activities. 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 forProposals, 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 lobbyistmeets 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 aNotice 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 theAviation 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 AviationAuthority’s web site (www.orlandoairports.net). Please contact the Chief Administrative Officer, Ms. Yovannie Rodriguez, with questions at (407) 825-7105.

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 toappeal 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] (emailswill be accepted during the COVID-19 pandemic.)

Field Change Order (FCO) Log

COVID-19 CCM Item Log

Contingency Work Authorization (CWA) Log

Revised GMP Budget, Buyout & Contingency Form for BP-S00181, South Terminal C, Phase 1 – GroundTransportation Facility (GMP No. 8-S.1) with Turner-Kiewit Joint Venture, at the Orlando International Airport.[From the Construction Committee on June 29, 2021, Item No. 2-N]

Revised GMP Budget, Buyout & Contingency Form for BP-S00146, South Terminal C, Phase 1 – LandsideTerminal, Structure and Enclosure (GMP No. 7-S) with Turner-Kiewit Joint Venture, at the Orlando InternationalAirport. [From the Construction Committee on September 22, 2020, Item No. 2-I]

NEW ITEMS

Revised Memorandum for Request for Recommendation of Approval of an Addendum to the Program andProject Management Services for the South Terminal C, Phase 1 Agreement with GCI Inc. to provideConstruction Phase Owner Authorized Representative (OAR) Services for BP-S00191, STC Buildout of TenantSpace Program Soft Costs, at the Orlando International Airport. [From the Construction Committee on June 22,2021, Item No. 4]

Office of Small Business Memorandum for Change Order for BP-S00184-02, Buildout of LST Level 1 North &South (D/B) with Gomez Construction Company, at the Orlando International Airport. [From the ConstructionCommittee on June 22, 2021, Item No. 2-B]

INFORMATION ITEMS

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO. 30 TO THE CONTINUING ENVIRONMENTALENGINEERING SERVICES AGREEMENT WITH TERRACON CONSULTANTS, INC. TO CONDUCT ADDITIONALWELL ABANDONMENT ACTIVITIES AT THE FORMER TEST INJECTION WELLS LOCATED IN THE SOUTHTERMINAL COMPLEX AREA, AT THE ORLANDO INTERNATIONAL AIRPORT.

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING MEP ENGINEERING SERVICESAGREEMENT WITH SGM ENGINEERING, INC. TO PROVIDE ENGINEERING PERMIT DRAWINGS ANDSPECIFICATIONS FOR THE ADDITION OF AIR CURTAINS ABOVE ENTRANCES AT CENTERFIELD, WESTFIELD,AND EASTFIELD STATIONS, AT THE ORLANDO INTERNATIONAL AIRPORT.

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING ENVIRONMENTAL ENGINEERINGCONSULTANT SERVICES AGREEMENT WITH MSE GROUP, LLC TO PERFORM INTERMEDIATE–DEPTH WELLINSTALLATION AND NATURAL ATTENUATION MONITORING CONCERNING HBJ DIESEL DISCHARGE, AT THEORLANDO INTERNATIONAL AIRPORT.

REQUEST FOR APPROVAL OF CONTRACTOR’S FINAL PAYMENT TO GOMEZ CONSTRUCTION, INC. FOR BP00484, NORTH TERMINAL CENTRAL PLANT EQUIPMENT REPLACEMENT - COOLING TOWERS, AT THEORLANDO INTERNATIONAL AIRPORT.

REQUEST FOR APPROVAL OF CONTRACTOR’S FINAL PAYMENT TO GOMEZ CONSTRUCTION, INC. FOR V-S00010, HBJ WAREHOUSE INTERIOR RENOVATIONS, AT THE ORLANDO INTERNATIONAL AIRPORT.

Page 2 of 2

Meeting Minutes

tara.ciaglia
Text Box
ITEM 1 7/6/2021

On TUESDAY, JUNE 15, 2021, the CONSTRUCTION COMMITTEE of the Greater Orlando Aviation Authority met at the Orlando International Airport in Conference Room Bravo, 11344 Terminal C Service Road, Orlando, FL 32824. Chairman Patterson called the meeting to order at 8:30 a.m. The meeting was posted in accordance with Florida Statutes and a quorum was present. Committee members present:

Mike Patterson, Chairman Kathleen Sharman, Chief Financial Officer Cyrus Callum, Director of General Aviation Brian Gilliam, Director of Security Gary Hunt, Director of Maintenance

Also present: Ed Philpot, Legal Counsel (Nelson Mullins Broad & Cassel) Marie Dennis, GOAA Director of Finance Mark Birkebak, GOAA Director of Engineering Cheri Baxter, GOAA Project Controls Eric McClung, GOAA Airport Operations Diana Hershner, GOAA Purchasing Lennon Batchelor, GOAA Public Affairs Olimpia Lonsdale, GOAA Purchasing Scott Shedek, GOAA Construction Tuan Nguyen, GOAA Engineering Bill Brooks, HNTB Corporation Don Corthell, PSA Management, Inc. Jillian Stansell, Anser Advisory Jim Kriss, Avcon, Inc. Ksenia Merck, K Merck & Associates Nadege Cadet, Recording Secretary

CODE OF ETHICS AND BUSINESS CONDUCT DISCLOSURE Chairman Patterson requested that the Construction Committee members report any conflicts of interest or violations of the Aviation Authority's Code of Ethics and Business Conduct; lobbying activities policy; or the Florida Sunshine law with regard to any agenda item. No violations were reported. LOBBYIST DISCLOSURE For individuals who conduct lobbying activities with Aviation Authority employees or Board members, registration with the Aviation Authority is required each year prior to conducting any lobbying activities. 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 Aviation Authority’s web site (www.orlandoairports.net). Please contact the Chief Administrative Officer, Ms. Yovannie Rodriguez, with questions at (407) 825-7105. 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

tara.ciaglia
Text Box
ITEM 1-A 7/6/2021

Minutes of the Construction Committee Meeting, June 15, 2021 Page 2 of 38 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.) COVID-19 ANNOUNCEMENT The Greater Orlando Aviation Authority will adhere to any guidelines or executive orders as established by local, state, or the federal government in which virtual meetings are permitted during certain circumstances. Due to the COVID-19 pandemic, the Centers for Disease Control (CDC) guidelines, and the Greater Orlando Aviation Authority’s ongoing focus on safety regarding events and meetings, seating at sunshine committee meetings will be limited according to space and social distancing. Attendance is on a first come, first serve basis. The Aviation Authority is subject to federal mask mandates. Federal law requires wearing a mask at all times in and on the airport property. Failure to comply may result in removal and denial of re-entry. Refusing to wear a mask in or on the airport property is a violation of federal law; individuals may be subject to penalties under federal law. MINUTES 1. The following minutes were presented for consideration:

CONSIDERATION OF MINUTES FROM DECEMBER 15, 2020 A. Upon motion of Mr. Hunt, second by Ms. Sharman, vote carried to approve the

Construction Committee Minutes from the meeting held on December 15, 2020, as presented.

CONSIDERATION OF MINUTES FROM JUNE 1, 2021 B. Upon motion of Mr. Hunt, second by Ms. Sharman, vote carried to approve the

Construction Committee Minutes from the meeting held on June 1, 2021, as presented.

CHANGE ORDER AGENDA 2. The following Change Orders were presented for consideration:

A. Change Order PS-00329-17 for GT FUNCTIONALITY AT PARKING GARAGE C. Mr. McClung presented the attached request for Change Order No. 17 on PS-00329, Parking Access and Revenue Control System (PARCS) Replacement, with SKIDATA, Inc. Chairman Patterson asked if this is the final change order. Mr. McClung answered no, and stated that this item will be corrected and submitted as an information item. He added that they will be presenting one more change order with a credit of ($35,000.00) and that it is in the works. Ms. Sharman asked if it will need to be an action item. Mr. McClung clarified that only the correction removing the words “FINAL CHANGE ORDER” will be submitted as an information item. Upon motion of Ms. Sharman, second by Mr. Hunt, vote carried to approve Change Order PS-00329-17, for the total deductive amount of ($1,617.00) and no time extension, with funding credited to previously-approved Discretionary Funds, and Improvement and Development 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:

Minutes of the Construction Committee Meeting, June 15, 2021 Page 3 of 38 Mr. Corthell noted that all BBC items being presented today take into consideration scope reductions, maintain current budget and schedule, and all are needed to complete the South Terminal C phases.

A. Subcontract Modification for BP-S00143 (GMP No. 6-S.1) with Kirlin Florida, LLC for CR0871-6S1-RFI 2861 Clarification of Overhead DCW Routing at PBPs. Mr. Corthell presented the attached GMP Budget, Buyout and Contingency Form, requesting approval for Hensel Phelps Construction to issue a Subcontract Modification to Kirlin Florida, LLC on BP-S00143, South Terminal C, Phase 1 – Airside Terminal, Structure and Enclosure (GMP No. 6-S.1), at the Orlando International Airport. 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 Kirlin Florida, LLC (Non-MWBE/LDB/VBE). There is 93% 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-L, 3-M, 3-N, 3-O, 3-P, and 3-Q were considered in one motion. Upon motion of Mr. Hunt, second by Mr. Gilliam, vote carried to approve Hensel Phelps Construction to issue a Subcontract Modification to Kirlin Florida, LLC on BP-S00143, South Terminal C, Phase 1 – Airside Terminal, Structure & Enclosure (GMP No. 6-S.1), for the total lump sum amount of $56,393.00, with funding from Passenger Facility Charges and 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 CR0977-6S2-RFIs 2972 and 2972.1; Grounding at BHS Canopies (CWA BP-S144-040). Mr. Corthell presented the attached GMP Budget, Buyout and Contingency Form, requesting approval for 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 - Airside Enclosure and Exterior Finishes (GMP No. 6-S.2), at the Orlando International Airport. Hensel Phelps Construction is committed to 20% MWBE and 4% LDB participation for Construction Services. The subcontractor identified and committed to participate on BP-S144 (GMP No. 6-S.2) for this subcontract modification is BergElectric Corp. dba BergElectric Corp. Contractors and Engineers (Non-MWBE/LDB/VBE). There is 61% 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-L, 3-M, 3-N, 3-O, 3-P, and 3-Q were considered in one motion. Upon motion of Mr. Hunt, second by Mr. Gilliam, vote carried 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 - Airside Enclosure and Exterior Finishes (GMP No. 6-S.2), for the total lump sum amount of $3,758.00, with funding from General Airport Revenue Bonds and Passenger Facility Charges.

C. Subcontract Modification for BP-S00144 (GMP No. 6-S.2) with Wal-Mark Contracting Group LLC for CR0971-6S2-RFI 3097 Exposed Columns in Area 24 CBP Level – Framing and Drywall. Mr. Corthell presented the attached GMP Budget, Buyout and Contingency Form, requesting approval for Hensel Phelps Construction to issue a Subcontract Modification to Wal-Mark Contracting Group LLC on BP-

Minutes of the Construction Committee Meeting, June 15, 2021 Page 4 of 38

S00144, South Terminal C, Phase 1 - Airside Enclosure and Exterior Finishes (GMP No. 6-S.2), at the Orlando International Airport. Hensel Phelps Construction is committed to 20% MWBE and 4% LDB participation for Construction Services. The subcontractor identified and committed to participate on BP-S144 (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-L, 3-M, 3-N, 3-O, 3-P, and 3-Q were considered in one motion. Upon motion of Mr. Hunt, second by Mr. Gilliam, vote carried 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 $2,023.00, with funding from General Airport Revenue Bonds and Passenger Facility Charges.

D. Subcontract Modifications for BP-S00144 (GMP No. 6-S.2) with BergElectric Corp. dba BergElectric Corp. Contractors and Engineers for CR0859-6S2-RFIs 2817-2817.2; FIDS Lighting Panels Clarification. Mr. Corthell presented the attached GMP Budget, Buyout and Contingency Form, requesting approval for Hensel Phelps Construction to issue Subcontract Modifications to BergElectric Corp. dba BergElectric Corp. Contractors and Engineers on BP-S00144, South Terminal C, Phase 1 - Airside Enclosure and Exterior Finishes (GMP No. 6-S.2), at the Orlando International Airport. Hensel Phelps Construction is committed to 20% MWBE and 4% LDB participation for Construction Services. The subcontractor identified and committed to participate on BP-S144 (GMP No. 6-S.2) for this subcontract modification is BergElectric Corp. dba BergElectric Corp. Contractors and Engineers (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-L, 3-M, 3-N, 3-O, 3-P, and 3-Q were considered in one motion. Upon motion of Mr. Hunt, second by Mr. Gilliam, vote carried 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 - Airside Enclosure and Exterior Finishes (GMP No. 6-S.2), for the total lump sum amount of $10,267.00, with funding from Passenger Facility Charges and General Airport Revenue Bonds.

E. Subcontract Modification for BP-S00146 (GMP No. 7-S) with Physical Security, LLC for CR1602.1-LST-RFIs 5147-5147.3 Column Covers and MEP Conflicts. Mr. Corthell presented the attached GMP Budget, Buyout and Contingency Form, requesting approval for Turner-Kiewit Joint Venture to issue a Subcontract Modification to Physical Security, LLC on BP-S00146, South Terminal C, Phase 1 - Landside Terminal, Structure and Enclosure (GMP No. 7-S), at the Orlando International Airport. 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.

Minutes of the Construction Committee Meeting, June 15, 2021 Page 5 of 38

Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-L, 3-M, 3-N, 3-O, 3-P, and 3-Q were considered in one motion. Upon motion of Mr. Hunt, second by Mr. Gilliam, vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontract 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 $13,142.00, with funding from Passenger Facility Charges and General Airport Revenue Bonds.

F. Subcontract Modification for BP-S00147 (GMP No. 7-S.1) with Enclos Corp. for CR1070.9-LST-Bulletins 33 and 38, Campus Wide Bulletin 20, and RFIs 4007.1 and 4386 Interior Glazing Scope. Mr. Corthell presented the attached GMP Budget, Buyout and Contingency Form, requesting approval for Turner-Kiewit Joint Venture to issue a Subcontract Modification to Enclos Corp. on BP-S00147, South Terminal C, Phase 1 - Landside Terminal Building Systems (GMP No. 7-S.1), at the Orlando International Airport. 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 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-L, 3-M, 3-N, 3-O, 3-P, and 3-Q were considered in one motion. Upon motion of Mr. Hunt, second by Mr. Gilliam, vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontract Modification to Enclos Corp. on BP-S00147, South Terminal C, Phase 1 - Landside Terminal Building Systems (GMP No. 7-S.1), for the total lump sum amount of $629,418.00, with funding from General Airport Revenue Bonds.

G. Subcontract Modification for BP-S00147 (GMP No. 7-S.1) with MSE2, Inc. dba Mader Southeast for CR1703-LST-RFIs 4452-4452.3 and 5553 Fire Extinguisher Locations Level 6. Mr. Corthell presented the attached GMP Budget, Buyout and Contingency Form, requesting approval for 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 Structures and Systems (GMP No. 7-S.1), at the Orlando International Airport. 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 15% 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-L, 3-M, 3-N, 3-O, 3-P, and 3-Q were considered in one motion. Upon motion of Mr. Hunt, second by Mr. Gilliam, vote carried 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 Structures and Systems (GMP No. 7-S.1), for the total lump sum amount of $1,459.00, with funding from Passenger Facility Charges and General Airport Revenue Bonds.

Minutes of the Construction Committee Meeting, June 15, 2021 Page 6 of 38

H. Subcontract Modification for BP-S00148 (GMP No. 7-S.2) with Cornerstone Construction Services, Inc. for CR1475-LST-RFIs 4452.1 and 5553 Automated External Defibrillator (AED) Cabinet Changes. Mr. Corthell presented the attached GMP Budget, Buyout and Contingency Form, requesting approval for Turner-Kiewit Joint Venture to issue Subcontract Modification to Cornerstone Construction Services, Inc. on BP-S00148, South Terminal C, Phase 1, Landside Terminal Finishes (GMP No. 7-S.2), at the Orlando International Airport. 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-S148 (GMP No. 7-S.2) for this subcontract modification is Cornerstone Construction Services, Inc. (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-L, 3-M, 3-N, 3-O, 3-P, and 3-Q were considered in one motion. Upon motion of Mr. Hunt, second by Mr. Gilliam, vote carried to approve Turner-Kiewit Joint Venture to issue Subcontract Modification to Cornerstone Construction Services, Inc. on BP-S00148, South Terminal C, Phase 1 - Landside Terminal Finishes (GMP No. 7-S.2), for the total lump sum amount of $20,850.00, with funding from Passenger Facility Charges and General Airport Revenue Bonds.

I. Subcontract Modifications for BP-S00148 (GMP No. 7-S.2) with Enclos Corp.; Greenery Productions, Inc.; ISEC, Incorporated; and Cornerstone Construction Services, Inc.; for CR1070.2-LST-Bulletins 33 and 38 Bullet Resistant Assemblies, Interior Landscaping, Interior Wall Panels, Ornamental Metals and Specialties Scopes. Mr. Corthell presented the attached GMP Budget, Buyout and Contingency Form, requesting approval for Turner-Kiewit Joint Venture to issue Subcontract Modifications to Enclos Corp.; Greenery Productions, Inc.; ISEC, Incorporated; and Cornerstone Construction Services, Inc.; on BP-S00148, South Terminal C, Phase 1, Landside Terminal Finishes (GMP No. 7-S.2), at the Orlando International Airport. Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation for Construction Services. Multiple subcontractors were identified and committed to participate on BP-S00148 (GMP No. 7-S.2) for these subcontract modifications. Enclos Corp. (Non-MWBE/LDB/VBE) does not propose small business participation on its subcontract modification. There is a 100% reduction in MWBE participation associated with Greenery Productions, Inc.'s subcontract modification. ISEC, Incorporated (Non-MWBE/LDB/VBE) proposed an overall 47% MWBE participation on its subcontract modifications for Interior Wall Panels & Ornamental Metals. There is a 100% MWBE participation associated with Cornerstone Construction Services, Inc.'s subcontract modification. Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-L, 3-M, 3-N, 3-O, 3-P, and 3-Q were considered in one motion. Upon motion of Mr. Hunt, second by Mr. Gilliam, vote carried to approve Turner-Kiewit Joint Venture to issue Subcontract Modifications on BP-S00148, South Terminal C, Phase 1 - Landside Terminal Finishes (GMP No. 7-S.2), for the total amount of $283,552.00, which includes the lump sum amount of $72,161.00 to Enclos Corp.; the deductive lump sum amount of ($72,327.00) to Greenery Productions, Inc.; the lump sum of $250,003.00 to ISEC, Incorporated; the lump sum of $29,826.00 to ISEC, Incorporated; and the lump sum amount of $3,889.00 to Cornerstone Construction Services, Inc.; with funding from U.S. Customs and Border Protection (CBP) Funds and General Airport Revenue Bonds.

Minutes of the Construction Committee Meeting, June 15, 2021 Page 7 of 38

J. Subcontract Modification for BP-S00148 (GMP No. 7-S.2) with ISEC, Incorporated for CR1513.6-LST-Bulletins 38 and 39, and RFIs 4533-4533.4 and 5053-5053.2 Millwork Scope. Mr. Corthell presented the attached GMP Budget, Buyout and Contingency Form, requesting approval for Turner-Kiewit Joint Venture to issue a Subcontract Modification to ISEC, Incorporated on BP-S00148, South Terminal C, Phase 1 - Landside Terminal Finishes (GMP No. 7-S.2), at the Orlando International Airport.

Chairman Patterson stated that it was requested by the Office of Small Business Development to defer Agenda Item Nos. 3-J and 3-K, but that given the late nature of the project, the Construction Committee could take action now and let the Office of Small Business Development follow up with an information item. Ms. Sharman asked if there are any concerns about the small business participation or if it is routine. Chairman Patterson responded that there are a lot of players and they did not have time to finish their analyses. Legal Counsel advised that a motion can be made on these two agenda items, subject to review by the Office of Small Business Development. Ms. Sharman asked if there is a critical path aspect to it. Chairman Patterson answered that there were a lot of changes and it is too late in the program to pause it. Ms. Sharman asked how much time the Office of Small Business Development needs to review these two agenda items. Legal Counsel recommended waiting a couple days to execute then move forward once they submit an information item at a subsequent Construction Committee meeting. Ms. Sharman asked if they should be given a time limit. Legal Counsel responded that he would try to contact Mr. Morning before the end of the Construction Committee meeting and these items can be considered at that time.

Before the close of the Construction Committee meeting, the following conversation occurred regarding Agenda Item Nos. 3-J and 3-K: Legal Counsel advised that he was not able to get in contact with Mr. Morning and was not able to confirm the date by which it would be resolved. He recommended that the Construction Committee defer consideration for a couple days until it can be confirmed. Ms. Sharman stated that a reasonable timeline should be given to get a response. Legal Counsel responded that he has been advised that the Office of Small Business Development will be meeting with Turner-Kiewit Joint Venture about these two items and asked Mr. Corthell if he had any further information about it. Mr. Corthell answered that he does not have further information, but that the items are for ISEC, Incorporated and they are not a small business. Legal Counsel asked when these items needed to be approved. Mr. Corthell responded that they would like to get the contracts out this week. Ms. Sharman stated that the Construction Committee could give the Office of Small Business Development until Friday to respond. Ms. Baxter advised that the Construction Committee agenda is published on Thursdays, so it may be best to give them by noon Thursday to respond, so that the information item can be added to next week’s Construction Committee agenda. Legal Counsel concurred. Mr. Corthell assured that these two items are time sensitive and need to move forward, otherwise they would have deferred them for this week. Ms. Sharman stated that she does not want to ignore concerns; however, she does not have a problem moving them forward, subject to consensus from the Office of Small Business Development, at this time.

Minutes of the Construction Committee Meeting, June 15, 2021 Page 8 of 38

Agenda Item Nos. 3-J and 3-K were considered in one motion. Upon motion of Ms. Sharman, second by Mr. Hunt, vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontract Modification to ISEC, Incorporated on BP-S00148, South Terminal C, Phase 1 - Landside Terminal Finishes (GMP No. 7-S.2), for the total lump sum amount of $487,144.00, with funding from U.S. Customs and Border Protection (CBP) Funds and General Airport Revenue Bonds; subject to the review and consensus of the Office of Small Business Development. [Subsequent to the Construction Committee meeting, the Office of Small Business Development consensed the small business participation and provided Information Item No. 9-E, on the June 22, 2021, Construction Committee agenda].

K. Subcontract Modification for BP-S00148 (GMP No. 7-S.2) with ISEC, Incorporated for CR1602.2-LST-RFIs 5147-5147.3 Column Covers and MEP Conflicts. Mr. Corthell presented the attached GMP Budget, Buyout and Contingency Form, requesting approval for Turner-Kiewit Joint Venture to issue a Subcontract Modification to ISEC, Inc. on BP-S00148, South Terminal C, Phase 1 - Landside Terminal Finishes (GMP No. 7-S.2), at the Orlando International Airport. Chairman Patterson stated that it was requested by the Office of Small Business Development to defer Agenda Item Nos. 3-J and 3-K, but that given the late nature of the project, the Construction Committee could take action now and let the Office of Small Business Development follow up with an information item. Ms. Sharman asked if there are any concerns about the small business participation or if it is routine. Chairman Patterson responded that there are a lot of players and they did not have time to finish their analyses. Legal Counsel advised that a motion can be made on these two agenda items, subject to review by the Office of Small Business Development. Ms. Sharman asked if there is a critical path aspect to it. Chairman Patterson answered that there were a lot of changes and it is too late in the program to pause it. Ms. Sharman asked how much time the Office of Small Business Development needs to review these two agenda items. Legal Counsel recommended waiting a couple days to execute then move forward once they submit an information item at a subsequent Construction Committee meeting. Ms. Sharman asked if they should be given a time limit. Legal Counsel responded that he would try to contact Mr. Morning before the end of the Construction Committee meeting and these items can be considered at that time.

Before the close of the Construction Committee meeting, the following conversation occurred regarding Agenda Item Nos. 3-J and 3-K: Legal Counsel advised that he was not able to get in contact with Mr. Morning and was not able to confirm the date by which it would be resolved. He recommended that the Construction Committee defer consideration for a couple days until it can be confirmed. Ms. Sharman stated that a reasonable timeline should be given to get a response. Legal Counsel responded that he has been advised that the Office of Small Business Development will be meeting with Turner-Kiewit Joint Venture about these two items and asked Mr. Corthell if he had any further information about it. Mr. Corthell answered that he does not have further information, but that the items are for ISEC, Incorporated and they are not a small business. Legal Counsel asked when these items needed to be approved. Mr. Corthell responded that they would like to get the contracts out this week. Ms. Sharman

Minutes of the Construction Committee Meeting, June 15, 2021 Page 9 of 38

stated that the Construction Committee could give the Office of Small Business Development until Friday to respond. Ms. Baxter advised that the Construction Committee agenda is published on Thursdays, so it may be best to give them by noon Thursday to respond, so that the information item can be added to next week’s Construction Committee agenda. Legal Counsel concurred. Mr. Corthell assured that these two items are time sensitive and need to move forward, otherwise they would have deferred them for this week. Ms. Sharman stated that she does not want to ignore concerns; however, she does not have a problem moving them forward, subject to consensus from the Office of Small Business Development, at this time. Agenda Item Nos. 3-J and 3-K were considered in one motion. Upon motion of Ms. Sharman, second by Mr. Hunt, vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontract Modification to ISEC, Incorporated on BP-S00148, South Terminal C, Phase 1 - Landside Terminal Finishes (GMP No. 7-S.2), for the total lump sum amount of $159,514.00, with funding from Passenger Facility Charges and General Airport Revenue Bonds; subject to the review and consensus of the Office of Small Business Development. [Subsequent to the Construction Committee meeting, the Office of Small Business Development consensed the small business participation and provided Information Item No. 9-F, on the June 22, 2021, Construction Committee agenda].

L. Subcontract Modification for BP-S00149 (GMP No. 8-S) with Aireko Energy Solutions US, LLC for CR1586-8S-GTF-RFI 5991.1-Digital Display-Electrical and Low Voltage. Mr. Corthell presented the attached GMP Budget, Buyout and Contingency Form, requesting approval for Turner-Kiewit Joint Venture to issue a Subcontract Modification to Aireko Energy Solutions US, LLC on BP-S00149, South Terminal C, Phase 1 - Ground Transportation Facility-FDOT (GMP No. 8-S), at the Orlando International Airport. Turner-Kiewit Joint Venture is committed to achieving 14.3% DBE participation for the Ground Transportation Facility (GTF) - Concrete and Electrical Low Voltage Scopes of this GMP No. 8-S. The subcontractor identified and committed to participate on BP-S00149 (GMP No. 8-S) for this subcontract modification is Aireko Energy Solutions US, LLC (MWBE certified, but not certified as DBE). 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-L, 3-M, 3-N, 3-O, 3-P, and 3-Q were considered in one motion. Upon motion of Mr. Hunt, second by Mr. Gilliam, vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontract Modification to Aireko Energy Solutions US, LLC on BP-S00149, South Terminal C, Phase 1 - Ground Transportation Facility-FDOT (GMP No. 8-S), for the total deductive lump sum amount of ($11,056.00), with funding credited to Customer Facility Charges.

M. Subcontract Modification for BP-S00168 (GMP No. 6-S.4) with Percopo Coatings Company, LLC for CR0971-6S4-RFI 3097 Exposed Columns in Area 24 CBP Level – Painting. Mr. Corthell presented the attached GMP Budget, Buyout and Contingency Form, requesting approval for Hensel Phelps Construction to issue a Subcontract Modification to Percopo Coatings Company, LLC on BP-S00168, South Terminal C, Phase 1 - Interior Finishes and Specialties (GMP No. 6-S.4), at the Orlando International Airport. 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

Minutes of the Construction Committee Meeting, June 15, 2021 Page 10 of 38

Percopo Coatings Company, LLC (Non-MWBE certified at the time of the 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-L, 3-M, 3-N, 3-O, 3-P, and 3-Q were considered in one motion. Upon motion of Mr. Hunt, second by Mr. Gilliam, vote carried to approve Hensel Phelps Construction to issue a Subcontract 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 $670.00, with funding from Passenger Facility Charges and General Airport Revenue bonds.

N. Subcontract Modification for BP-S00168 (GMP No. 6-S.4) with SkyBuilders USA, LLC for CR0958-6S4-RFI 3093 Expansion Joint at PBP Shaft Risers. Mr. Corthell presented the attached GMP Budget, Buyout and Contingency Form, requesting approval for Hensel Phelps Construction to issue a Subcontract Modification to SkyBuilders USA, LLC on BP-S00168, South Terminal C, Phase 1 - Interior Finishes and Specialties (GMP No. 6-S.4), at the Orlando International Airport. 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 SkyBuilders USA, LLC (MWBE/LDB). 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-L, 3-M, 3-N, 3-O, 3-P, and 3-Q were considered in one motion. Upon motion of Mr. Hunt, second by Mr. Gilliam, vote carried to approve Hensel Phelps Construction to issue a Subcontract Modification to SkyBuilders USA, 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 $10,553.00, with funding from Passenger Facility Charges and General Airport Revenue Bonds.

O. Subcontract Modification for BP-S00173 (GMP No. 7-S.3) with Kirlin Florida, LLC for CR1602.4-LST-RFIs 5147-5147.3 Column Cover and MEP Conflicts. Mr. Corthell presented the attached GMP Budget, Buyout and Contingency Form, requesting approval for 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), at the Orlando International Airport. 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-DBE). There is 18% 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-L, 3-M, 3-N, 3-O, 3-P, and 3-Q were considered in one motion. Upon motion of Mr. Hunt, second by Mr. Gilliam, vote carried 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

Minutes of the Construction Committee Meeting, June 15, 2021 Page 11 of 38

- FDOT (GMP No. 7-S.3), for the total lump sum amount of $130,781.00, with funding from Passenger Facility Charges and General Airport Revenue Bonds.

P. Subcontract Modification for BP-S00176 (GMP No. 18-S) with Kiewit Infrastructure South Co. for CR1272-18S-Tradeport Canal Water Line Support Demo & Grading. Mr. Corthell presented the attached GMP Budget, Buyout and Contingency Form, requesting approval for Turner-Kiewit Joint Venture to issue a Subcontract Modification to Kiewit Infrastructure South Co. on BP-S00176, South Terminal C, Phase 1 - Site Logistics Relocation (GMP No. 18-S), at the Orlando International Airport. 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-S176 (GMP No. 18-S) for this subcontract modification is Kiewit Infrastructure South Co. (Non-MWBE/LDB/VBE). There is 8.6% MWBE and 0.1% 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-L, 3-M, 3-N, 3-O, 3-P, and 3-Q were considered in one motion. Upon motion of Mr. Hunt, second by Mr. Gilliam, vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontract 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 $70,654.00, with funding from General Airport Revenue Bonds.

Q. Subcontract Modification for BP-S00181 (GMP No. 8-S.1) with ISEC, Incorporated for CR1586.1-8S.1-GTF-RFI 5991.1 - Digital Display-Millwork. Mr. Corthell presented the attached GMP Budget, Buyout and Contingency Form, requesting approval for Turner-Kiewit Joint Venture to issue a Subcontract Modification to ISEC, Incorporated on BP-S00181, South Terminal C, Phase 1 - Ground Transportation Facility (GMP No. 8-S.1), at the Orlando International Airport. 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-S181 (GMP No. 8-S.1) for this subcontract modification is ISEC, Incorporated (Non-MWBE/LDB/VBE). There 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-L, 3-M, 3-N, 3-O, 3-P, and 3-Q were considered in one motion. Upon motion of Mr. Hunt, second by Mr. Gilliam, vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontract Modification to ISEC, Incorporated on BP-S00181, South Terminal C, Phase 1 – Ground Transportation Facility (GMP No. 8-S.1), for the total lump sum amount of $10,637.00, with funding from Customer Facility Charges and General Airport Revenue Bonds.

GENERAL REQUEST FOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH H.W. DAVIS CONSTRUCTION FOR V-00966, WEST CHECKPOINT PASSENGER QUEUE FLOOR REPAIRS, AT THE ORLANDO INTERNATIONAL AIRPORT. 4. Mr. Shedek presented the attached memorandum, dated June 15, 2021. 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 services to be provided, H.W. Davis Construction, Inc. does not

Minutes of the Construction Committee Meeting, June 15, 2021 Page 12 of 38 propose small business participation on this Job Order Construction Services Addendum. Chairman Patterson asked if this will fit into the last week of July timeline. Mr. Shedek answered yes and added that H.W. Davis Construction, Inc. is using expediting shipping. Chairman Patterson asked if work will be done at night. Mr. Shedek answered yes. Ms. Sharman asked if the scope is well defined. Mr. Shedek answered yes. Upon motion of Mr. Callum, second by Mr. Gilliam, vote carried to approve a Job Order Construction Services Addendum to the Continuing Vertical Construction Services Agreement with H.W. Davis Construction for V-00966, West Checkpoint Passenger Queue Floor Repairs, for the total direct-negotiated amount of $17,590.00 and waive the required for Performance and Payment Bonds, with funding from General Account Revenue Bonds. REQUEST FOR APPROVAL OF PURCHASE OF THE MAHARAM FABRIC UTILIZING CONTINGENCY FUNDS TO SUPPLEMENT THE ORDER FROM W-S00145, SOUTH TERMINAL C, PHASE 1-OWNER FURNISHED FF&E AND IT ITEMS, AT THE ORLANDO INTERNATIONAL AIRPORT. 5. Ms. Merck presented the attached memorandum, dated June 15, 2021. The Office of Small Business Development has reviewed the FF&E and IT Procurement Plan, and determined that, due to the specific nature of the required items, vendors for IT products are not required to propose any MWBE/LDB participation for these items. In the procurement of FF&E items, participation goals of 17% MWBE and 1.7% LDB/VBE have been established for competitively bid items. Ms. Sharman asked if Ms. Merck knows the contingency balance. Ms. Merck answered that the contingency balance is included in the report and that they are tracking above where they started. Ms. Sharman asked if any more of this type of fabric is needed. Ms. Merck answered no, that this is it for this furniture. Upon motion of Mr. Hunt, second by Mr. Gilliam, vote carried to approve the purchase of the Maharam Fabric utilizing Contingency Funds to supplement the order from W-S00145 South Terminal C, Phase 1-Owner Furnished FF&E and IT Items; there is no fiscal impact associated with this item. INFORMATION ITEMS 6. The following items were presented for information only:

A. Field Change Order (FCO) Log

B. Contingency Work Authorization (CWA) Log

C. COVID-19 CCM Item Log ADJOURNMENT 7. There being no further business for discussion, the meeting was adjourned at 9:01 a.m. ______________________________ David M. Patterson, Chairman Construction Committee Director of Construction

GOAA Construction Form 004 (Rev. #13, 2/9/10)

GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport, One Jeff Fuqua Boulevard

Orlando, Florida 32827-4399

CHANGE ORDER AGENDA FOR CONSTRUCTION COMMITTEE

CHANGE ORDER #

017

AMOUNT $

(1,617.00)

Extension Of Time (Subst.): 0 Days

Extension Of Time (Final): 0 Days

CONTRACT NO. & DESCRIPTION:

PS-329, Parking Access and Revenue Control System (PARCS) Replacement

DATE: 06/15/21

CONTRACTOR: SKIDATA, Inc.

A/E: N/A

DESCRIPTION OF CHANGE TO CONTRACT: FINAL CHANGE ORDER

Item #1 Provide all labor, materials, and equipment to install the Ground Transportation functionality in four (4) entry lanes and four (4) exit lanes at the South Terminal Complex Parking Garage C as well as the component monitoring the Passenger Drop-off Loop (PDL) road. ADD: $ 75,383.00

Item #2 Credit unused allowance balance from $77,000.00 to $0.00. Deduct: ($ 77,000.00)

(The language above will be exactly what will appear on the actual Change Order under "Description of Change".)

REASON FOR CHANGE: Item #1 Owners Request - The original Skidata contract included a Ground Transportation (GT) component

(software module) in their pricing that only accommodated the handling of GT traffic entering and exiting the 4th curb locations on both the A and B side of the North Terminal facilities. This was straight forward since it was reading registered transponders of any known GT vehicle trying to gain access to, and later exit from the GT facility then charging accordingly. At some point during the installation of the Skidata Parking Access and Revenue Control System (PARCS), GOAA Senior Management outlined a design for monitoring the public entry and exit lanes and determining whether it was a public patron with a Sunpass//Epass transponder (credential) or a GT vehicle with a registered credential and processing the vehicle according to agreed upon rates. This required an additional cost to the Skidata contract which was addressed in change order #05 in the April 11, 2017 Construction Committee meeting. While CO#05 was being written, a request to have the functionality described above incorporated into the South Terminal Garage C public lanes as well as the ability to process GT vehicles utilizing the PDL roadway in the South Terminal Intermodal Terminal Facility (ITF). The request asked that the capability be included when the opening of the Garage C facility on November 17, 2017 but the development and agreements between Skidata and Gatekeeper were not fully executed at the time. To get the development started and have available by the opening date, a NTE of $77,000 was added as an Allowance in CO#05 so that development could begin. Additional clarification of the complete GT requirements can be found in the “Reason For Change” Item #1 description in Change Order #05 (attached).

Item #2 Allowance Reconciliation - This is to credit the $77,000.00 allowance established in Change Order #05,

Item 2. New funding source has been established for Item #1 as the original funding source associated with this allowance is old SAPM funding and is no longer available.

SOURCE OF FUNDS: Previously approved Discretionary and/or Improvement and Development funds in ZC-122 - Parking Revenue Control System

tara.ciaglia
Text Box
ITEM 2-A 6/15/2021
nadege.cadet
Typewritten Text
Minutes of the Construction Committee Meeting, June 15, 2021 Page 13 of 38

GOAA Construction Form 004 (Rev. #13, 2/9/10)

Is above change within the intended scope of the original contract? Yes No

EXPLAIN: Previously Presented Bulletin(s): N/A (Copy Attached) Previously Approved Field Change Order(s): N/A (Copy Attached) Contractor's Original RCO Submission $ 75,383.00 GOAA Estimate $ N/A (a) Change Contract Amount By $ (1,617.00) (b) Amount of Associated Additional A/E Fees (Not for Approval / For Info. Only) $ 0.00 (c) Amount of Associated Additional OAR Fees (Not for Approval / For Info. Only) $ 0.00 (d) Total Cost Impact of this Change (d = a + b + c) $ (1,617.00)

Is there any potential backcharge to the A/E? Yes No Omissions $ 0.00 Errors $ 0.00

PREPARED BY: Eric McClung PHONE: 825-7847 NOTE: All Agenda Items are to be submitted to GOAA’s Construction-Engineering-Financial (CEF) Consultant no later than the close of business on Monday for inclusion on the following week's Construction Committee Agenda.

GOAA’s CEF Consultant Date Received: Date Review Completed: Initials of

Reviewer: Verification of Funding by CF

ANSER ADVISORY 6/03/2021 6/08/2021

nadege.cadet
Typewritten Text
Minutes of the Construction Committee Meeting, June 15, 2021 Page 14 of 38

GMP Budget, Buyout & Contingency Management BP-S143

GMP 6S.1 GREATER ORLANDO AVIATION AUTHORITY SOUTH TERMINAL C, PHASE ONE PROJECT

GMP Budget, Buyout & Contingency Form Page 1 of 1

This Form cannot be used to change the Project guaranteed maximum price or substantial completion date(s).

Project/GMP: BP-S143 (GMP 6S.1) South Terminal C, Phase 1 – Airside Terminal, Structure & Enclosure

Committee Date: June 15, 2021 CCM Reference #: 20180522.04H

CM@R: Hensel Phelps Construction Subcontractor(s): Kirlin Florida, LLC

Title/Description: CR0871-6S1-RFI 2861 Clarification of Overhead DCW Routing at PBPs

To PROPOSED ACTION (select all that apply) ☒ P1 Owner Contingency: ($56,393.00) ☐ CMAR Contingency:

☐ Budget Reallocation: ☐ Subcontract Award: ☒ Subcontract Modification: $56,393.00

If Owner Contingency is selected, is work required to complete job? ☒ Yes ☐ No (Note: If no, then SMF is required) Is there a schedule impact to the critical path associated with this action? ☐ Yes ☒ No (Note: If yes, OAR Schedule Analysis Provided) SUMMARY DESCRIPTION OF SUBCONTRACT MODIFICATION/AWARD:

Bid Package for BP-S143 22.01 “Plumbing” was previously awarded within GMP 6S.1 to Kirlin Florida, LLC, CC No. 20180522.04H.

Hensel Phelps Construction is requesting to issue a Subcontractor Modification to Kirlin Florida, LLC in the Lump Sum amount of $56,393.00 for

CR0871-6S1-RFI 2861 Clarification of Overhead DCW Routing at PBPs. The modified scope of work consists of the costs associated with the heat

tracing, insulation and aluminum-jacketing added for the overhead Domestic Cold Water (DCW) valves re-routed to the exterior of the Passenger

Boarding Piers (PBP) through a single penetration in the Concrete Masonry Unit (CMU) wall, per RFI 2861 response.

The approval of this Subcontractor Modification to Kirlin Florida, LLC resolves all requests for cost resulting from RFI 2861 in GMP 6S.1. There are

no cost impacts from RFI 2861 to GMP 6S, 6S.2, 6S.3, 6S.4, 6S.5 and 6S.6.

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.

448.00 REASON: Owner Requested – Design Progression; revised routing of the DCW valves through a single penetration in the CMU due to the limited

amount of penetrations allowed in a single panel of precast and to avoid space limitations caused by the Electrical Equipment being located in the

PBP’s Other Support rooms, per RFI 2861.

HP to issue a subcontract modification to Kirlin Florida, LLC in the lump sum amount of: $56,393.00

Deduct from P1 Owner Contingency: ($56,393.00)

☐ Bid Package ☐ Quotes Received ☐ Directly Negotiated

To Committed MWBE Percentage: See Memo Committed LDB Percentage: 0% Committed DBE Percentage: 0%

CM approved by: Signature: Date:

OAR approved by: Signature: Date:

Signature above indicates concurrence with all actions proposed within this form. All Agenda

items are to be submitted to GOAA's Construction-Engineering-Financial (CEF) Consultant.

Source of Funds:

GOAA’s Legal Consultant: Nelson Mullins

Signature:

Date: Verification of Funding by CF:

GOAA’s CEF Consultant: Anser Advisory

Signature:

Date:

..,._ - -

I ~

06/08/2021

06/08/2021

P1 PFC, Garb

David Busch

Scott Mizell

6/8/21

6/8/21

kryan
KMR2
tara.ciaglia
Text Box
ITEM 3-A 6/15/2021
nadege.cadet
Typewritten Text
Minutes of the Construction Committee Meeting, June 15, 2021 Page 15 of 38

GMP Budget, Buyout & Contingency Management BP-S144

GMP 6S.2 GREATER ORLANDO AVIATION AUTHORITY SOUTH TERMINAL C, PHASE ONE PROJECT

GMP Budget, Buyout & Contingency Form Page 1 of 1

This Form cannot be used to change the Project guaranteed maximum price or substantial completion date(s).

Project/GMP: BP-S144 (GMP 6S.2) South Terminal C, Phase 1 – STC Airside Enclosure & Exterior Finishes

Committee Date: June 15, 2021 CCM Reference #: 20180605.006

CM@R: Hensel Phelps Construction Subcontractor(s): Bergelectric Corp

Title/Description: CR0977-6S2-RFI 2972 & 2972.1; Grounding at BHS Canopies (CWA BP-S144-040)

To PROPOSED ACTION (select all that apply) ☒ P1 Owner Contingency: ($3,758.00) ☐ CMAR Contingency:

☐ Budget Reallocation: ☐ Subcontract Award: ☒ Subcontract Modification: $3,758.00

If Owner Contingency is selected, is work required to complete job? ☒ Yes ☐ No (Note: If no, then SMF is required)

To Is there a schedule impact to the critical path associated with this action? ☐ Yes ☒ No (Note: If yes, OAR Schedule Analysis provided)

SUMMARY DESCRIPTION OF SUBCONTRACT MODIFICATION/AWARD:

Bid Package for BP-S144 26.01 “ASC Electrical Systems” was previously awarded within GMP 6S.2 to Bergelectric Corp, CC No. 20180605.006.

Hensel Phelps Construction is requesting to issue a Subcontractor Modification to Bergelectric Corp in the Lump Sum amount of $3,758.00 for

CR0977-6S2-RFI 2972 & 2972.1; Grounding at BHS Canopies. The modified scope of work consists of the costs associated with grounding the

Baggage Handling System (BHS) canopy with additional cad-welds & grounding bonds to the BHS steel structure & building ground loop, per 2972

& 2972.1 responses.

The approval of this Subcontractor Modification to Bergelectric Corp resolves all requests for costs and time associated with RFIs 2972 & 2972.1

in GMP 6S.2 and closes out CWA BP-S144-040. There are no impacts to GMPs 6S, 6S.1, 6S.3, 6S.4 and 6S.5.

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.

To REASON: Owner Requested – Design Progression; Responses to RFIs 2972 & 2972.1 confirmed the location and routing of the grounding counterpoise loop and bonding with the BHS canopy steel structure that is required due to the added BHS canopies.

HP to issue a subcontract modification to Bergelectric Corp in the lump sum amount of: $3,758.00

Deduct from P1 Owner Contingency: ($3,758.00)

☐ Bid Package ☐ Quotes Received ☐ Directly Negotiated

To Committed MWBE Percentage: See Memo Committed LDB Percentage: 0% Committed DBE Percentage: 0%

CM approved by: Signature: Date:

OAR approved by: Signature: Date:

Signature above indicates concurrence with all actions proposed within this form. All Agenda

items are to be submitted to GOAA's Construction-Engineering-Financial (CEF) Consultant.

Source of Funds:

GOAA’s Legal Consultant: Nelson Mullins

Signature:

Date: Verification of Funding by CF:

GOAA’s CEF Consultant: Anser Advisory

Signature:

Date:

s = = f---------~----------------i ~ I

I

I I

06/08/2021

06/08/2021

P1 PFC, Garb

Scott Mizell

David Busch

6/8/21

6/8/21

kryan
KMR2
tara.ciaglia
Text Box
ITEM 3-B 6/15/2021
nadege.cadet
Typewritten Text
Minutes of the Construction Committee Meeting, June 15, 2021 Page 16 of 38

GMP Budget, Buyout & Contingency Management BP-S144

GMP 6S.2 GREATER ORLANDO AVIATION AUTHORITY SOUTH TERMINAL C, PHASE ONE PROJECT

GMP Budget, Buyout & Contingency Form Page 1 of 1

This Form cannot be used to change the Project guaranteed maximum price or substantial completion date(s).

Project/GMP: BP-S144 (GMP 6S.2) South Terminal C, Phase 1 – STC Airside Enclosure & Exterior Finishes

Committee Date: June 15, 2021 CCM Reference #: 20180605.006

CM@R: Hensel Phelps Construction Subcontractor(s): Wal-Mark Contracting Group LLC

Title/Description: CR0971-6S2-RFI 3097 Exposed Columns in Area 24 CBP Level – Framing and Drywall

To PROPOSED ACTION (select all that apply) ☒ P1 Owner Contingency: ($2,023.00) ☐ CMAR Contingency:

☐ Budget Reallocation: ☐ Subcontract Award: ☒ Subcontract Modification: $2,023.00

If Owner Contingency is selected, is work required to complete job? ☒ Yes ☐ No (Note: If no, then SMF is required)

To Is there a schedule impact to the critical path associated with this action? ☐ Yes ☒ No (Note: If yes, OAR Schedule Analysis provided)

SUMMARY DESCRIPTION OF SUBCONTRACT MODIFICATION/AWARD:

Bid Package for 09.02 “Framing and Drywall” was previously awarded within GMP 6S.2 to Wal-Mark Contracting Group LLC, CC No. 20180605.006.

Hensel Phelps Construction is requesting to issue the following Subcontractor Modification to Wal-Mark Contracting Group LLC in the Lump Sum

amount of $2,023.00 for CR0971-6S2-RFI 3097 Exposed Columns in Area 24 CBP Level. The contract documents for Area 24 CBP Level did not

indicate a finished column wrap-around for the steel column between lines X03 and X04. RFI 3097 response confirmed the columns should be

wrapped with a gypsum board. The modified scope of work consists of the costs associated with the Gypsum Wall Board (GWB) column enclosure

added at the exposed steel column between Column Lines X03 and X04 in the ASC Area 24 CBP Level to meet the Design Intent, per RFI 3097

response.

The approval of this Subcontractor Modification to Wal-Mark Contracting Group LLC resolves all requests for cost and time associated with RFI

3097 in GMP 6S.2. Impacts to GMP 6S.4 will be submitted via CR0971-6S4 for a future CCM approval. There are no cost impacts to GMP 6S, 6S.1,

6S.3, 6S.5 and 6S.6.

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.

REASON: Design Omission – Gypsum column enclosure for the exposed steel column between CL X03 and X04 on CBP Level, per RFI 3097.

HP to issue a subcontract modification to Wal-Mark Contracting Group LLC in the lump sum amount of: $2,023.00

Deduct from P1 Owner Contingency: ($2,023.00)

☐ Bid Package ☐ Quotes Received ☐ Directly Negotiated

To Committed MWBE Percentage: 0% Committed LDB Percentage: 0% Committed DBE Percentage: 0%

CM approved by: Signature: Date:

OAR approved by: Signature: Date:

Signature above indicates concurrence with all actions proposed within this form. All Agenda

items are to be submitted to GOAA's Construction-Engineering-Financial (CEF) Consultant.

Source of Funds:

GOAA’s Legal Consultant: Nelson Mullins

Signature: Date: Verification of Funding by CF:

GOAA’s CEF Consultant: Anser Advisory

Signature: Date:

I

06/08/2021

06/08/2021

P1 PFC, Garb

David Busch

Scott Mizell

6/8/21

6/8/21

kryan
KMR2
tara.ciaglia
Text Box
ITEM 3-C 6/15/2021
nadege.cadet
Typewritten Text
Minutes of the Construction Committee Meeting, June 15, 2021 Page 17 of 38

GMP Budget, Buyout & Contingency Management BP-S144

GMP 6S.2 GREATER ORLANDO AVIATION AUTHORITY SOUTH TERMINAL C, PHASE ONE PROJECT

GMP Budget, Buyout & Contingency Form Page 1 of 1

This Form cannot be used to change the Project guaranteed maximum price or substantial completion date(s).

Project/GMP: BP-S144 (GMP 6S.2) South Terminal C, Phase 1 – STC Airside Enclosure & Exterior Finishes

Committee Date: June 15, 2021 CCM Reference #: 20180605.006

CM@R: Hensel Phelps Construction Subcontractor(s): Bergelectric Corp

Title/Description: CR0859-6S2-RFI 2817-2817.2; FIDS Lighting Panels Clarification

To PROPOSED ACTION (select all that apply) ☒ P1 Owner Contingency: ($10,267.00) ☐ CMAR Contingency:

☐ Budget Reallocation: ☐ Subcontract Award: ☒ Subcontract Modification: $10,267.00

If Owner Contingency is selected, is work required to complete job? ☒ Yes ☐ No (Note: If no, then SMF is required)

To Is there a schedule impact to the critical path associated with this action? ☐ Yes ☒ No (Note: If yes, OAR Schedule Analysis provided)

SUMMARY DESCRIPTION OF SUBCONTRACT MODIFICATION/AWARD:

Bid Package for BP-S144 26.01 “ASC Electrical Systems” was previously awarded within GMP 6S.2 to Bergelectric Corp, CC No. 20180605.006.

Hensel Phelps Construction is requesting to issue a Subcontractor Modification to Bergelectric Corp in the Lump Sum amount of $10,267.00 for

CR0859-6S2-RFI 2817-2817.2; FIDS Lighting Panels Clarification. The modified scope of work consists of the costs associated with the duplex

receptacles added to each circuit feeding the Flight Information Display System (FIDS) monitors in Areas 16, 17, 28, and 31 on the ASC Transfer

Level, per RFI 2817, 2817.1 and 2817.2 responses and sketches.

The approval of this Subcontractor Modification to Bergelectric Corp resolves all requests for costs and time associated with RFIs 2817, 2817.1

and 2817.2 scopes of work in GMP 6S.2. There are no impacts to GMPs 6S, 6S.1, 6S.3, 6S.4 and 6S.5.

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.

To REASON: Design Omission – Responses to RFIs 2817, 2817.1 and 2817.2 confirmed the power requirements for the FIDS monitors in Areas 16,

17, 28, and 31 on the ASC Transfer Level, and added the receptacle symbols to the Electrical drawings as requested by the City Inspector.

HP to issue a subcontract modification to Bergelectric Corp in the lump sum amount of: $10,267.00

Deduct from P1 Owner Contingency: ($10,267.00)

☐ Bid Package ☐ Quotes Received ☐ Directly Negotiated

To Committed MWBE Percentage: 0% Committed LDB Percentage: 0% Committed DBE Percentage: 0%

CM approved by: Signature: Date:

OAR approved by: Signature: Date:

Signature above indicates concurrence with all actions proposed within this form. All Agenda

items are to be submitted to GOAA's Construction-Engineering-Financial (CEF) Consultant.

Source of Funds:

GOAA’s Legal Consultant: Nelson Mullins

Signature:

Date: Verification of Funding by CF:

GOAA’s CEF Consultant: Anser Advisory

Signature:

Date:

~ ~=

I

I

I I

06/08/2021

06/08/2021

P1 PFC, Garbs

David Busch

Scott Mizell

6/8/21

6/8/21

kryan
KMR2
tara.ciaglia
Text Box
ITEM 3-D 6/15/2021
nadege.cadet
Typewritten Text
Minutes of the Construction Committee Meeting, June 15, 2021 Page 18 of 38

GMP Budget, Buyout & Contingency Management BP-S146 GMP 7-S GREATER ORLANDO AVIATION AUTHORITY SOUTH TERMINAL C, PHASE ONE PROJECT

GMP Budget, Buyout & Contingency Form Page 1 of 1

This Form cannot be used to change the Project guaranteed maximum price or substantial completion date(s).

Project/GMP: BP-S146 (GMP 7-S) South Terminal C, Phase 1 - Landside Terminal, Structure & Enclosure

Committee Date: June 15, 2021 CCM Reference #: 20180529.02A

CMAR: Turner-Kiewit Joint Venture Subcontractor(s): Physical Security, LLC

Title/Description: CR1602.1-LST-RFI 5147-5147.3 Column Covers and MEP Conflicts

PROPOSED ACTION (select all that apply) ☒ Owner Contingency P1: ($13,142.00) ☐ CMAR Contingency:

☐ Budget Reallocation: ☐ Subcontract Award: ☒ Subcontract Modification: $13,142.00

If Owner Contingency is selected, is work required to complete job? ☒ Yes ☐ No (Note: If no, then SMF is required.)

Is there a schedule impact to the critical path associated with this action? ☐ Yes ☒ No (Note: If yes, OAR schedule analysis provided.)

SUMMARY DESCRIPTION OF SUBCONTRACT MODIFICATION/AWARD:

Bid Package 8.2.0 “Curtain Wall” was previously awarded within GMP 7S to Physical Security, LLC, CC No. 20180528.02A.

Turner-Kiewit Joint Venture (TKJV) is proposing a subcontract modification to Physical Security, LLC in the lump sum amount of $13,142.00 for CR1602.1-LST-RFI 5147-5147.3 Column Covers and MEP Conflicts. RFIs 5147-5147.3 identified and resolved MEP clashes within column covers at different locations throughout the LST building. The response to RFI 5147 removed the column covers and replaced them with interior partitions, creating a condition where the back side of framing, ductwork and the unfinished column would be visible. The response to RFI 5147.1 approved the use of 3M opaque film at the vision glass to mitigate this visibility issue. The modified scope of work consists of necessary labor and material costs for the installation of the 3M film at the vision glass on those areas, as captured in RFIs 5147-5147.3.

The approval of this subcontract modification to Physical Security, LLC resolves all requests for costs and time associated with RFI’s 5147-5147.3 scope of work in GMP 7S for the Curtain all scope of work. The following is a list of all forthcoming cost impacts due to RFIs 5147-5147.3:

- GMP 7S.1 for the Drywall & Framing, and Low Voltage scopes (Submitted under CR1602 and CR1602.5, respectively). - GMP 7S.2 for the Column Covers and Interior Wall Paneling scopes (Submitted CR1602.2). - GMP 7S.2 for the Acoustical Ceilings scope (Forthcoming). - GMP 7S.3 for the HVAC & Plumbing scope (Submitted under CR1602.4). - GMP 7S.3 Electrical scope (Forthcoming).

There are no forthcoming CRs for RFIs 5147-5147.3 in any other GMP.

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.

REASON: Owner Requested – Design Progression; RFIs 5147-5147.3 updated construction documents to address MEP coordination within column covers, which affected the curtain wall scope

TKJV to issue a subcontract modification to Physical Security, LLC in the lump sum amount of: $13,142.00 Deduct from Owner Contingency P1: ($13,142.00)

☐ Bid Package ☐ Quotes Received ☐ Directly Negotiated

Committed MWBE Percentage: 0% Committed LDB Percentage: 0% Committed DBE Percentage: 0% CM approved by:

Wende Morgan-Elliot

Signature: Date:

OAR approved by:

Torie Brooks

Signature: Date:

Signature above indicates concurrence with all actions proposed within this form. All Agenda items are to be submitted to GOAA's Construction-Engineering-Financial (CEF) Consultant.

Source of Funds:

GOAA’s Legal Consultant:

Nelson Mullins

Signature: Date: Verification of Funding by CF:

GOAA’s CEF Consultant:

Anser Advisory

Signature: Date:

-~ V t-------~1------------1

I I I

I I I I

I I

6/4/2021

6/8/21

P1 PFC, Garb

6/8/21

6/8/21

kryan
KMR2
tara.ciaglia
Text Box
ITEM 3-E 6/15/2021
nadege.cadet
Typewritten Text
Minutes of the Construction Committee Meeting, June 15, 2021 Page 19 of 38

GMP Budget, Buyout & Contingency Management BP-S147 GMP 7-S.1 GREATER ORLANDO AVIATION AUTHORITY SOUTH TERMINAL C, PHASE ONE PROJECT

GMP Budget, Buyout & Contingency Form Page 1 of 2

This Form cannot be used to change the Project guaranteed maximum price or substantial completion date(s).

Project/GMP: BP-S147 (GMP 7-S.1) South Terminal C, Phase 1 - Landside Terminal Building Systems

Committee Date: June 15, 2021 CCM Reference #: 20181002.009

CMAR: Turner-Kiewit Joint Venture Subcontractor(s): Enclos Corp.

Title/Description: CR1070.9-LST-Bulletin 33 & 38, Campus Wide Bulletin 20, and RFIs 4007.1 & 4386 Interior Glazing Scope

PROPOSED ACTION (select all that apply) ☒ Owner Contingency P1: ($53,353.00) ☒ TSA Owner Contingency P1: ($321,594.00)

☐ Budget Reallocation: ☒ CBP Owner Contingency: ($254,471.00) ☒ Subcontract Modification: $629,418.00

If Owner Contingency is selected, is work required to complete job? ☒ Yes ☐ No (Note: If no, then SMF is required.)

Is there a schedule impact to the critical path associated with this action? ☐ Yes ☒ No (Note: If yes, OAR schedule analysis provided.)

SUMMARY DESCRIPTION OF SUBCONTRACT MODIFICATION/AWARD:

Bid Packages 8.3.0 “Interior Glazing” was previously awarded within GMP 7S.1 to Enclos Corp. CC No. 20181002.009.

Turner-Kiewit Joint Venture (TKJV) is proposing a subcontract modification to Enclos Corp. in the lump sum amount of $629,418.00 for CR1070.9-LST-Bulletin 33 & 38, and RFIs 4007.1 & 4386 Interior Glazing Scope. LST Bulletin 38 updated Transportation Security Administration (TSA) barrier wall and Customs & Border Protection (CBP) Queuing and Processing wall to All-Glass laminated storefront and associated doors and frames. RFI 4386 added aluminum framed storefronts to the front of the Baggage Storage Office (BSO) rooms west of gridline L11 between N7 and N6, including a door schedule for the added doors 06-0082B, 06-0642 & 06-0643. The modified scope of work consists of labor, material and equipment net added costs associated with furnishing and installation of All-Glass Storefront for TSA barrier wall and CBP Queuing and Processing wall. Additionally, includes aluminum framed glass storefronts and doors for BSO rooms, as depicted in LST Bulletin 33 & 38, CWS Bulletin 20, and RFIs 4007.1 & 4386.

The approval of this subcontract modification to Enclos Corp. resolves all requests for costs and time associated with LST Bulletin 33 & 38, CWS Bulletin 20, and RFIs 4007.1 & 4386 for the Interior Glazing scope of work in GMP 7S.1. The following is a list of all cost impacts associated with LST Bulletin 33 & 38, CWS Bulletin 20, and RFIs 4007.1 & 4386.

- GMP 7S.1 for the Concrete, Masonry, and Doors, Frames & Hardware scopes (Approved at CC Ref.: 20210427.3I, 20210309.3P, and 20200901.2J, respectively).

- GMP 7S.1 for Drywall & Framing, Fireproofing and Low Voltage scopes (Submitted under CR1070.1). - GMP 7S.1 for the Fire Protection scope (Submitted under CR1070.8). - GMP 7S.2 for Bulletin Resistant Assemblies, Interior Landscaping, Interior Wall Paneling, and Ornamental Metals scopes

(Submitted under CR1070.2). - GMP 7S.2 for the Access Floors, Painting, and Carpet/Resilient Flooring scopes, including clouded changes associated with RFIs

for Bulletin 38 (Forthcoming under CR1070.10). - GMP 7S.2 for the Millwork scope (Submitted under CR1513.6). - GMP 7S.2 for the Miscellaneous Metals/Structural Steel scope (Approved at CC Ref.: 20210518.3K). - GMP 7S.3 for the Electrical EBS Room Lighting only (Approved at CC Ref.: 20200922.2II). - GMP 7S.3 for the HVAC & Plumbing scope (Submitted under CR1070.4). - GMP 7S.3 for the Electrical Equipment & Clouded Changes, and Electrical Unclouded Changes (Forthcoming under CR1070.5 and

CR1070.6, respectively).

There are no forthcoming CRs for LST Bulletin 33 & 38, CWS Bulletin 20, and RFI 4386 in any other GMP.

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.

Quested clarification for the heighggowihegoih

Weoghoihoih

REASON: Owner Requested – Design Progression; Updated construction documents to reflect architectural revisions in tenant build-out areas for TSA & CBP, per LST Bulletin 33, 38 & CWS Bulletin 20. RFI 4386 provided architectural revisions to BSO room storefronts, doors, and frames.

TKJV to issue a subcontract modification to Enclos Corp. in the lump sum amount of: $629,418.00 Deduct from CBP Owner Contingency: ($254,471.00) Deduct from TSA Owner Contingency: ($321,594.00) Deduct from Owner Contingency P1: ($53,353.00)

☐ Bid Package ☐ Quotes Received ☐ Directly Negotiated

Committed MWBE Percentage: 0% Committed LDB Percentage: 0% Committed DBE Percentage: 0%

~ - ==1-----------~------------t

I

I I I

I I I I

I I I I

tara.ciaglia
Text Box
ITEM 3-F 6/15/2021
nadege.cadet
Typewritten Text
Minutes of the Construction Committee Meeting, June 15, 2021 Page 20 of 38

GMP Budget, Buyout & Contingency Management BP-S147 GMP 7-S.1 GREATER ORLANDO AVIATION AUTHORITY SOUTH TERMINAL C, PHASE ONE PROJECT

GMP Budget, Buyout & Contingency Form Page 2 of 2

CM approved by:

Wende Morgan-Elliott

Signature: Date:

OAR approved by:

Torie Brooks

Signature: Date:

Signature above indicates concurrence with all actions proposed within this form. All Agenda items are to be submitted to GOAA's Construction-Engineering-Financial (CEF) Consultant.

Source of Funds:

GOAA’s Legal Consultant:

Nelson Mullins

Signature: Date: Verification of Funding by CF:

GOAA’s CEF Consultant:

Anser Advisory

Signature: Date:

I

6/4/2021

6/8/21

P1 Garbs

6/8/21

6/8/21

kryan
KMR2
nadege.cadet
Typewritten Text
Minutes of the Construction Committee Meeting, June 15, 2021 Page 21 of 38

GMP Budget, Buyout & Contingency Management BP-S147 GMP 7-S.1 GREATER ORLANDO AVIATION AUTHORITY SOUTH TERMINAL C, PHASE ONE PROJECT

GMP Budget, Buyout & Contingency Form Page 1 of 1

This Form cannot be used to change the Project guaranteed maximum price or substantial completion date(s).

Project/GMP: BP-S147 (GMP 7-S.1) South Terminal C, Phase 1 - Landside Terminal Remaining Structure & Systems

Committee Date: June 15, 2021 CCM Reference #: 20181002.009

CM@R: Turner-Kiewit Joint Venture Subcontractor(s): MSE2, Inc. dba Mader Southeast

Title/Description: CR1703-LST-RFI 4452-4452.3 & 5553 Fire Extinguisher Locations Level 6

PROPOSED ACTION (select all that apply) ☒ Owner Contingency P1: ($1,459.00) ☐ CMAR Contingency P1:

☐ Budget Reallocation: ☐ Subcontract Award: ☒ Subcontract Modification: $1,459.00

If Owner Contingency is selected, is work required to complete job? ☒ Yes ☐ No (Note: If no, then SMF is required.)

Is there a schedule impact to the critical path associated with this action? ☐ Yes ☒ No (Note: If yes, OAR schedule analysis provided.)

SUMMARY DESCRIPTION OF SUBCONTRACT MODIFICATION/AWARD:

Bid Package 9.1.0 “Drywall & Framing” was previously awarded within GMP 7S.1 to MSE2, Inc. dba Mader Southeast, CC No. 20181002.009.

Turner-Kiewit Joint Venture (TKJV) is proposing a subcontract modification to MSE2, Inc. dba Mader Southeast in the lump sum amount of $1,459.00 for CR1703-LST-RFI 4452-4452.3 Fire Extinguisher Locations Level 6. RFI 4452.1 provided details with revised fire extinguisher cabinet (FEC), pylon and defibrillator cabinet locations, and increased the number of units required due to differences betweenFire Extinguisher Plan and the Architectural Drawings. The modified scope of work consists of a net added labor and material cost associated with framing of revised fire extinguisher cabinet, pylon, and defibrillator cabinet locations throughout Arrivals Level on the LST building, as captured in RFIs 4452-4452.3 & 5553.

The approval of this subcontract modification to MSE2, Inc. dba Mader Southeast resolves all requests for cost and time associated with RFIs 4452-4452.3 & 5553 for the Drywall & Framing scope of work in GMP 7S.1. Cost impacts to GMP 7S.1 for the Low Voltage scope in RFI 5553 were submitted under CR1475.1. Cost impacts to GMP 7S.2 for the Specialties scope were submitted under CR1475 (AEDs). Cost impacts to GMP 7S.2 for the Specialties scope will be submitted under CR1703.1 (FECs). There are no forthcoming CRs for RFIs 4452-4452.3 & 5553 in any other GMP.

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.

REASONS: Owner Requested – Design Progression; Updated Architectural Drawings and Life Safety Plans revised the location of Fire Extinguisher Cabinets (FEC) due to addition of P1X and value engineering effort. $1,840.00 Design Omission – Relocation of fire extinguishers resulted in drywall & framing credits for FEC that had missing tags. ($381.00)

TKJV to issue a subcontract modification to MSE2, Inc. dba Mader Southeast., Inc. in the lump sum amount of: $1,459.00 Deduct from Owner Contingency P1: ($1,459.00)

☐ Bid Package ☐ Quotes Received ☐ Directly Negotiated

Committed MWBE Percentage: See memo Committed LDB Percentage: 0% Committed DBE Percentage: 0% CM approved by:

Wende Morgan-Elliott

Signature: Date:

OAR approved by:

Torie Brooks

Signature: Date:

Signature above indicates concurrence with all actions proposed within this form. All Agenda items are to be submitted to GOAA's Construction-Engineering-Financial (CEF) Consultant.

Source of Funds:

GOAA’s Legal Consultant:

Nelson Mullins

Signature: Date: Verification of Funding by CF:

GOAA’s CEF Consultant:

Anser Advisory

Signature: Date:

~ ~ t-------~i------------1

I I I

I I

6/4/2021

6/8/21

P1 PFC, Garb

6/8/21

6/8/21

kryan
KMR2
tara.ciaglia
Text Box
ITEM 3-G 6/15/2021
nadege.cadet
Typewritten Text
Minutes of the Construction Committee Meeting, June 15, 2021 Page 22 of 38

GMP Budget, Buyout & Contingency Management BP-S148 GMP 7-S.2 GREATER ORLANDO AVIATION AUTHORITY SOUTH TERMINAL C, PHASE ONE PROJECT

GMP Budget, Buyout & Contingency Form Page 1 of 1

This Form cannot be used to change the Project guaranteed maximum price or substantial completion date(s).

Project/GMP: BP-S148 (GMP 7-S.2) South Terminal C, Phase 1 - Landside Terminal Finishes

Committee Date: June 15, 2021 CCM Reference #: 20190702.05

CMAR: Turner-Kiewit Joint Venture Subcontractor(s): Cornerstone Construction Services, Inc.

Title/Description: CR1475-LST-RFI 4452.1 & 5553 Automated External Defibrillator (AED) Cabinet Changes

PROPOSED ACTION (select all that apply) ☒ Owner Contingency P1: ($18,184.00) ☐ CMAR Contingency P1:

☐ Budget Reallocation: ☒ Owner Contingency P1X: ($2,666.00) ☒ Subcontract Modification: $20,850.00

If Owner Contingency is selected, is work required to complete job? ☒ Yes ☐ No (Note: If no, then SMF is required.)

Is there a schedule impact to the critical path associated with this action? ☐ Yes ☒ No (Note: If yes, OAR schedule analysis provided.)

SUMMARY DESCRIPTION OF SUBCONTRACT MODIFICATION/AWARD:

Bid Package 10.0.0 “Specialties” was previously awarded within GMP 7S.2 to Cornerstone Construction Services, Inc., CC No. 20190702.05.

Turner-Kiewit Joint Venture (TKJV) is proposing a subcontract modification to Cornerstone Construction Services, Inc. in the lump sum amount of $20,850.00 for CR1475-LST-RFI 4452.1 & 5553 Automated External Defibrillator (AED) Cabinet Changes. The modified scope of work consists of labor and material costs associated with revisions to the AED cabinets from recessed to semi-recessed and one (1) cabinet to fire rated, and the costs for an additional seven (7) AEDs cabinets, as captured in RFIs 4452.1 & 5553.

The approval of this subcontract modification to Cornerstone Services, Inc. resolves all requests for costs and time associated with RFIs 4452.1 & 5553 Specialties scope of work in GMP 7S.2. Cost impacts to GMP 7S.1 for RFIs 4452-4452.3 & RFI 5553 for the Drywall & Framing and Low Voltage scopes were submitted, respectively, under CR1703 & CR1475.1. Cost impacts to GMP 7S.2 for RFIs 4452-4452.1 were submitted under CR 1703.1. There are no forthcoming CRs for RFIs 4452-4452.3 & 5533 in any other GMP.

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.

REASONS: Owner Requested – Design Progression; Updated Architectural Drawings and Life Safety Plans revised the location of AED cabinets due to addition of P1X and value engineering effort. $18,967.00 Design Omission – Revised AED cabinets to semi-recessed. $1,883.00 TKJV to issue a subcontract modification to Cornerstone Construction Services, Inc. in the lump sum amount of: $20,850.00 Deduct from Owner Contingency P1: ($18,184.00) Deduct from OWNER Contingency P1X: ($2,666.00)

☐ Bid Package ☐ Quotes Received ☐ Directly Negotiated

Committed MWBE Percentage: See memo Committed LDB Percentage: See memo Committed DBE Percentage: See memo

CM approved by:

Wende Morgan-Elliott

Signature: Date:

OAR approved by:

Torie Brooks

Signature: Date:

Signature above indicates concurrence with all actions proposed within this form. All Agenda items are to be submitted to GOAA's Construction-Engineering-Financial (CEF) Consultant.

Source of Funds:

GOAA’s Legal Consultant:

Nelson Mullins

Signature: Date: Verification of Funding by CF:

GOAA’s CEF Consultant:

Anser Advisory

Signature: Date:

-= = E ,----------~----------------.

I

I I

6/4/2021

6/8/21

P1/P1X PFC,Garb

6/8/21

6/8/21

kryan
KMR2
tara.ciaglia
Text Box
ITEM 3-H 6/15/2021
nadege.cadet
Typewritten Text
Minutes of the Construction Committee Meeting, June 15, 2021 Page 23 of 38

GMP Budget, Buyout & Contingency Management BP-S148 GMP 7-S.2 GREATER ORLANDO AVIATION AUTHORITY SOUTH TERMINAL C, PHASE ONE PROJECT

GMP Budget, Buyout & Contingency Form Page 1 of 2

This Form cannot be used to change the Project guaranteed maximum price or substantial completion date(s).

Project/GMP: BP-S148 (GMP 7-S.2) South Terminal C, Phase 1 - Landside Terminal Finishes

Committee Date: June 15, 2021 CCM Reference #: 20190702.05

CMAR: Turner-Kiewit Joint Venture Subcontractor(s): Enclos Corp.; Greenery Productions, Inc.; ISEC, Incorporated; Cornerstone Construction Services, Inc.

Title/Description: CR1070.2-LST-Bulletin 33 & 38 Bullet Resistant Assemblies, Interior Landscaping, Interior Wall Panels, Ornamental Metals & Specialties Scopes

PROPOSED ACTION (select all that apply) ☒ Owner Contingency P1: $68,438.00 ☐ CMAR Contingency P1:

☐ Budget Reallocation: ☒ CBP Owner Contingency: ($351,990) ☒ Subcontract Modification: See Below

If Owner Contingency is selected, is work required to complete job? ☒ Yes ☐ No (Note: If no, then SMF is required.)

Is there a schedule impact to the critical path associated with this action? ☐ Yes ☒ No (Note: If yes, OAR schedule analysis provided.)

SUMMARY DESCRIPTION OF SUBCONTRACT MODIFICATION/AWARD:

Bid Packages for 13.0.0 “Transparent Bullet Resistant Assemblies”, 12.2.0 “Interior Landscape Plants & Accessories”, 9.2.2 “Interior Wall Panels”, 5.8.0 “Ornamental Metals”, and 10.0.0 “Specialties” were previously awarded within GMP 7S.2, respectively, to Enclos Corp., Greenery Productions, Inc., ISEC, Incorporated, and Cornerstone Construction Services, Inc., CC No. 20190702.05.

LST Bulletin 33 & 38 provided architectural revisions in multiple areas, including Customs & Border Protection (CBP) spaces. Turner-Kiewit Joint Venture (TKJV) is proposing the following subcontract modifications to:

1- Enclos Corp. in the lump sum amount of $72,161.00 for CR1070.2-LST-Bulletin 38 Bullet Resistant Assemblies Scope. The modified scope of work consists of labor and material costs associated with added bullet resistant transaction window and revisions to enlarge the Communication Control Center (CCC) room, as depicted in LST Bulletin 38.

2- Greenery Productions, Inc. in the lump sum amount of ($72,327.00) for CR1070.2-LST-Bulletin 38 Interior Landscape Plants & Accessories Scope. The modified scope of work includes of labor and material credits associated with the deletion of eight (8) forever palms, as depicted in LST Bulletin 38.

3- ISEC, Incorporated in the lump sum amount of $250,003.00 for CR1070.2-LST-Bulletin 38 Interior Wall Panels Scope. The modified scope of work consists of labor and material costs associated with added type MWC18 and MWC20 interior wall panels, as depicted in LST Bulletin 38.

4- ISEC, Incorporated in the lump sum amount of $29,826.00 for CR1070.2-LST-Bulletin 38 Ornamental Metals Scope. The modified scope of work consists of labor and material costs associated with added type DM1 metal base, as depicted in LST Bulletin 38.

5- Cornerstone Construction Services, Inc. in the lump sum amount of $5,719.00 and ($1,830.00) for CR1070.2-LST-Bulletin 33 & 38 Specialties Scope. The modified scope of work consists of labor and material net added costs associated with revised lockers and cabinets, and miscellaneous specialties items, as depicted in LST Bulletin 33 & 38.

The approval of these subcontract modifications to Enclos Corp., Greenery Productions, Inc., ISEC, Incorporated, and Cornerstone Construction Services, Inc. resolves all requests for costs and time associated with LST Bulletin 33 & 38 for Bullet Resistant Assemblies, Interior Landscaping, Interior Wall Panels, Ornamental Metals & Specialties Scopes scopes of work in GMP 7S.2. The following is a list of all forthcoming costs associated with LST Bulletin 33 & 38:

- GMP 7S.1 for the Concrete, Masonry, and Doors, Frames & Hardware scopes (Approved at CC Ref.: 20210427.3I, 20210309.3P, and 20200901.2J, respectively).

- GMP 7S.1 for Drywall & Framing, Fireproofing and Low Voltage scopes (Submitted under CR1070.1). - GMP 7S.1 for the Fire Protection scope (Submitted under CR1070.8). - GMP 7S.1 for the Interior Glazing scope (Submitted under CR1070.9). - GMP 7S.2 for the Painting, Access Floors, and Carpet/Resilient Flooring scopes, including clouded changes associated with RFIs for

Bulletin 38 (Forthcoming under CR1070.10). - GMP 7S.2 for the Millwork scope (Submitted under CR1513.6). - GMP 7S.2 for the Miscellaneous Metals/Structural Steel scope (Approved at CC Ref.: 20210518.3K). - GMP 7S.3 for the Electrical EBS Room Lighting only (Approved at CC Ref.: 20200922.2II). - GMP 7S.3 for the HVAC & Plumbing scope (Submitted under CR1070.4). - GMP 7S.3 for the Electrical Equipment & Clouded Changes, and Electrical Unclouded Changes (Forthcoming under CR1070.5 and

CR1070.6, respectively).

There are no forthcoming CRs for LST Bulletin 33 & 38 in any other GMP.

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.

REASON: Owner Requested – Design Progression; Updated construction documents to reflect architectural revisions in tenant build-out areas for CBP, per LST Bulletin 33 & 38.

-~ V t-------~1------------1

I I

I

I I I I

tara.ciaglia
Text Box
ITEM 3-I 6/15/2021
nadege.cadet
Typewritten Text
Minutes of the Construction Committee Meeting, June 15, 2021 Page 24 of 38

GMP Budget, Buyout & Contingency Management BP-S148 GMP 7-S.2 GREATER ORLANDO AVIATION AUTHORITY SOUTH TERMINAL C, PHASE ONE PROJECT

GMP Budget, Buyout & Contingency Form Page 2 of 2

TKJV to issue a subcontract modification to Enclos Corp. in the lump sum amount of: $72,161.00 TKJV to issue a subcontract modification to Greenery Productions, Inc. in the lump sum amount of: ($72,327.00) TKJV to issue a subcontract modification to ISEC, Incorporated in the lump sum amount of: $250,003.00 TKJV to issue a subcontract modification to ISEC, Incorporated in the lump sum amount of: $29,826.00 TKJV to issue a subcontract modification to Cornerstone Construction Services, Inc. in the lump sum amount of: $3,889.00 Deduct from CBP Owner Contingency: ($351,990.00) Deduct from Owner Contingency P1: ($3,889.00) Add to Owner Contingency P1: $72,327.00

☐ Bid Package ☐ Quotes Received ☐ Directly Negotiated

Committed MWBE Percentage: See memo Committed LDB Percentage: 0% Committed DBE Percentage: 0%

CM approved by:

Wende Morgan-Elliott

Signature: Date:

OAR approved by:

Torie Brooks

Signature: Date:

Signature above indicates concurrence with all actions proposed within this form. All Agenda items are to be submitted to GOAA's Construction-Engineering-Financial (CEF) Consultant.

Source of Funds:

GOAA’s Legal Consultant:

Nelson Mullins

Signature: Date: Verification of Funding by CF:

GOAA’s CEF Consultant:

Anser Advisory

Signature: Date:

I

6/4/2021

6/8/21

P1 Garb,CBP

6/8/21

6/8/21

kryan
KMR2
nadege.cadet
Typewritten Text
Minutes of the Construction Committee Meeting, June 15, 2021 Page 25 of 38

GMP Budget, Buyout & Contingency Management BP-S148 GMP 7-S.2 GREATER ORLANDO AVIATION AUTHORITY SOUTH TERMINAL C, PHASE ONE PROJECT

GMP Budget, Buyout & Contingency Form Page 1 of 2

This Form cannot be used to change the Project guaranteed maximum price or substantial completion date(s).

Project/GMP: BP-S148 (GMP 7-S.2) South Terminal C, Phase 1 - Landside Terminal Finishes

Committee Date: June 15, 2021 CCM Reference #: 20190702.05

CMAR: Turner-Kiewit Joint Venture Subcontractor(s): ISEC, Incorporated.

Title/Description: CR1513.6-LST-Bulletin 38 & 39, and RFIs 4533-4533.4 & 5053-5053.2 Millwork Scope

PROPOSED ACTION (select all that apply) ☒ CBP Owner Contingency: ($375,156.00) ☒ CMAR Contingency P1: ($26,370.00)☐ Budget Reallocation: ☐ Subcontract Award: ☒ Subcontract Modification: See Below

If Owner Contingency is selected, is work required to complete job? ☐ Yes ☒ No (Note: If no, then SMF is required.)

Is there a schedule impact to the critical path associated with this action? ☐ Yes ☒ No (Note: If yes, OAR schedule analysis provided.)

SUMMARY DESCRIPTION OF SUBCONTRACT MODIFICATION/AWARD: Bid Packages for 12.0.0 “Millwork & Countertops” was previously awarded within GMP 7S.2 to ISEC, Incorporated, CC No. 20190702.05.

LST Bulletin 38 revised and added millwork in multiple rooms for Customs & Border Protection (CBP) Secondary Baggage Inspection (SBI) Area, Baggage Service Office (BSO) Kiosks, CBP podiums, and Non-CBP items. LST Bulletin 39 further revised and adjusted quantities (reduction and addition) of millwork for CBP items. Turner-Kiewit Joint Venture (TKJV) is proposing the following subcontract modifications to ISEC, Incorporated in the lump sum amount of $487,144.00 for:

1- CR1513.6-LST-Bulletin 38 Millwork Scope. The modified scope of work consists of labor and material costs associated with revised and added millwork in multiple rooms, including CBP “Exit” podiums, CBP Main Processing (Primary) podiums, and sink islands. It also captures added laminate, stainless steel, and solid surface countertops, in addition to in-wall countertop brackets. Additionally, it includes added labels for BSO kiosks on Level 6, Areas 2 & 10, as depicted in LST Bulletin 38, RFIs 4533-4533.4 & 5053-5053.2.

2- CR1513.6-LST-Bulletin 39 Millwork Scope. The modified scope of work consists of labor and material costs associated with millwork changes forCBP podiums, OPS podiums, and additional millwork revisions at multiple rooms, including Triage, Cashier, Entrance Office, Immigration & Customs Enforcement (ICE) offices, among others, as depicted in LST Bulletin 39.

The approval of these subcontract modifications to ISEC, Incorporated resolves all requests for costs and time associated with LST Bulletin 38 & 39, and RFIs 4533-4533.4 & 5053-5053.1 for the Millwork & Countertops scope of work in GMP 7S.2.

Cost impacts to GMP 7S.1 for the Doors, Frames & Hardware scope were approved at CC Ref.: 20200901.2J. Cost impacts to GMP 7S.3 for the Electrical (EBS Lighting Only) were approved at CC Ref.: 20200922.2II. Cost impacts to GMP 7S.2 for the Millwork & Countertops and Specialties scopes due to addition of stainless steel for search tables and flip-up lift gate counters, and paper towels dispensers (PTDs) per RFIs 4533-4533.3 were approved at CC Ref.: 20210119.1K. The following is a list of all forthcoming cost impacts due to LST Bulletin 38:

- GMP 7S for the Concrete scope (Approved at CC Ref.: 20210427.3I).- GMP 7S.1 for the Doors, Frames & Hardware and Masonry scopes (Approved at CC Ref.: 20200901.2J and 20210309.3P, respectively). - GMP 7S.1 for the Drywall & Framing, Masonry Fireproofing, and Low Voltage scopes (Submitted under CR1070.1).- GMP 7S.1 for the Fire Protection and Interior Glazing scopes (Submitted under CR1070.8 and CR1070.9, respectively).- GMP 7S.2 for the Miscellaneous Metals/Structural Steel scope (approved at CC Ref.: 20210518.3K).- GMP 7S.2 for the Bullet Resistant Assemblies, Interior Landscaping, Access Floors, Interior Wall Panels, Ornamental Metals, and Specialties

scopes (Submitted under CR1070.2).- GMP 7S.2 for the Access Floors, Painting, and Carpet/Resilient Flooring (Forthcoming under CR1070.10).- GMP 7S.3 for the Mechanical, Electrical Equipment and Clouded Changes, Electrical Unclouded Changes (Submitted under CR1070.4, CR1070.5

and CR1070.6, respectively).

The following is a list of all forthcoming cost impacts due to LST Bulletin 39:

- GMP 7S.1 for the Early Release of Drywall & Framing, and Low Voltage scopes (Approved at CC Ref.: 20210209.3O).- GMP 7S.1 for the Masonry scope (Approved at CC Ref.: 20210209.3P).- GMP 7S.1 for the Remainder of Drywall & Framing, and Low Voltage scopes (Submitted under CR1513.1). - GMP 7S.1 for the Interior Glazing scope (Forthcoming in a future CR).- GMP 7S.2 for the Signage scope (Approved at CC Ref.: 20210608.3L). - GMP 7S.2 for the Miscellaneous Metals/Structural Steel scope (Approved at CC Ref.: 20210518.3K). - GMP 7S.3 for the Electrical scope (Approved at CC Ref.: 20210209.3X).- GMP 7S.3 for the Mechanical scope (Forthcoming under CR1513.3).

There are no forthcoming CRs for LST Bulletin 38 & 39, and RFIs 4533-4533.4 & 5053-5053.2 in any other GMP.

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.

REASON: Owner Requested – Design Progression; Revisions to millwork due to final agency review (CBP & OPD), as depicted in LST Bulletin 38 & 39, and RFIs 4533-4533.4 & 5053-5053.2. $460,774.00 Buyout – Construction Manager (CM) subcontractor incurred in additional fabrication/shop drawings costs due to LST Bulletin 38 changes. $26,370.00

s ==~------~-------~ I

I I I

I I I I

I

tara.ciaglia
Text Box
ITEM 3-J 6/15/2021
nadege.cadet
Typewritten Text
Minutes of the Construction Committee Meeting, June 15, 2021 Page 26 of 38

GMP Budget, Buyout & Contingency Management BP-S148 GMP 7-S.2 GREATER ORLANDO AVIATION AUTHORITY SOUTH TERMINAL C, PHASE ONE PROJECT

GMP Budget, Buyout & Contingency Form Page 2 of 2

GMP Line Item 42 starting balance: $183,217.00 TKJV to issue a subcontract modification to ISEC, Incorporated in the lump sum amount of: $487,144.00 Deduct from CBP Owner Contingency: ($375,156.00) Deduct from CMAR Contingency P1: ($26,370.00) Deduct from GMP Line Item 42: ($85,618.00) GMP Line Item 42 remaining balance: $97,599.00

☐ Bid Package ☐ Quotes Received ☐ Directly Negotiated

Committed MWBE Percentage: See memo Committed LDB Percentage: See memo Committed DBE Percentage: See memo

CM approved by:

Wende Morgan-Elliott

Signature: Date:

OAR approved by:

Torie Brooks

Signature: Date:

Signature above indicates concurrence with all actions proposed within this form. All Agenda items are to be submitted to GOAA's Construction-Engineering-Financial (CEF) Consultant.

Source of Funds:

GOAA’s Legal Consultant:

Nelson Mullins

Signature: Date: Verification of Funding by CF:

GOAA’s CEF Consultant:

Anser Advisory

Signature: Date:

s == EE

I

I I

6/8/2021

6/8/21

P1/CBP Garbs

6/8/21

6/8/21

kryan
KMR2
nadege.cadet
Typewritten Text
Minutes of the Construction Committee Meeting, June 15, 2021 Page 27 of 38

GMP Budget, Buyout & Contingency Management BP-S148 GMP 7-S.2 GREATER ORLANDO AVIATION AUTHORITY SOUTH TERMINAL C, PHASE ONE PROJECT

GMP Budget, Buyout & Contingency Form Page 1 of 1

This Form cannot be used to change the Project guaranteed maximum price or substantial completion date(s).

Project/GMP: BP-S148 (GMP 7-S.2) South Terminal C, Phase 1 - Landside Terminal Finishes

Committee Date: June 15, 2021 CCM Reference #: 20190702.05

CMAR: Turner-Kiewit Joint Venture Subcontractor(s): ISEC, Incorporated.

Title/Description: CR1602.2-LST-RFI 5147-5147.3 Column Covers and MEP Conflicts

PROPOSED ACTION (select all that apply) ☒ Owner Contingency P1: ($161,297.00) ☐ CMAR Contingency P1:

☐ Budget Reallocation: ☒ Owner Contingency P1X: $1,783.00 ☒ Subcontract Modifications: See Below

If Owner Contingency is selected, is work required to complete job? ☒ Yes ☐ No (Note: If no, then SMF is required.)

Is there a schedule impact to the critical path associated with this action? ☐ Yes ☒ No (Note: If yes, OAR schedule analysis provided.)

SUMMARY DESCRIPTION OF SUBCONTRACT MODIFICATION/AWARD: Bid Packages for 9.2.2 “Interior Wall Panels” and 9.2.3 “Column Covers” were previously awarded within GMP 7S.2 to ISEC, Incorporated, CC No. 20190702.05.

RFIs 5147-5147.3 were submitted to identify and resolve MEP clashes within column covers at different locations throughout the LST building. The RFI responses directed changes to specific columns in order to accommodate MEP elements within the column covers. Turner-Kiewit Joint Venture (TKJV) is proposing the following subcontract modifications to ISEC, Incorporated in the lump sum amounts of:

- $128,169.00 for CR1602.2-LST-RFI 5147-5147.3 Column Covers and MEP Conflicts. The modified scope of work consists of labor and material net added costs associated with column cover revisions in multiple locations within the LST building, as captured in RFIs 5147-5147.3.

- $31,345.00 for CR1602.2-LST-RFI 5147-5147.3 Column Covers and MEP Conflicts. The modified scope of work consists of labor and material costs for column covers replacement with framed wall and interior metal panels at Level 6 vestibules 06-0112 & 06-0113, as captured in RFIs 5147-5147.3.

The approval of these subcontract modifications to ISEC, Incorporated resolves all requests for costs and time associated with RFIs 5147-5147.3 in GMP 7S.2 for the Interior Wall Panels and Column Covers scopes of work. The following is a list of all forthcoming cost impacts due to RFIs 5147-5147.3:

- GMP 7S for the Curtain Wall scope (Submitted under CR1602.1). - GMP 7S.1 for the Drywall & Framing, and Low Voltage scopes (Submitted under CR1602 and CR1602.5, respectively). - GMP 7S.2 for the Acoustical Ceilings scope (Forthcoming). - GMP 7S.3 for the HVAC & Plumbing scope (Submitted under CR1602.4). - GMP 7S.3 Electrical scope (Forthcoming).

There are no forthcoming CRs for RFIs 5147-5147.3 in any other GMP.

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.

REASON: Owner Requested – Design Progression; RFIs 5147-5147.3 updated construction documents to address MEP coordination within column covers, which affected the Column Covers and Interior Wall Panels scopes.

TKJV to issue a subcontract modification to ISEC, Incorporated (BP 9.2.3) in the lump sum amount of: $128,169.00 Deduct from Owner Contingency P1: ($135,176.00) Add to Owner Contingency P1X: $7,007.00

TKJV to issue a subcontract modification to ISEC, Incorporated (BP 9.2.2) in the lump sum amount of: $31,345.00 Deduct from Owner Contingency P1: ($26,121.00) Deduct from Owner Contingency P1X: ($5,224.00)

☐ Bid Package ☐ Quotes Received ☐ Directly Negotiated

Committed MWBE Percentage: See memo Committed LDB Percentage: See memo Committed DBE Percentage: 0%

CM approved by: Wende Morgan-Elliott Signature: Date:

OAR approved by: Torie Brooks Signature: Date:

Signature above indicates concurrence with all actions proposed within this form. All Agenda items are to be submitted to GOAA's Construction-Engineering-Financial (CEF) Consultant.

Source of Funds:

GOAA’s Legal Consultant:

Nelson Mullins

Signature: Date: Verification of Funding by CF:

GOAA’s CEF Consultant:

Anser Advisory

Signature: Date:

I

I I

I I

I I

6/4/2021

6/8/21

P1/P1X PFC, Garb

6/8/21

6/8/21

kryan
KMR2
tara.ciaglia
Text Box
ITEM 3-K 6/15/2021
nadege.cadet
Typewritten Text
Minutes of the Construction Committee Meeting, June 15, 2021 Page 28 of 38

GMP Budget, Buyout & Contingency Management BP-S149 GMP 8-S GREATER ORLANDO AVIATION AUTHORITY SOUTH TERMINAL C, PHASE ONE PROJECT

GMP Budget, Buyout & Contingency Form Page 1 of 1

This Form cannot be used to change the Project guaranteed maximum price or substantial completion date(s). Project/GMP: BP-S149 (GMP 8-S) South Terminal C, Phase 1-Ground Transportation Facility-FDOT

Committee Date: June 15, 2021 CCM Reference #: 20191217.004

CMAR: Turner-Kiewit Joint Venture Subcontractor(s): Aireko Energy Solutions US, LLC. Title/Description: CR1586-8S-GTF-RFI 5991.1-Digital Display- Electrical & Low Voltage.

PROPOSED ACTION (select all that apply) ☒ Owner Contingency: $11,056.00 ☐CMAR Contingency: ☐ Budget Reallocation: ☐ Subcontract Award: ☒ Subcontract Modification: $(11,056.00) If Owner Contingency is selected, is work required to complete job? ☒ Yes ☐ No (Note: If no, then SMF is required.)

Is there a schedule impact to the critical path associated with this action? ☐ Yes ☒ No (Note: If yes, OAR schedule analysis provided.)

SUMMARY DESCRIPTION OF SUBCONTRACT MODIFICATION/AWARD:

Bid Package 26.0.0 “Electrical” was previously awarded within GMP 8S Amendment 1 to Aireko Energy Solutions US, LLC., CC No. 20191217.004.

Turner-Kiewit Joint Venture (TKJV) is proposing a Subcontract Modification to Aireko Energy Solutions US, LLC. in the lump sum amount of $(11,056.00) for CR1586-8S-GTF-RFI 5991-Digital Display- Electrical & Low Voltage. The Flight Information Display System (FIDS) backlighting has been a value engineered scope in the STC program. RFI 5991.1 response removed the LED light fixtures and circuitry surrounding Flight Information Display System (FIDS) located at GTF Area 2 Pedestrian Bridge, concurrent with other buildings at the STC campus. The modified scope of work consists of a deductive change order for all the labor, material and equipment credits associated with the light fixtures and circuitry revisions set forth in RFI 5991.1 response.

The approval of this subcontract modification to Aireko Energy Solutions US, LLC. resolves all requests for costs and time associated with RFI 5991.1 for GMP 8S. Costs associated with RFI 5991.1 for the Millwork and Countertops scope of work have been submitted in CR1586.1.There are no forthcoming CRs associated with RFI 5991.1 in 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.

REASON: Owner Requested-Design Progression - RFI 5991.1-Credits for the removal of LED light fixtures and circuitry surrounding FIDS displays at GTF Area 2 Pedestrian Bridge. TKJV to issue a subcontract modification to Aireko Energy Solutions US, LLC. in the lump sum amount of: $(11,056.00) Add to Owner Contingency: $11,056.00

☐ Bid Package ☐ Quotes Received ☐ Directly Negotiated

Committed MWBE Percentage: See Memo Committed LDB Percentage: 0% Committed DBE Percentage: 0% CM approved by:

Wende Morgan-Elliott

Signature: Date:

OAR approved by:

Carl McNutt

Signature: Date:

Signature above indicates concurrence with all actions proposed within this form. All Agenda items are to be submitted to GOAA's Construction-Engineering-Financial (CEF) Consultant.

Source of Funds:

GOAA’s Legal Consultant:

Nelson Mullins

Signature: Date: Verification of Funding by CF:

GOAA’s CEF Consultant:

Anser Advisory

Signature: Date:

~ V 1-------~I ____ ____,

I I

6/7/2021

6/7/21

P1/P1X CFC

6/7/21

6/8/21

kryan
KMR2
tara.ciaglia
Text Box
ITEM 3-L 6/15/2021
nadege.cadet
Typewritten Text
Minutes of the Construction Committee Meeting, June 15, 2021 Page 29 of 38

GMP Budget, Buyout & Contingency Management BP-S168

GMP 6S.4 GREATER ORLANDO AVIATION AUTHORITY SOUTH TERMINAL C, PHASE ONE PROJECT

GMP Budget, Buyout & Contingency Form Page 1 of 1

This Form cannot be used to change the Project guaranteed maximum price or substantial completion date(s).

Project/GMP: BP-S168 (GMP 6S.4) South Terminal C, Phase 1 – Interior Finishes & Specialties

Committee Date: June 15, 2021 CCM Reference #: 20181002.010

CM@R: Hensel Phelps Construction Subcontractor(s): Percopo Coatings Company, LLC

Title/Description: CR0971-6S4-RFI 3097 Exposed Columns in Area 24 CBP Level – Painting

To PROPOSED ACTION (select all that apply) ☒ P1 Owner Contingency: ($670.00) ☐ CMAR Contingency:

☐ Budget Reallocation: ☐ Subcontract Award: ☒ Subcontract Modification: $670.00

If Owner Contingency is selected, is work required to complete job? ☒ Yes ☐ No (Note: If no, then SMF is required)

To Is there a schedule impact to the critical path associated with this action? ☐ Yes ☒ No (Note: If yes, OAR Schedule Analysis provided)

SUMMARY DESCRIPTION OF SUBCONTRACT MODIFICATION/AWARD:

Bid Package for BP-S168 09.11 “Painting” was previously awarded within GMP 6S.4 to Percopo Coatings Company, LLC, CC No. 20181002.010.

Hensel Phelps Construction is requesting to issue the following Subcontractor Modification to Percopo Coatings Company, LLC in the Lump Sum

amount of $670.00 for CR0971-6S4-RFI 3097 Exposed Columns in Area 24 CBP Level. The contract documents for Area 24 CBP Level did not

indicate a finished column wrap-around for the steel column between lines X03 and X04. RFI 3097 response confirmed the columns should be

wrapped with a gypsum board. The modified scope of work consists of the costs associated with painting the Gypsum Wall Board (GWB) column

enclosure added at the exposed steel column between Column Lines X03 and X04 in the ASC Area 24 CBP Level, with a paint finish matching the

adjacent Curtain Wall finish, per RFI 3097 response.

The approval of this Subcontractor Modification to Percopo Coatings Company, LLC resolves all requests for cost and time associated with RFI

3097 in GMP 6S.4. Impacts to GMP 6S.2 will be submitted via CR0971-6S2 for a future CCM approval. There are no cost impacts to GMP 6S, 6S.1,

6S.3, 6S.5 and 6S.6.

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.

REASON: Design Omission – Costs to paint the Gypsum column enclosure added at the exposed steel column between CL X03 and X04 on CBP

Level, per RFI 3097.

HP to issue a subcontract modification to Percopo Coatings Company, LLC in the lump sum amount of: $670.00

Deduct from P1 Owner Contingency: ($670.00)

☐ Bid Package ☐ Quotes Received ☐ Directly Negotiated

To Committed MWBE Percentage: 0% Committed LDB Percentage: 0% Committed DBE Percentage: 0%

CM approved by: Signature: Date:

OAR approved by: Signature: Date:

Signature above indicates concurrence with all actions proposed within this form. All Agenda

items are to be submitted to GOAA's Construction-Engineering-Financial (CEF) Consultant.

Source of Funds:

GOAA’s Legal Consultant: Nelson Mullins

Signature: Date: Verification of Funding by CF:

GOAA’s CEF Consultant: Anser Advisory

Signature: Date:

I

06/08/2021

06/08/2021

P1 PFC, Garb

David Busch

Scott Mizell

6/8/21

6/8/21

kryan
KMR2
tara.ciaglia
Text Box
ITEM 3-M 6/15/2021
nadege.cadet
Typewritten Text
Minutes of the Construction Committee Meeting, June 15, 2021 Page 30 of 38

GMP Budget, Buyout & Contingency Management BP-S168

GMP 6S.4 GREATER ORLANDO AVIATION AUTHORITY SOUTH TERMINAL C, PHASE ONE PROJECT

GMP Budget, Buyout & Contingency Form Page 1 of 1

This Form cannot be used to change the Project guaranteed maximum price or substantial completion date(s). Project/GMP: BP‐S168 (GMP‐6S.4) South Terminal C, Phase 1 – Interior Finishes & Specialties

Committee Date: June 15, 2021 CCM Reference #: 20181002.010

CM@R: Hensel Phelps Construction Subcontractor(s): SkyBuilders USA, LLC

Title/Description: CR0958-6S4-RFI 3093 Expansion Joint at PBP Shaft Risers

To PROPOSED ACTION (select all that apply) ☒ P1 Owner Contingency: ($10,553.00) ☐ CMAR Contingency:

☐ Budget Reallocation: ☐ Subcontract Award: ☒ Subcontract Modification: $10,553.00

If Owner Contingency is selected, is work required to complete job? ☒ Yes ☐ No (Note: If no, then SMF is required)

To Is there a schedule impact to the critical path associated with this action? ☐ Yes ☒ No (Note: If yes, OAR Schedule Analysis Provided)

SUMMARY DESCRIPTION OF SUBCONTRACT MODIFICATION/AWARD:

Bid Package for BP-S168 10.01 “Interior Specialties” was previously awarded within GMP 6S.4 to SkyBuilders USA, LLC, CC No. 20181002.010.

Hensel Phelps Construction is requesting to issue a Subcontractor Modification to SkyBuilders USA, LLC in the Lump Sum amount of $10,553.00

for CR0958-6S4-RFI 3093 Expansion Joint at PBP Shaft Risers. The modified scope of work includes all costs associated with the floor expansion

joint added at the Transfer Level for all Passenger Boarding Pier (PBP) shaft risers, excluding Gate 241, per RFI 3093 response.

The approval of this Subcontractor Modification to SkyBuilders USA, LLC resolves all requests for cost and time associated with RFI 3093 scope

of work in GMP 6S.4. There are no impacts to GMP 6S, 6S.1, 6S.2, 6S.3, 6S.5 and 6S.6.

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.

To

REASON: Design Error – Clarification of the PBP Shaft Risers’ floor expansion joint detail in order to meet the Design Intent, per RFI 3093.

HP to issue a subcontract modification to SkyBuilders USA, LLC in the lump sum amount of: $10,553.00

Deduct from P1 Owner Contingency: ($10,553.00)

☐ Bid Package ☐ Quotes Received ☐ Directly Negotiated To Committed MWBE Percentage: See Memo Committed LDB Percentage: 0% Committed DBE Percentage: 0%

CM approved by: Signature: Date:

OAR approved by: Signature: Date:

Signature above indicates concurrence with all actions proposed within this form. All Agenda

items are to be submitted to GOAA's Construction-Engineering-Financial (CEF) Consultant.

Source of Funds:

GOAA’s Legal Consultant: Nelson Mullins

Signature: Date: Verification of Funding by CF:

GOAA’s CEF Consultant: Anser Advisory

Signature: Date:

--=:.... I

06/08/2021

06/08/2021

P1 PFC, Garb

David Busch

Scott Mizell

6/8/21

6/8/21

kryan
KMR2
tara.ciaglia
Text Box
ITEM 3-N 6/15/2021
nadege.cadet
Typewritten Text
Minutes of the Construction Committee Meeting, June 15, 2021 Page 31 of 38

GMP Budget, Buyout & Contingency Management BP-S173 GMP 7S.3 GREATER ORLANDO AVIATION AUTHORITY SOUTH TERMINAL C, PHASE ONE PROJECT

GMP Budget, Buyout & Contingency Form Page 1 of 1

This Form cannot be used to change the Project guaranteed maximum price or substantial completion date(s).

Project/GMP: BP-S173 (GMP 7-S.3) South Terminal C, Phase 1 - Landside Terminal, MEP Systems - FDOT

Committee Date: June 15, 2021 CCM Reference #: 20190205.02H

CM@R: Turner-Kiewit Joint Venture Subcontractor(s): Kirlin Florida, LLC

Title/Description: CR1602.4-LST-RFIs 5147-5147.3 Column Cover and MEP Conflicts

PROPOSED ACTION (select all that apply) ☐ Owner Contingency P1: ☒ CMAR Contingency P1: ($130,781.00)

☐ Budget Reallocation: ☐ Subcontract Award: ☒ Subcontract Modification: $130,781.00

If Owner Contingency is selected, is work required to complete job? ☐ Yes ☐ No (Note: If no, then SMF is required.)

Is there a schedule impact to the critical path associated with this action? ☐ Yes ☒ No (Note: If yes, OAR schedule analysis provided.)

SUMMARY DESCRIPTION OF SUBCONTRACT MODIFICATION/AWARD: Bid Package BP 23.0.0 “Plumbing & HVAC” was previously awarded via CR0239 to Kirlin Florida, LLC, CC No. 20190205.02H.

Turner-Kiewit Joint Venture (TKJV) is proposing a subcontract modification to Kirlin Florida, LLC in the lump sum amount of $130,781.00 for CR1602.4-LST-RFIs 5147-5147.3 Column Cover and MEP Conflicts. RFIs 5147-5147.3 were submitted to identify and resolve MEP clashes within column covers at different locations throughout the LST building. The RFI responses directed changes to specific columns in order to accommodate MEP elements within the column covers. The modified scope of work consists of labor, material and equipment costs associated with modifications to storm piping, including cutting sleeves, patching, and re-routing pipe to avoid conflict with steel and column covers, as captured in RFIs 5147-5147.3.

The approval of this subcontract modification to Kirlin Florida, LLC. resolves all requests for cost and time associated with RFIs 5147-5147.3 for the Plumbing and HVAC scope of work in GMP 7S.3. The following is a list of all forthcoming cost impacts associated with RFIs 5147-5147.3:

- GMP 7S for the Curtain Wall scope (Submitted under CR1602.1). - GMP 7S.1 for the Drywall & Framing, and Low Voltage scopes (Submitted under CR1602 and CR1602.5, respectively). - GMP 7S.2 for the Interior Wall Panels and Column Covers scopes (Submitted under CR1602.2). - GMP 7S.2 for the Acoustical Ceilings scope (Forthcoming). - GMP 7S.3 Electrical scope (Forthcoming).

There are no forthcoming CRs for RFIs 5147-5147.3 in any other GMP.

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.

REASON: Buyout – RFIs 5147-5147.3 resolved MEP conflicts within column covers due to contractor coordination with as-built conditions, which affected

the Plumbing & HVAC scope.

TKJV to issue a subcontract modification to Kirlin Florida, LLC. in the lump sum amount of: $130,781.00 Deduct from CMAR Contingency P1: ($130,781.00)

☐ Bid Package ☐ Quotes Received ☐ Directly Negotiated

Committed MWBE Percentage: See memo Committed LDB Percentage: 0% Committed DBE Percentage: 0%

CM approved by:

Wende Morgan-Elliott

Signatures: Date:

OAR approved by:

Torie Brooks

Signatures: Date:

Signature above indicates concurrence with all actions proposed within this form. All Agenda items are to be

submitted to GOAA's Construction-Engineering-Financial (CEF) Consultant.

Source of Funds:

GOAA’s Legal Consultant:

Nelson Mullins

Signatures: Date: Verification of Funding by CF:

GOAA’s CEF Consultant:

Anser Advisory

Signatures: Date:

6/4/2021

6/8/21

P1 PFC, Garb

6/8/21

6/8/21

kryan
KMR2
tara.ciaglia
Text Box
ITEM 3-O 6/15/2021
nadege.cadet
Typewritten Text
Minutes of the Construction Committee Meeting, June 15, 2021 Page 32 of 38

GMP Budget, Buyout & Contingency Management BP-S176 GMP 18-S GREATER ORLANDO AVIATION AUTHORITY SOUTH TERMINAL C, PHASE ONE PROJECT

GMP Budget, Buyout & Contingency Form Page 1 of 1

This Form cannot be used to change the Project guaranteed maximum price or substantial completion date(s). Project/GMP: BP-S176 (GMP 18-S) South Terminal C, Phase 1 - Site Logistics Relocation

Committee Date: June 15, 2021 CCM Reference #: 20190108.003

CMAR: Turner-Kiewit Joint Venture Subcontractor(s): Kiewit Infrastructure South Co. Title/Description: CR1272-18S-Tradeport Canal Water Line Support Demo & Grading

PROPOSED ACTION (select all that apply) ☐ Owner Contingency: ☒ P1X CMAR Contingency: $(70,654.00) ☐ Budget Reallocation: ☐ Subcontract Award: ☒ Subcontract Modification: $70,654.00 If Owner Contingency is selected, is work required to complete job? ☐ Yes ☐ No (Note: If no, then SMF is required.)

Is there a schedule impact to the critical path associated with this action? ☐ Yes ☒ No (Note: If yes, OAR schedule analysis provided.) SUMMARY DESCRIPTION OF SUBCONTRACT MODIFICATION/AWARD:

Bid Package S176 was previously awarded within GMP 18S to Kiewit Infrastructure South Co., CC No. 20190108.003.

Turner-Kiewit Joint Venture (TKJV) is proposing a subcontract modification to Kiewit Infrastructure South Co. in the lump sum amount of $70,654.00 for CR1272-18S-Tradeport Canal Water Line Support Demo & Grading. The Tradeport canal was excavated in early 2020 as part of the canal reconfiguration for the South Terminal C project. Due to the impact of project phasing on the existing landscape, the existing water line/pipe needed to remain crossing the canal until the utility relocations could be completed. The canal was excavated and stabilized to the maximum extent possible for proper temporary support of the active water line/pipe. The modified scope of work consists of all labor, material and equipment costs associated with the removal of the temporary pipe support, additional erosion control measures for working in the live canal, final grading and sod installation.

The approval of this subcontract modification to Kiewit Infrastructure South Co. resolves all requests for cost and time associated with CR1272-18S-Tradeport Canal Water Line Support Demo & Grading. There is a forthcoming CR in GMP 5S.2 for other costs related to this scope.

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.

REASON: Buyout – Buyout of the Tradeport Canal water line/pipe temporary support removal, additional erosion control measures for working in the live canal, final grading and sod installation. TKJV to issue a subcontract modification to Kiewit Infrastructure South Co. in the lump sum amount of: $70,654.00 Deduct from CMAR P1X Contingency: $(70,654.00)

☐ Bid Package ☐ Quotes Received ☐ Directly Negotiated

Committed MWBE Percentage: See memo Committed LDB Percentage: 0% Committed DBE Percentage: 0% CM approved by:

Wende Morgan-Elliott

Signature: Date:

OAR approved by:

David Pilon

Signature: Date:

Signature above indicates concurrence with all actions proposed within this form. All Agenda items are to be submitted to GOAA's Construction-Engineering-Financial (CEF) Consultant.

Source of Funds:

GOAA’s Legal Consultant:

Nelson Mullins

Signature: Date: Verification of Funding by CF:

GOAA’s CEF Consultant:

Anser Advisory

Signature: Date:

~ ~=

I

I I

6/4/2021

6/7/2021

P1X Garb

6/7/21

6/8/21

kryan
KMR2
tara.ciaglia
Text Box
ITEM 3-P 6/15/2021
nadege.cadet
Typewritten Text
Minutes of the Construction Committee Meeting, June 15, 2021 Page 33 of 38

GMP Budget, Buyout & Contingency Management BP-S181 GMP 8-S.1 GREATER ORLANDO AVIATION AUTHORITY SOUTH TERMINAL C, PHASE ONE PROJECT

GMP Budget, Buyout & Contingency Form Page 1 of 1

This Form cannot be used to change the Project guaranteed maximum price or substantial completion date(s). Project/GMP: BP-S181 (GMP 8-S.1) South Terminal C, Phase 1-Ground Transportation Facility

Committee Date: June 15, 2021 CCM Reference #: 20201215.02S

CMAR: Turner-Kiewit Joint Venture Subcontractor(s): ISEC, Inc. Title/Description: CR1586.1-8S.1-GTF-RFI 5991.1- Digital Display-Millwork

PROPOSED ACTION (select all that apply) ☒ Owner Contingency: $(10,637.00) ☐CMAR Contingency:☐ Budget Reallocation: ☐ Subcontract Award: ☒ Subcontract Modification: $10,637.00 If Owner Contingency is selected, is work required to complete job? ☒ Yes ☐ No (Note: If no, then SMF is required.)

Is there a schedule impact to the critical path associated with this action? ☐ Yes ☒ No (Note: If yes, OAR schedule analysis provided.)

SUMMARY DESCRIPTION OF SUBCONTRACT MODIFICATION/AWARD:

Bid Packages 12.0.0 “Millwork and Countertops” was previously awarded via CR0832.1 to ISEC, Inc, CC No. 20201215.02S

Turner-Kiewit Joint Venture (TKJV) is proposing a Subcontract Modifications to ISEC, Inc. in the lump sum amount of $10,637.00 for CR1586.1-8S.1-GTF-RFI 5991.1- Digital Display-Millwork. A VE effort recognized within the GMP award deleted all the decorative metal from the project. RFI 5991 response confirmed that the Millwork package Decorative Metal (DM) for the Flight Information Display Systems (FIDS) at Area 2 Pedestrian Bridge were added back to the project. RFI 5991.1 was subsequently issued to request clarification and applicable details updates for the Digital Display Wall located in Area 2 pedestrian bridge. RFI response clarified the DM scope of work and issued an update to Detail A5.19.02, resulting in additional scope to the Millwork and Countertops subcontractor. The modified scope of work consists of additional labor and material costs associated with furnishing and installing stainless steel panels, base, and endcaps as well as associated delegated design resulting from RFI 5991.1 response revisions.

The approval of this subcontract modification to ISEC, Inc. resolves all requests for costs and time associated with GTF RFI 5991.1 for GMP8S.1. Costs for GMP 8S will be submitted in CR1586 for the Electrical and Low Voltage scopes of work. There are no forthcoming costs associated with RFI 5991.1 in any other GMP.

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.

REASON: Owner Requested- Design Progression- Additional Decorative Metal (DM) costs due to RFIs 5991 & 5991.1- Adding back to the project DM on the Flight Information Display System (FIDS) Enclosure Millwork Package as shown on elevation B1/A5.19.02.

TKJV to issue a subcontract modification to ISEC, Inc. in the lump sum amount of: $10,637.00 Deduct from Owner Contingency: $(10,637.00)

☐ Bid Package ☐ Quotes Received ☐ Directly Negotiated

Committed MWBE Percentage: 0% Committed LDB Percentage: 0% Committed DBE Percentage: 0% CM approved by:

Wende Morgan Elliott

Signature: Date:

OAR approved by:

Carl McNutt

Signature: Date:

Signature above indicates concurrence with all actions proposed within this form. All Agenda items are to be submitted to GOAA's Construction-Engineering-Financial (CEF) Consultant.

Source of Funds:

GOAA’s Legal Consultant:

Nelson Mullins

Signature: Date: Verification of Funding by CF:

GOAA’s CEF Consultant:

Anser Advisory

Signature: Date:

-a == I

6/4/2021

6/7/21

P1/XGarb,CFC

6/7/21

6/8/21

kryan
KMR2
tara.ciaglia
Text Box
ITEM 3-Q 6/15/2021
nadege.cadet
Typewritten Text
Minutes of the Construction Committee Meeting, June 15, 2021 Page 34 of 38

Greater Orlando Aviation Authority Page 1 of 2 Construction Committee Memorandums EDC-18h rev. 10/16

Memorandum To: Members of the Construction Committee From: Scott Shedek, Senior Project Manager Date: June 15, 2021 Re: Request for Approval of a Job Order Construction Services Addendum to

the Continuing Vertical Construction Services Agreement with HW Davis Construction for V-0966 West Checkpoint Passenger Queue Floor Repairs, Orlando International Airport.

The scope of this project is to: Removal and replacement of damaged magnetic stanchion floor plates to be mechanically fastened to the existing concrete to provide a secure stanchion attachment. The duration of the project is 45 calendar days for Substantial Completion and 90 calendar days for Final Completion with a contemplated Notice to Proceed (NTP) date of 6/15/2021. Liquidated damages are defined as $0 per calendar day for late Substantial Completion and $0 per calendar day for late Final Completion. This continuing contractor was selected for this project based on ( all that apply):

Experience Available Personnel Current Workload

Expertise Equitable Distribution Other:_______________ The MWBE/LDB participation has been reviewed by the Office of Small Business Development. Their findings and recommendation are attached. Funding is from General Account Revenue Bonds (verify with Construction Finance). Funding source verified by _______________________ of Construction Finance on ___/___/___ as correct and available.

It is respectfully requested that the Construction Committee approve a Job Order Construction Services Addendum to the Continuing Vertical Construction Services Agreement with above-referenced continuing contractor in the total direct-negotiated amount of $17,590.00 which includes a Lump Sum amount of $17,590.00 allowance(s) totalling the amount of $0.00 and waive the requirement for Performance and Payment Bonds The invoicing method for this Job Order Contract will be:

Lump Sum (with or w/o Allowances) Payment Method: Payment on Allowances will be authorized only after an Allowance has been converted to an approved Change Order (or Field Change Order).

06 09 21

~

GREATER ORLANDO AVIATION AUTHORITY

~

Orlando International Airport One Jeff Fuqua Boulevard

Orlando, Florida, 32827-4392 (407) 825-2001

tara.ciaglia
Text Box
ITEM 4 6/15/2021
nadege.cadet
Typewritten Text
Minutes of the Construction Committee Meeting, June 15, 2021 Page 35 of 38

Greater Orlando Aviation Authority Page 2 of 2 Construction Committee Memorandums EDC-18h rev. 10/16

JOB ORDER

L/S $17,590.00

ALLOWANCES (NTE) $0.00

NTE

TOTAL $17,590.00

RWBC

ZTu

nadege.cadet
Typewritten Text
Minutes of the Construction Committee Meeting, June 15, 2021 Page 36 of 38

Memorandum To: Members of the Construction Committee From: Davin Ruohomaki, Sr. Director of Engineering and Construction

(As prepared by Ksenia Merck) Date: June 15, 2021 Re: Request for Approval of purchase of the Maharam Fabric utilizing

Contingency funds to supplement the order from W-S00145 South Terminal C, Phase 1-Owner Furnished FF&E and IT Items at the Orlando International Airport

On February 19, 2020, the Aviation Authority Board approved the Construction Committee’s recommendation from February 4, 2020 CCM for the Estimated Budget for the STC P1 & P1X FF&E and IT Procurement. The "750” line item list included in the approval package reflected the FF&E and IT line items and estimates. Additionally, on June 23, 2020, the Construction Committee was advised via an Information Item, that in any case, if the actual procurement is 5% or more over the "Estimated Totals P1 and P1X” Column, re-approval will be obtained from the Committee for the use of Contingency Funds. Since the approval of the Owner Furnished FF&E and IT Items, the unit price and the quantity needed for the Maharam fabric has increased which is specified for the Source International Furniture order (Botte chairs (public furniture- Landside, Airside and GTF)). The Method of Procurement for this order is Single Source, and it was approved as such on the "750” line item list. The item details, quantities and pricing are shown on the "W-S00145 Construction Committee - Contingency Fund Use Approval Worksheet” The following transactions from Contingency are requested: 1. Move funds from P1 Contingency to the Lines to be supplemented.

From Line To Line Amount 783.1 - P1 Contingency ($10,132.94) 24 $5,011.89 97 $4,768.20 141.1 $352.85

GREATER ORLANDO AVIATION AUTHORITY

Orlando International Airport One Jeff Fuqua Boulevard

Orlando, Florida, 32827-4392 (407) 825-2001

tara.ciaglia
Text Box
ITEM 5 6/15/2021
nadege.cadet
Typewritten Text
Minutes of the Construction Committee Meeting, June 15, 2021 Page 37 of 38

2. Move funds from P1X Contingency to Line 141.2

From Line To Line Amount 783.2 - P1X Contingency ($440.87) 141.2 $440.87

The total amount of the resulting Purchase Order to Maharam is $17,896.63. The net effect on P1 Contingency is a decrease of $10,132.94, and on P1X Contingency is a decrease of $440.87. Funding is from previously approved Capital Expenditure and General Airport Revenue Bonds. Funding source verified by _______________________ of Construction Finance on ___/___/___ as correct and available. It is respectfully requested that the Construction Committee 1) approve the procurement of the Maharam Fabric following the Contingency Transactions described above to supplement the purchase; 2) authorize the Purchasing Department to issue the necessary purchase order. Reviewed by AAC

06 08 21

nadege.cadet
Typewritten Text
Minutes of the Construction Committee Meeting, June 15, 2021 Page 38 of 38

On TUESDAY, JUNE 22, 2021, the CONSTRUCTION COMMITTEE of the Greater Orlando Aviation Authority met at the Orlando International Airport in Conference Room Bravo, 11344 Terminal C Service Road, Orlando, FL 32824. Chairman Patterson called the meeting to order at 8:35 a.m. The meeting was posted in accordance with Florida Statutes and a quorum was present. Committee members present:

Mike Patterson, Chairman Kathleen Sharman, Chief Financial Officer Brian Gilliam, Director of Security Gary Hunt, Director of Maintenance

Also present: Tom Draper, GOAA Chief of Operations Karen Ryan, Legal Counsel (Nelson Mullins Broad & Cassel) Marie Dennis, GOAA Director of Finance Mark Birkebak, GOAA Director of Engineering Pete Pelletier, GOAA Director of Information Technology Debbie McKeown, GOAA Project Controls Ian Brooks, GOAA Information Technology Kathy Anderson, GOAA Contracts and Grant Lennon Batchelor, GOAA Public Affairs Olimpia Lonsdale, GOAA Purchasing Scott Shedek, GOAA Construction Tara Ciaglia, GOAA Project Controls Tuan Nguyen, GOAA Engineering Alex Sorondo, HNTB Corporation Don Corthell, PSA Management, Inc. Ksenia Merck, K. Merck & Associates Prateek Sharma, Woolpert, Inc. Win Beltran, Geotech Consultants International, Inc. dba GCI, Inc. Ziad Ghalayini, Anser Advisory Nadege Cadet, Recording Secretary

CODE OF ETHICS AND BUSINESS CONDUCT DISCLOSURE Chairman Patterson requested that the Construction Committee members report any conflicts of interest or violations of the Aviation Authority's Code of Ethics and Business Conduct; lobbying activities policy; or the Florida Sunshine law with regard to any agenda item. No violations were reported. LOBBYIST DISCLOSURE For individuals who conduct lobbying activities with Aviation Authority employees or Board members, registration with the Aviation Authority is required each year prior to conducting any lobbying activities. 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 Aviation Authority’s web site (www.orlandoairports.net). Please contact the Chief Administrative Officer, Ms. Yovannie Rodriguez, with questions at (407) 825-7105. ANNOUNCEMENT

tara.ciaglia
Text Box
ITEM 1-B 7/6/2021

Minutes of the Construction Committee Meeting, June 22, 2021 Page 2 of 37 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.) COVID-19 ANNOUNCEMENT The Greater Orlando Aviation Authority will adhere to any guidelines or executive orders as established by local, state, or the federal government in which virtual meetings are permitted during certain circumstances. Due to the COVID-19 pandemic, the Centers for Disease Control (CDC) guidelines, and the Greater Orlando Aviation Authority’s ongoing focus on safety regarding events and meetings, seating at sunshine committee meetings will be limited according to space and social distancing. Attendance is on a first come, first serve basis. The Aviation Authority is subject to federal mask mandates. Federal law requires wearing a mask at all times in and on the airport property. Failure to comply may result in removal and denial of re-entry. Refusing to wear a mask in or on the airport property is a violation of federal law; individuals may be subject to penalties under federal law. MINUTES 1. The following minutes were presented for consideration:

CONSIDERATION OF MINUTES FROM DECEMBER 22, 2020 A. Upon motion of Mr. Hunt, second by Ms. Gilliam, vote carried to approve the

Construction Committee Minutes from the meeting held on December 22, 2020, as presented.

CONSIDERATION OF MINUTES FROM JUNE 8, 2021 B. Upon motion of Mr. Hunt, second by Ms. Sharman, vote carried to approve the

Construction Committee Minutes from the meeting held on June 8, 2021, as presented.

CHANGE ORDER AGENDA 2. The following Change Orders were presented for consideration:

A. Change Order BP-S00182-02 for VARIOUS REVISIONS. [A handout was presented, which includes a revised coversheet.] Mr. Shedek presented the attached request for Change Order No. 2 on BP-S00182, STC Buildout of Airline Spaces, LST L1, L2 & L6 and ASC L1 & L2 (Design/Build), with Clancy & Theys Construction Company. Chairman Patterson asked for confirmation that the Construction Committee has authority to approve these change orders as long as it does not exceed this amount. Legal Counsel answered that it was discussed providing an information item to the Board regarding the award of construction amounts so that the final small business percentages can be published. Chairman Patterson stated that they did inform the Board that they would report back what the final percentages are for small business participation, as construction small businesses are now being factored into the percentages. Mr. Shedek stated that they are pushing to get full prices for all of them, however, this one is a priority because the contractor is scheduled to start on August 2nd and be done by the end of the year. Ms. Sharman asked for confirmation that the team is confident that the whole project can be done for the allowance amount. Mr. Shedek responded that the backup documentation with

Minutes of the Construction Committee Meeting, June 22, 2021 Page 3 of 37

the estimate is 95% complete and will go down from there. He added that this item is well below the allowance amount. Ms. Sharman asked if the Office of Small Business Development will review the whole program. Chairman Patterson answered that they will provide an interim review, then give a final review once they see the full construction cost and subcontractors involved. Mr. Shedek added that they can probably get more information from Clancy & Theys Construction Company as they are aware of the goals. Ms. Sharman stated that they should provide how this item fits into their overall plan. Mr. Shedek stated that if all goes as planned, they should have it in time for the Aviation Authority Board meeting. Upon motion of Mr. Hunt, second by Ms. Sharman, vote carried to approve Change Order BP-S00182-02, for the total amount of $0.00 and no time extension, with funding from previously-approved General Airport Revenue Funds.

B. Change Order BP-S00184-02 for VARIOUS REVISIONS. [A handout was presented, which includes a revised coversheet and backup documentation.] Mr. Shedek presented the attached request for Change Order No. 2 on BP-S00184, Buildout of LST Level 1 North and South (Design/Build), with Gomez Construction Company. Chairman Patterson stated that the Office of Small Business Development can provide a complete memo and get back to the Construction Committee. He asked for confirmation that the participation is up to 29%. Mr. Shedek answered yes, and added that they are way above goal. Ms. Sharman asked if the remaining item is within the allowance budget. Mr. Shedek answered yes and explained that the original amount included overlapping scope, which will be removed. Ms. Sharman asked if that will still be a missing piece until later. Mr. Shedek answered yes. Chairman Patterson asked if they have a sub-quote for each of the major areas in the package. Mr. Shedek answered yes. Upon motion of Ms. Sharman, second by Mr. Hunt, vote carried to approve Change Order BP-S00184-02, for the total amount of $0.00 and no time extension, with funding from previously-approved General Airport Revenue Bonds.

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: Mr. Corthell noted that all BBC items being presented today take into consideration scope reductions, maintain current budget and schedule, and all are needed to complete the South Terminal C phases.

A. Subcontract Modification for BP-S00144 (GMP No. 6-S.2) with BergElectric Corp. dba Bergelectric Corp. Contractors and Engineers for CR0953-6S2-Modification of ACL4 Ceiling Grid for F1 Light Fixtures (Back-charge). Mr. Corthell presented the attached GMP Budget, Buyout and Contingency Form, requesting approval for 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 – Airside Enclosure and Exterior Finishes (GMP No. 6-S.2), at the Orlando International Airport. Hensel Phelps Construction is committed to 20% MWBE and 4% LDB participation for Construction Services. The subcontractor identified and committed to participate on BP-S144 (GMP No. 6-S.2) for this subcontract modification is

Minutes of the Construction Committee Meeting, June 22, 2021 Page 4 of 37

BergElectric Corp. dba Bergelectric Corp. Contractors and Engineers (Non-MWBE/LDB/VBE). There is no small business participation associated with this modification. Mr. Corthell asked Legal Counsel if it is acceptable that Agenda Item Nos. 3-A and 3-B are for two separate GMPs. Legal Counsel answered yes. She explained that they are taking from one and adding to the other. 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, and 3-P were considered in one motion. Upon motion of Mr. Hunt, second by Mr. Gilliam, vote carried 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 – Airside Enclosure and Exterior Finishes (GMP No. 6-S.2), for the total deductive lump sum amount of ($99,734.00), with funding credited to General Airport Revenue Bonds and Passenger Facility Charges.

B. Subcontract Modification for BP-S00145 (GMP No. 6-S.3) with Cleveland Construction Inc. for CR0953-6S3-Modification of ACL4 Ceiling Grid for F1 Light Fixtures (Backcharge). Mr. Corthell presented the attached GMP Budget, Buyout and Contingency Form, requesting approval for Hensel Phelps Construction to issue a Subcontract Modification to Cleveland Construction Inc. on BP-S00145, South Terminal C, Phase 1 - Airside Early Interiors (GMP No. 6-S.3), at the Orlando International Airport. 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 Cleveland Construction Inc. (Non-MWBE/LDB/VBE). There is no small business participation associated with this modification. Mr. Corthell asked Legal Counsel if it is acceptable that Agenda Item Nos. 3-A and 3-B are for two separate GMPs. Legal Counsel answered yes. She explained that they are taking from one and adding to the other. 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, and 3-P were considered in one motion. Upon motion of Mr. Hunt, second by Mr. Gilliam, vote carried to approve Hensel Phelps Construction to issue a Subcontract Modification to Cleveland 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 $99,734.00, with funding from Passenger Facility Charges and General Airport Revenue Bonds.

C. Subcontract Modification for BP-S00145 (GMP No. 6-S.3) with Creative Sign Designs, LLC for CR0967-6S3-RFI 3087 Building Signage Updates. Mr. Corthell presented the attached GMP Budget, Buyout and Contingency Form, requesting approval for Hensel Phelps Construction to issue a Subcontract Modification to Creative Sign Designs, LLC on BP-S00145, South Terminal C, Phase 1 - Airside Early Interiors (GMP No. 6-S.3), at the Orlando International Airport. 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 Creative Sign Designs, LLC (Non-MWBE/LDB/VBE). There is no small business participation associated with this modification.

Minutes of the Construction Committee Meeting, June 22, 2021 Page 5 of 37

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, and 3-P were considered in one motion. Upon motion of Mr. Hunt, second by Mr. Gilliam, vote carried to approve Hensel Phelps Construction to issue a Subcontract Modification to Creative Sign Designs, LLC on BP-S00145, South Terminal C, Phase 1 - Airside Early Interiors (GMP No. 6-S.3), for the total deductive lump sum amount of ($29,421.00), with funding credited to Passenger Facility Charges and General Airport Revenue Bonds.

D. Subcontract Modifications for BP-S00147 (GMP No. 7-S.1) with Crown Corr, Inc. for CR1358-LST-RFIs 4367-4367.5 and 6185 Added Panels at South Elevation. Mr. Corthell presented the attached GMP Budget, Buyout and Contingency Form, requesting approval for Turner-Kiewit Joint Venture to issue Subcontract Modifications to Crown Corr, Inc. on BP-S00147, South Terminal C, Phase 1 - Landside Terminal Remaining Structure & Systems (GMP No. 7-S.1), at the Orlando International Airport. 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 Crown Corr, 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, and 3-P were considered in one motion. Upon motion of Mr. Hunt, second by Mr. Gilliam, vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontract Modification to Crown Corr, Inc. on BP-S00147, South Terminal C, Phase 1 - Landside Terminal Remaining Structure & Systems (GMP No. 7-S.1), for the total amount of $231,450.00, with funding from Passenger Facility Charges and General Airport Revenue Bonds.

E. Subcontract Modification for BP-S00147 (GMP No. 7-S.1) with MSE2, Inc. dba Mader Southeast for CR1514.1-LST-Bulletin 40 Transportation Security Administration (TSA) Review. Mr. Corthell presented the attached GMP Budget, Buyout and Contingency Form, requesting approval for 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 & Systems (GMP No. 7-S.1), at the Orlando International Airport. 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 9% 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, and 3-P were considered in one motion. Upon motion of Mr. Hunt, second by Mr. Gilliam, vote carried 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 $70,442.00, with funding from TSA Owner Contingency Funds and General Airport Revenue Bonds.

F. Subcontract Modifications for BP-S00147 (GMP No. 7-S.1) with Hommes Masonry Inc. dba Toltec Construction; and MSE2, Inc. dba Mader Southeast; for CR1617.1-

Minutes of the Construction Committee Meeting, June 22, 2021 Page 6 of 37

LST-5845 and 5845.1 CMU Demo at Elevator 2.2 Opening. Mr. Corthell presented the attached GMP Budget, Buyout and Contingency Form, requesting approval for Turner-Kiewit Joint Venture to issue Subcontract Modifications to Hommes Masonry Inc. dba Toltec Construction; and, MSE2, Inc. dba Mader Southeast; on BP-S00147, South Terminal C, Phase 1 - Landside Terminal, Remaining Structures and Systems (GMP No. 7-S.1), at the Orlando International Airport. 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 Hommes Masonry Inc. dba Toltec Construction (MWBE); and MSE2, Inc. dba Mader Southeast (Non-MWBE/LDB/VBE). There is a 100% MWBE participation associated with Hommes Masonry Inc. dba Toltec Construction's subcontract modification. There is a reduction of 11% in MWBE participation associated with MSE, Inc. dba Mader Southeast's subcontract 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, and 3-P were considered in one motion. Upon motion of Mr. Hunt, second by Mr. Gilliam, vote carried to approve Turner-Kiewit Joint Venture to issue Subcontract Modifications on BP-S00147, South Terminal C, Phase 1 - Landside Terminal, Remaining Structures and Systems (GMP No. 7-S.1), for the total deductive lump sum amount of ($2,436.00), which includes the deductive amount of ($5,326.00) from MSE2, Inc. dba Mader Southeast; and the lump sum amount of $2,890.00 to Hommes Masonry Inc. dba Toltec Construction; with funding credited to Passenger Facility Charges and General Airport Revenue Bonds.

G. Subcontract Modification for BP-S00147 (GMP No. 7-S.1) with Hommes Masonry Inc. dba Toltec Construction for CR1803-LST-RFI 6226-Glass Elevator Pit Wall Notch. Mr. Corthell presented the attached GMP Budget, Buyout and Contingency Form, requesting approval for 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 Structures and Systems (GMP No. 7-S.1), at the Orlando International Airport. 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 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, and 3-P were considered in one motion. Upon motion of Mr. Hunt, second by Mr. Gilliam, vote carried 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 Structures and Systems (GMP No. 7-S.1), for the total lump sum amount of $8,844.00, with funding from Passenger Facility Charges and General Airport Revenue Bonds.

H. Budget Reallocation for BP-S00147 (GMP No. 7-S.1) for CR1900-LST-Budget

Reallocation-CM@R to Owner Contingency. Mr. Corthell presented the attached GMP Budget, Buyout and Contingency Form, requesting approval for Turner-Kiewit Joint Venture to issue a Budget Reallocation on BP-S00147, South Terminal C, Phase 1, Landside Terminal Building Systems (GMP No. 7-S.1), at the Orlando International Airport.

Minutes of the Construction Committee Meeting, June 22, 2021 Page 7 of 37

The Office of Small Business Development has determined that the proposed budget reallocation of $500,000.00 from GMP No. 7-S.1 Phase 1 CM@R Contingency to Phase 1 Owner Contingency 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, and 3-P were considered in one motion. Upon motion of Mr. Hunt, second by Mr. Gilliam, vote carried to approve Turner-Kiewit Joint Venture to issue a Budget Reallocation on BP-S00147, South Terminal C, Phase 1 - Landside Terminal Building Systems (GMP No. 7-S.1), with no net change to the GMP amount, with funding from Passenger Facility Charges and General Airport Revenue Bonds.

I. Subcontract Modification for BP-S00148 (GMP No. 7-S.2) with Shaw Contract Flooring Services, Inc. dba Spectra Contract Flooring for CR1089.2-LST-VE 90 and RFIs 4050-4050.3, 4318, 4935, 4935.1 and 4979 Floor Finish Change to Decorative Flake Polymeric Floor Coating (DFPFC). Mr. Corthell presented the attached GMP Budget, Buyout and Contingency Form, requesting approval for Turner-Kiewit Joint Venture to issue Subcontract Modification to Shaw Contract Flooring Services, Inc. dba Spectra Contract Flooring on BP-S00148, South Terminal C, Phase 1 - Landside Terminal Finishes (GMP No. 7-S.2), at the Orlando International Airport. 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-S148 (GMP No. 7-S.2) for this subcontract modification is Shaw Contract Flooring Services, Inc. dba Spectra Contract Flooring (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, and 3-P were considered in one motion. Upon motion of Mr. Hunt, second by Mr. Gilliam, vote carried to approve Turner-Kiewit Joint Venture to issue Subcontract Modification to Shaw Contract Flooring Services, Inc. dba Spectra Contract Flooring on BP-S00148, South Terminal C, Phase 1 - Landside Terminal Finishes (GMP No. 7-S.2), for the total lump sum amount of $27,471.00, with funding from Passenger Facility Charges and General Airport Revenue Bonds.

J. Subcontract Modification for BP-S00148 (GMP No. 7-S.2) with Five Arrows, Inc. dba Service Painting Corp. for CR1470-LST-Bulletins 18 through 22, and Campus Wide Specifications (CWS) Bulletins 9 through 11-Painting Scope. Mr. Corthell presented the attached GMP Budget, Buyout and Contingency Form, requesting approval for Turner-Kiewit Joint Venture to issue a Subcontract Modification to Five Arrows, Inc. dba Service Painting Corp. on BP-S00148, South Terminal C, Phase 1 - Landside Terminal Finishes (GMP No. 7-S.2), at the Orlando International Airport. 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-S148 (GMP No. 7-S.2) for this subcontract modification is Five Arrows, Inc. dba Service Painting Corporation (Non-MWBE/LDB/VBE). There is small business participation of 24% MWBE and 6% LDB 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, and 3-P were considered in one motion.

Minutes of the Construction Committee Meeting, June 22, 2021 Page 8 of 37

Upon motion of Mr. Hunt, second by Mr. Gilliam, vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontract Modification to Five Arrows, Inc. dba Service Painting Corp. on BP-S00148, South Terminal C, Phase 1 - Landside Terminal Finishes (GMP No. 7-S.2), for the total lump sum amount of $19,016.00, with funding from Passenger Facility Charges and General Airport Revenue Bonds.

K. Subcontract Modification for BP-S00149 (GMP No. 8-S) with Aireko Energy Solutions US, LLC for CR1490-8S-GTF-Lighting Fixtures Area 123 and Bulletin 14 Lighting Control and CWS Bulletin 23. Mr. Corthell presented the attached GMP Budget, Buyout and Contingency Form, requesting approval for Turner-Kiewit Joint Venture to issue a Subcontract Modification to Aireko Energy Solutions US, LLC on BP-S00149, South Terminal C, Phase 1-Ground Transportation Facility-FDOT (GMP No. 8-S), at the Orlando International Airport. Turner-Kiewit Joint Venture is committed to achieving 14.3% DBE participation for the Ground Transportation Facility (GTF) - Concrete and Electrical Low Voltage Scopes of this GMP No. 8-S. The subcontractor identified and committed to participate on BP-S00149 (GMP No. 8-S) for this subcontract modification is Aireko Energy Solutions US, LLC (MWBE, but not certified as DBE). 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, and 3-P were considered in one motion. Upon motion of Mr. Hunt, second by Mr. Gilliam, vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontract Modification to Aireko Energy Solutions US, LLC on BP-S00149, South Terminal C, Phase 1-Ground Transportation Facility-FDOT (GMP No. 8-S), for the total lump sum amount of $349,974.00, with funding from FDOT Grants to the extent eligible and Customer Facility Charges.

L. Subcontract Modification for BP-S00149 (GMP No. 8-S) with Aireko Energy Solutions US, LLC for CR1815-8S-GTF-RFIs 6299 and 6299.1-LV-Updated PDU Equipment info. Mr. Corthell presented the attached GMP Budget, Buyout and Contingency Form, requesting approval for Turner-Kiewit Joint Venture a Subcontract Modification to Aireko Energy Solutions US, LLC on BP-S00149, South Terminal C, Phase 1 - Ground Transportation Facility-FDOT (GMP No. 8-S), at the Orlando International Airport. Turner-Kiewit Joint Venture is committed to achieving 14.3% DBE participation for the Ground Transportation Facility (GTF) - Concrete and Electrical Low Voltage Scopes of this GMP No. 8-S. The subcontractor identified and committed to participate on BP-S00149 (GMP No. 8-S) for this subcontract modification is Aireko Energy Solutions US, LLC (MWBE, but not certified as DBE). 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, and 3-P were considered in one motion. Upon motion of Mr. Hunt, second by Mr. Gilliam, vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontract Modification to Aireko Energy Solutions US, LLC on BP-S00149, South Terminal C, Phase 1 - Ground Transportation Facility-FDOT (GMP No. 8-S), for the total deductive lump sum amount of ($2,184.00), with funding credited to Customer Facility Charges and General Airport Revenue Bonds.

M. Subcontract Modification for BP-S00149 (GMP No. 8-S) with Aireko Energy Solutions US, LLC for CR1824-8S-GTF-RFI 6365-LV-FP-Fire Sprinkler Valves Alarm

Minutes of the Construction Committee Meeting, June 22, 2021 Page 9 of 37

Requirements. Mr. Corthell presented the attached GMP Budget, Buyout and Contingency Form, requesting approval for Turner-Kiewit Joint Venture to issue a Subcontract Modification to Aireko Energy Solutions US, LLC on BP-S00149, South Terminal C, Phase 1 - Ground Transportation Facility-FDOT (GMP No. 8-S), at the Orlando International Airport. Turner-Kiewit Joint Venture is committed to achieving 14.3% DBE participation for the Ground Transportation Facility (GTF) - Concrete and Electrical Low Voltage Scopes of this GMP No. 8-S. The subcontractor identified and committed to participate on BP-S00149 (GMP No. 8-S) for this subcontract modification is Aireko Energy Solutions US, LLC (MWBE, but not certified as DBE). 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, and 3-P were considered in one motion. Upon motion of Mr. Hunt, second by Mr. Gilliam, vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontract Modification to Aireko Energy Solutions US, LLC on BP-S00149, South Terminal C, Phase 1 - Ground Transportation Facility-FDOT (GMP No. 8-S), for the total lump sum amount of $2,419.00, with funding from Customer Facility Charges and FDOT Grants, to the extent eligible.

N. Subcontract Modification for BP-S00149 (GMP No. 8-S) with Aireko Energy Solutions US, LLC for CR1831-8S-GTF-RFI 6302-Elec-Elevator S29 EL 2.1 Circuit Breaker Size. Mr. Corthell presented the attached GMP Budget, Buyout and Contingency Form, requesting approval for Turner-Kiewit Joint Venture to issue a Subcontract Modification to Aireko Energy Solutions US, LLC on BP-S00149, South Terminal C, Phase 1 - Ground Transportation Facility-FDOT (GMP No. 8-S), at the Orlando International Airport. Turner-Kiewit Joint Venture is committed to achieving 14.3% DBE participation for the Ground Transportation Facility (GTF) - Concrete and Electrical Low Voltage Scopes of this GMP 8-S. The subcontractor identified and committed to participate on BP-S00149 (GMP 8-S) for this subcontract modification is Aireko Energy Solutions US, LLC (MWBE, but not certified as DBE). 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, and 3-P were considered in one motion. Upon motion of Mr. Hunt, second by Mr. Gilliam, vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontract Modification to Aireko Energy Solutions US, LLC on BP-S00149, South Terminal C, Phase 1 - Ground Transportation Facility-FDOT (GMP No. 8-S), for the total lump sum amount of $876.00, with funding from Customer Facility Charges and FDOT Grants, to the extent eligible.

O. Subcontract Modification for BP-S00168 (GMP No. 6-S.4) with M. C. Dean, Inc. for CR0959-6S4-RFI 2997 Confirmation of Quantity and Layout for FIDS Displays. Mr. Corthell presented the attached GMP Budget, Buyout and Contingency Form, requesting approval for Hensel Phelps Construction to issue a Subcontract Modification to M. C. Dean, Inc. on BP-S00168, South Terminal C, Phase 1 - Interior Finishes and Specialties (GMP No. 6-S.4), at the Orlando International Airport. 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

Minutes of the Construction Committee Meeting, June 22, 2021 Page 10 of 37

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, and 3-P were considered in one motion. Upon motion of Mr. Hunt, second by Mr. Gilliam, vote carried to approve Hensel Phelps Construction to issue a Subcontract Modification to M. C. Dean, Inc. on BP-S00168, South Terminal C, Phase 1 - Interior Finishes & Specialties (GMP No. 6-S.4), for the total lump sum amount of $113,011.00, with funding from Passenger Facility Charges and General Airport Revenue Bonds.

P. Subcontract Modification for BP-S00173 (GMP No. 7-S.3) with Kirlin Florida, LLC for CR1070.4-LST-Plumbing and HVAC Changes from Bulletins 33 and 38 and Misc. RFIs. Mr. Corthell presented the attached GMP Budget, Buyout and Contingency Form, requesting approval for 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), at the Orlando International Airport. The Office of Small Business Development has determined that 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-DBE). There is 12% 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, and 3-P were considered in one motion. Upon motion of Mr. Hunt, second by Mr. Gilliam, vote carried 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 total lump sum amount of $713,326.00, with funding from U.S. Customs and Border Protection Owner Contingency Funds and General Airport Revenue Bonds.

SOUTH TERMINAL C REQUEST FOR RECOMMENDATION OF APPROVAL OF AN ADDENDUM TO THE PROGRAM AND PROJECT MANAGEMENT SERVICES FOR THE SOUTH TERMINAL C, PHASE 1 AGREEMENT WITH GCI INC. TO PROVIDE CONSTRUCTION PHASE OWNER AUTHORIZED REPRESENTATIVE (OAR) SERVICES FOR BP-S00191, STC BUILDOUT OF TENANT SPACE PROGRAM SOFT COSTS, AT THE ORLANDO INTERNATIONAL AIRPORT. 4. Mr. Shedek presented the attached memorandum, dated June 22, 2021. The Office of Small Business Development has reviewed the qualifications of the subject contract's MWBE/LDB/VBE specifications and determined that Geotech Consultants International, Inc., dba GCI, Inc. proposes 30.3% MWBE participation on this Addendum. Chairman Patterson asked for confirmation that they have $1.4 million left in the budget for these OAR services and that they will rely on the South Terminal PM Team for inspection support. Mr. Shedek confirmed yes. Ms. Sharman asked if they anticipate this taking them through the end of the project. Mr. Shedek answered yes. Chairman Patterson stated that the date in the memorandum

Minutes of the Construction Committee Meeting, June 22, 2021 Page 11 of 37 is only for information purposes and that if there is more work to do and available funds, they can continue past this date. Ms. Sharman asked if the memorandum can be amended to state that the anticipated end date of services will be through completion of the project. Mr. Shedek answered yes. Upon motion of Ms. Sharman, second by Mr. Hunt, vote carried to approve recommend to the Aviation Authority Board approval of an Addendum to the Program and Project Management Services for the South Terminal C, Phase 1 Agreement with GCI Inc. to provide Construction Phase Owner Authorized Representative (OAR) Services for BP-S00191, STC Buildout of Tenant Space Program Soft Costs, for a total amount of $439,842.00, which includes the not-to-exceed fee amount $419,842.00 and the not-to-exceed expense amount of $20,000.00, with funding from General Airport Revenue Bonds. REQUEST FOR APPROVAL OF PURCHASE OF CISCO SWITCHES UTILIZING CONTINGENCY FUNDS TO SUPPLEMENT THE ORDER FROM W-S00145, SOUTH TERMINAL C, PHASE 1 - OWNER FURNISHED FF&E AND IT ITEMS, AT THE ORLANDO INTERNATIONAL AIRPORT. 5. Ms. Merck presented the attached memorandum, dated June 22, 2021. The Office of Small Business Development has reviewed the FF&E and IT Procurement Plan, and determined that, due to the specific nature of the required items, vendors for IT products are not required to propose any MWBE/LDB participation for these items. In the procurement of FF&E items, participation goals of 17% MWBE and 1.7% LDB/VBE have been established for competitively bid items. Chairman Paterson noted that since this exceeds the $3,000.00 limit, it would come back to the Construction Committee even under the new guidelines. Ms. Merck concurred. Upon motion of Mr. Hunt, second by Mr. Gilliam, vote carried to approve the purchase of Cisco Switches Utilizing Contingency funds to supplement the order from W-S00145 South Terminal C, Phase 1 - Owner Furnished FF&E and IT Items; there is no fiscal impact associated with this item. REQUEST FOR APPROVAL OF PURCHASE OF TRINITY FURNITURE UTILIZING CONTINGENCY FUNDS TO SUPPLEMENT THE ORDER FROM W-S00145, SOUTH TERMINAL C, PHASE 1 - OWNER FURNISHED FF&E AND IT ITEMS, AT THE ORLANDO INTERNATIONAL AIRPORT. 6. Ms. Merck presented the attached memorandum, dated June 22, 2021. The Office of Small Business Development has reviewed the FF&E and IT Procurement Plan, and determined that, due to the specific nature of the required items, vendors for IT products are not required to propose any MWBE/LDB participation for these items. In the procurement of FF&E items, participation goals of 17% MWBE and 1.7% LDB/VBE have been established for competitively bid items. Chairman Patterson noted that this item was not signed by Finance and asked if this falls within the approved amount. Ms. Merck answered yes and added that there should be no funding issues. Ms. Sharman confirmed that there are no funding issues with this item. Upon motion of Mr. Gilliam, second by Mr. Hunt, vote carried to approve the purchase of Trinity Furniture Utilizing Contingency funds to supplement the order from W-S00145 South Terminal C, Phase 1 - Owner Furnished FF&E and IT Items; there is no fiscal impact associated with this item. REQUEST FOR APPROVAL FOR PROCUREMENT METHOD CHANGE FOR THE FF&E AND IT PROCUREMENT FOR W-S00145, SOUTH TERMINAL C, PHASE 1-OWNER FURNISHED FF&E AND IT ITEMS, AT THE ORLANDO INTERNATIONAL AIRPORT. 7. Ms. Merck presented the attached memorandum, dated June 22, 2021.

Minutes of the Construction Committee Meeting, June 22, 2021 Page 12 of 37 The Office of Small Business Development has reviewed the FF&E and IT Procurement Plan, and determined that, due to the specific nature of the required items, vendors for IT products are not required to propose any MWBE/LDB participation for these items. In the procurement of FF&E items, participation goals of 17% MWBE and 1.7% LDB/VBE have been established for competitively bid items. Chairman Patterson stated that the quote seems reasonable. Ms. Sharman concurred and thanked Ms. Merck for the additional information. She noted that the Purchasing team did a great job. Upon motion of Ms. Sharman, second by Mr. Hunt, vote carried to approve the Procurement Method Change for the FF&E and IT Procurement for W-S00145, South Terminal C, Phase 1-Owner Furnished FF&E and IT Items; there is no fiscal impact associated with this item. GENERAL REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING TRANSPORTATION PLANNING SERVICES AGREEMENT HNTB CORPORATION FOR FY 2021 EXTENSION OF STAFF SERVICES FOR TRANSPORTATION PLANNING AND RELATED TASKS, AT THE ORLANDO INTERNATIONAL AIRPORT. 8. Mr. Sorondo presented the attached memorandum, dated June 22, 2021. 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 nature of the services to be provided, HNTB Corporation does not propose small business participation on this Addendum. Upon motion of Ms. Sharman, second by Mr. Gilliam, vote carried to approve an Addendum to the Continuing Transportation Planning Services Agreement with HNTB Corporation for FY 2021 Extension of Staff Services for Transportation Planning and Related Tasks, for the total not-to-exceed fee amount of $76,032.00, with funding from previously-approved Operation and Maintenance Funds. INFORMATION ITEMS 9. The following items were presented for information only:

A. Field Change Order (FCO) Log

B. Contingency Work Authorization (CWA) Log

C. COVID-19 CCM Item Log D. Revised GMP Budget, Buyout & Contingency Form for BP-S00170, South

Terminal C, Phase 1 – Underground Electrical Distribution (GMP No. 5-S.6) with Turner-Kiewit Joint Venture, at the Orlando International Airport. [From the Construction Committee on October 13,2020, Item No. 3-V]

E. Office of Small Business Memorandum for the Request for Approval of a

Subcontract Modification 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-S148 (GMP 7-S.2) South Terminal C, Phase 1 - Landside Terminal Finishes to ISEC, Incorporated for CR1513.6-LST-Bulletin 38 & 39, and RFIs 4533-4533.4 & 5053-5053.2 Millwork Scope, Orlando International Airport. [From the Construction Committee on June 15, 2021, Item No. 3-J]

F. Office of Small Business Memorandum for the Request for Approval of a

Subcontract Modification to the Construction Management at Risk (CM@R)

Minutes of the Construction Committee Meeting, June 22, 2021 Page 13 of 37

Entity Services for the South Terminal C, Phase 1 Agreement with Turner-Kiewit Joint Venture for BP-S148 (GMP 7-S.2) South Terminal C, Phase 1 - Landside Terminal Finishes to ISEC, Incorporated for CR1602.2-LST-RFI 5147-5147.3 Column Covers and MEP Conflicts, Orlando International Airport. [From the Construction Committee on June 15, 2021, Item No. 3-K]

NEW ITEM

G. Revised Coversheet for Change Order for PS-00329-17, Parking Access and Revenue Control System (PARCS) Replacement with SKIDATA, Inc., at the Orlando International Airport. [From the Construction Committee on June 15, 2021, Item No. 2-A]

ADJOURNMENT 10. There being no further business for discussion, the meeting was adjourned at 9:10 a.m. ______________________________ David M. Patterson, Chairman Construction Committee Director of Construction

GOAA Construction Form 004 (Rev. #13, 2/9/10)

GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport, One Jeff Fuqua Boulevard

Orlando, Florida 32827-4399

CHANGE ORDER AGENDA FOR CONSTRUCTION COMMITTEE

CHANGE ORDER #02 AMOUNT $0.00 Extension Of Time (Subst.): 0 Days

Extension Of Time (Final): 0 Days

CONTRACT NO. & DESCRIPTION:

BP-S00182 STC Buildout of Airline Spaces, LST L1, L2 & L6 and ASC L1 & L2 (D/B)

DATE: 6/22/21

CONTRACTOR: Clancy & Theys Construction Company

A/E: N/A

DESCRIPTION OF CHANGE TO CONTRACT: Item #1: Provide labor, materials, and equipment for contractor field office and long lead materials for the construction build-out of approximately 30,345 square feet of tenant office space and 1,922 square feet of storage space in ASC level 1 areas 14, 15, 17, 28, 30, 31, 32, and level 2 area 28, LST level 1 area 11 and 12, level 2 area 12, level 6 area 11. Add: $1,219,495.06 Item #2: Allowance Reduction - Reduce the construction allowance by $1,219,495.06, from $9,989,483.00 to $8,769,987.94 to cover the cost of Item #1.

Deduct: ($1,219,495.06) (The language above will be exactly what will appear on the actual Change Order under "Description of Change".)

REASON FOR CHANGE:

Item #1: Owner Request – Design of this project has been completed and construction costs have been negotiated for the full scope of construction. The work consists of the construction of airline office spaces and storage spaces. Due to material lead times the construction costs are limited to the following: field office setup, fire sprinkler subcontractor buyout, waste management, concrete slab demolition and trench safety, framing and insulation material, door frame and hardware, storefront glass, HVAC subcontractor buyout, and limited CA services for mechanical submittal review. Item #2 Allowance Reduction – Reduction of construction allowance to cover cost of Item #1.

SOURCE OF FUNDS: PREVIOUSLY APPROVED GENERAL ACCOUNT REVENUE BONDS

Is above change within the intended scope of the original contract? Yes No

EXPLAIN: Previously Presented Bulletin(s): NA (Copy Attached) Previously Approved Field Change Order(s): NA (Copy Attached)

Contractor's Original RCO Submission $ 1,426,605.00 GOAA/OAR Estimate $ See C&T’s Standard Estimate

Report (a) Change Contract Amount By $ 0.00 (b) Amount of Associated Additional A/E Fees (Not for Approval / For Info. Only) $ 0.00 (c) Amount of Associated Additional OAR Fees (Not for Approval / For Info. Only) $ 0.00 (d) Total Cost Impact of this Change (d = a + b + c) $ 0.00

Is there any potential backcharge to the A/E? Yes No Omissions $ 0.00 Errors $ 0.00

PREPARED BY: Scott Shedek, GOAA PHONE: 407-825-2465

NOTE: All Agenda Items are to be submitted to GOAA’s Construction-Engineering-Financial (CEF) Consultant no later than the close of business on Monday for inclusion on the following week's Construction Committee Agenda.

GOAA’s CEF Consultant Date Received: Date Review Completed: Initials of Reviewer: Verification of Funding by CF

ANSER ADVISORY 6/09/21 6/17/21

ZiadGhalayin_qyrgarz
Rectangle
ZiadGhalayin_qyrgarz
Rectangle
nadege.cadet
Text Box
HANDOUT 6/22/2021 CCM Item 2-A Revised Coversheet
nadege.cadet
Underline
nadege.cadet
Typewritten Text
Minutes of the Construction Committee Meeting, June 22, 2021 Page 14 of 37

GOAA Construction Form 004 (Rev. #13, 2/9/10)

GREATER ORLANDO AVIATION AUTHORITYOrlando International Airport, One Jeff Fuqua Boulevard

Orlando, Florida 32827-4399

CHANGE ORDER AGENDAFOR CONSTRUCTION COMMITTEE

CHANGE ORDER #02 AMOUNT $0.00Extension Of Time (Subst.): 0 Days

Extension Of Time (Final): 0 Days

CONTRACT NO. &DESCRIPTION:

BP-S00184 Buildout of LST Level 1 North & South(D/B)

DATE: 6/22/21

CONTRACTOR: Gomez Construction Company

A/E: N/A

DESCRIPTION OF CHANGE TO CONTRACT:Item #1: Provide labor, materials, equipment, and permit costs for the construction build-out of approximately 11,707 square feet of office space and square feet of storage space 2,351 in areas 1, 2, 3, 5, 6, 9, 10, and 11 located in STC LST level 1.Add: $2,990,677.00Item #2: Allowance Reduction - Reduce the construction allowance by $2,990,667.00, from $3,443,922.00 to$453,245.00 to cover the cost of Item #1.Deduct: ($2,990,677.00)

(The language above will be exactly what will appear on the actual Change Order under "Description of Change".)

REASON FOR CHANGE:Item #1: Owner Request – Design of this project has been completed and construction costs have beennegotiated for the full scope of construction. The work consists of the construction of storage areas and officespaces. Construction costs are for the following, demolition, framing and drywall, electrical and low voltage,lighting, doors and hardware, fire sprinkler, fire alarm, HVAC, flooring, painting, signage, and generalcondition/general requirement costs.

Item #2: Allowance Reduction – Reduction of construction allowance to cover cost of Item #1.

SOURCE OF FUNDS: PREVIOUSLY APPROVED GENERAL AIRPORT REVENUE BONDS

Is above change within the intended scope of the original contract? Yes No

EXPLAIN:Previously Presented Bulletin(s): NA (Copy Attached)Previously Approved Field Change Order(s): NA (Copy Attached)

Contractor's Original RCO Submission $ 3,432,741.86GOAA/OAR Estimate $ 3,135,085.00(a) Change Contract Amount By $ 0.00(b) Amount of Associated Additional A/E Fees (Not for Approval / For Info. Only) $ 0.00(c) Amount of Associated Additional OAR Fees (Not for Approval / For Info. Only) $ 0.00(d) Total Cost Impact of this Change (d = a + b + c) $ 0.00

Is there any potential backcharge to the A/E? Yes NoOmissions $ 0.00Errors $ 0.00

PREPARED BY: Scott Shedek, GOAA PHONE: 407-825-2465

NOTE: All Agenda Items are to be submitted to GOAA’s Construction-Engineering-Financial (CEF) Consultant no later than the close of business on Monday for inclusion on the following week's Construction Committee Agenda.

GOAA’s CEF Consultant Date Received: Date Review

Completed: Initials of Reviewer: Verification of Funding by CF

ANSER ADVISORY 6/09/21 6/17/21

nadege.cadet
Text Box
HANDOUT 6/22/2021 CCM Item 2-B Revised Item
nadege.cadet
Typewritten Text
Minutes of the Construction Committee Meeting, June 22, 2021 Page 15 of 37

GMP Budget, Buyout & Contingency Management BP-S144

GMP 6S.2 GREATER ORLANDO AVIATION AUTHORITY SOUTH TERMINAL C, PHASE ONE PROJECT

GMP Budget, Buyout & Contingency Form Page 1 of 1

This Form cannot be used to change the Project guaranteed maximum price or substantial completion date(s).

Project/GMP: BP-S144 (GMP 6S.2) South Terminal C, Phase 1 – STC Airside Enclosure & Exterior Finishes

Committee Date: June 22, 2021 CCM Reference #: 20180605.006

CM@R: Hensel Phelps Construction Subcontractor(s): Bergelectric Corp

Title/Description: CR0953-6S2-Modification of ACL4 Ceiling Grid for F1 Light Fixtures (Back-charge)

To PROPOSED ACTION (select all that apply) ☐ Owner Contingency: ☒ P1 CMAR Contingency: $99,734.00

☐ Budget Reallocation: ☐ Subcontract Award: ☒ Subcontract Modification: ($99,734.00)

If Owner Contingency is selected, is work required to complete job? ☐ Yes ☐ No (Note: If no, then SMF is required)

To Is there a schedule impact to the critical path associated with this action? ☐ Yes ☒ No (Note: If yes, OAR Schedule Analysis provided)

SUMMARY DESCRIPTION OF SUBCONTRACT MODIFICATION/AWARD: Bid Package for BP-S144 26.01 “ASC Electrical Systems” was previously awarded within GMP 6S.2 to Bergelectric Corp, CC No. 20180605.006.

Hensel Phelps Construction is requesting to issue a Subcontractor Modification to Bergelectric Corp in the Lump Sum amount of ($99,734.00) for CR0953-6S2-Modification of ACL4 Ceiling Grid for F1 Light Fixtures. Bergelectric Corp. misinterpreted the contract drawings and ordered the incorrect size light fixtures to accommodate the ACL-4 ceiling, which resulted in light fixtures that were ¼” too long. The OAR, Hensel Phelps and the design team produced a mock-up to prevent having to reorder new custom-length lights. The design team confirmed in RFI 2926 that it was acceptable to notch the "T" section of the ceiling grid at the F1 light fixtures as indicated in the mockup pictures, as long as the modification did not compromise the structural integrity of the ceiling system. The modified scope of work consists of the credits associated with modifying the "T" section of the ceiling grid system and using ceiling yokes to accommodate the F1 light fixtures in the Acoustical Panel Ceiling (ACL4) at several locations throughout the Airside Concourse Building.

The approval of this Subcontractor Modification to Bergelectric Corp resolves all requests for costs and time resulting from CR0953-6S2-Modification of ACL4 Ceiling Grid for F1 Light Fixtures scope of work in GMP 6S.2. Impacts to GMP 6S.3 will be submitted via CR0953-6S3 for a future CCM approval. There are no impacts to GMPs 6S, 6S.1, 6S.4 and 6S.5. Impacts from RFI 2926 for the remainder of the affected light fixtures and ceiling grid system were approved via CR0927-6S3, CC No. 20210608.003E.

Hensel Phelps Construction has submitted documentation including the subcontractor’s proposal to support this request. By approving this request, the Owner does not waive its right to enforce the contract requirements for other requests for cost or time.

To REASON: Negotiated Settlement between subcontractors – Costs for the work to be performed by the Acoustical Ceilings subcontractor,

Cleveland Construction Inc., associated with the scope of this deductive change order have been submitted under CR0953 in GMP 6S.3.

HP to issue a subcontract modification to Bergelectric Corp in the lump sum amount of: ($99,734.00)

Add to P1 CMAR Contingency: $99,734.00

☐ Bid Package ☐ Quotes Received ☐ Directly Negotiated

To Committed MWBE Percentage: 0% Committed LDB Percentage: 0% Committed DBE Percentage: 0%

CM approved by: Signature: Date:

OAR approved by: Signature: Date:

Signature above indicates concurrence with all actions proposed within this form. All Agenda

items are to be submitted to GOAA's Construction-Engineering-Financial (CEF) Consultant.

Source of Funds:

GOAA’s Legal Consultant: Nelson Mullins

Signature:

Date: Verification of Funding by CF:

GOAA’s CEF Consultant: Anser Advisory

Signature:

Date:

06/15/2021

06/14/2021

P1 PFC, Garbs

David Busch

Scott Mizell

6/15/21

6/15/21

kryan
KMR2
tara.ciaglia
Text Box
ITEM 3-A 6/22/2021
nadege.cadet
Typewritten Text
Minutes of the Construction Committee Meeting, June 22, 2021 Page 16 of 37

GMP Budget, Buyout & Contingency Management BP-S145

GMP 6S.3 GREATER ORLANDO AVIATION AUTHORITY SOUTH TERMINAL C, PHASE ONE PROJECT

GMP Budget, Buyout & Contingency Form Page 1 of 1

This Form cannot be used to change the Project guaranteed maximum price or substantial completion date(s).

Project/GMP: BP-S145 (GMP 6S.3) South Terminal C, Phase 1 – Airside Early Interiors

Committee Date: June 22, 2021 CCM Reference #: 20180807.010

CM@R: Hensel Phelps Construction Subcontractor(s): Cleveland Construction Inc.

Title/Description: CR0953-6S3-Modification of ACL4 Ceiling Grid for F1 Light Fixtures (Back-charge) To PROPOSED ACTION (select all that apply) ☐ Owner Contingency: ☒ P1 CMAR Contingency: ($99,734.00)

☐ Budget Reallocation: ☐ Subcontract Award: ☒ Subcontract Modification: $99,734.00

If Owner Contingency is selected, is work required to complete job? ☐ Yes ☐ No (Note: If no, then SMF is required) To

Is there a schedule impact to the critical path associated with this action? ☐ Yes ☒ No (Note: If yes, OAR Schedule Analysis Provided)

SUMMARY DESCRIPTION OF SUBCONTRACT MODIFICATION/AWARD: Bid Package for BP-S145 09.03 “Acoustical Ceilings” was previously awarded within GMP 6S.3 to Cleveland Construction Inc., CC No. 20180807.010.

Hensel Phelps Construction is requesting to issue a Subcontract Modification to Cleveland Construction Inc. in the lump sum amount of $99,734.00 for CR0953-6S3-Modification of ACL4 Ceiling Grid for F1 Light Fixtures. The ASC electrical subcontractor Bergelectric Corp. misinterpreted the contract drawings and ordered the incorrect size light fixtures to accommodate the ACL-4 ceiling, which resulted in light fixtures that were ¼” too long. The OAR, Hensel Phelps and the design team produced a mock-up to prevent having to reorder new custom-length lights. The design team confirmed in RFI 2926 that it was acceptable to notch the "T" section of the ceiling grid at the F1 light fixtures as indicated in the mockup pictures, as long as the modification did not compromise the structural integrity of the ceiling system. The modified scope of work consists of the costs associated with modifying the "T" section of the ceiling grid system and using ceiling yokes to accommodate the F1 light fixtures in the Acoustical Panel Ceiling (ACL4) at several locations throughout the Airside Concourse Building.

The approval of this Subcontract Modification to Cleveland Construction Inc. resolves all requests for cost and time resulting from CR0953-6S3-Modification of ACL4 Ceiling Grid for F1 Light Fixtures scope of work in GMP 6S.3. Impacts to GMP 6S.2 will be submitted via CR0953-6S2 for a future CCM approval. There are no impacts to GMPs 6S, 6S.1, 6S.4 and 6S.5. Impacts from RFI 2926 for the remainder of the affected light fixtures and ceiling grid system were approved via CR0927-6S3, CC No. 20210608.003E.

Hensel Phelps Construction has submitted documentation including the subcontractor’s proposal to support this request. By approving this request, the Owner does not waive its right to enforce the contract requirements for other requests for cost or time.

To REASON: Negotiated Settlement between subcontractors – Costs for ceiling grid system modifications to allow the F1 light fixtures to fit in the

ACL4 ceiling grid. A deductive change order for this cost was submitted under CR0953 in GMP 6S.2 to the Electrical Systems subcontractor.

HP to issue a subcontract modification to Cleveland Construction Inc. in the lump sum amount of: $99,734.00

Deduct from P1 CMAR Contingency: ($99,734.00)

☐ Bid Package ☐ Quotes Received ☐ Directly Negotiated

To Committed MWBE Percentage: 0% Committed LDB Percentage: 0% Committed DBE Percentage: 0%

CM approved by: Signature: Date:

OAR approved by: Signature: Date:

Signature above indicates concurrence with all actions proposed within this form. All Agenda

items are to be submitted to GOAA's Construction-Engineering-Financial (CEF) Consultant.

Source of Funds:

GOAA’s Legal Consultant: Nelson Mullins

Signature: Date: Verification of Funding by CF:

GOAA’s CEF Consultant: Anser Advisory

Signature: Date:

06/15/2021David Busch

Scott Mizell 06/14/2021

P1 PFC, Garb

6/15/21

6/15/21

kryan
KMR2
tara.ciaglia
Text Box
ITEM 3-B 6/22/2021
nadege.cadet
Typewritten Text
Minutes of the Construction Committee Meeting, June 22, 2021 Page 17 of 37

GMP Budget, Buyout & Contingency Management BP-S145

GMP 6S.3 GREATER ORLANDO AVIATION AUTHORITY SOUTH TERMINAL C, PHASE ONE PROJECT

GMP Budget, Buyout & Contingency Form Page 1 of 1

This Form cannot be used to change the Project guaranteed maximum price or substantial completion date(s).

Project/GMP: BP-S145 (GMP 6S.3) South Terminal C, Phase 1 – Airside Early Interiors

Committee Date: June 22, 2021 CCM Reference #: 20180807.010

CM@R: Hensel Phelps Construction Subcontractor(s): Creative Sign Designs, LLC

Title/Description: CR0967-6S3-RFI 3087 Building Signage Updates

PROPOSED ACTION (select all that apply) ☒ Owner Contingency: $29,421.00 ☐ CMAR Contingency:

☐ Budget Reallocation: ☐ Subcontract Award: ☒ Subcontract Modification: ($29,421.00)

If Owner Contingency is selected, is work required to complete job? ☒ Yes ☐ No (Note: If no, then SMF is required)

Is there a schedule impact to the critical path associated with this action? ☐ Yes ☒ No (Note: If yes, OAR Schedule Analysis Provided)

SUMMARY DESCRIPTION OF SUBCONTRACT MODIFICATION/AWARD:

Bid Package 10.02 “Building Signage” was previously awarded within GMP 6S.3 to Creative Sign Designs, LLC, CC No. 20180807.010.

Hensel Phelps Construction is requesting to issue a Subcontractor Modification to Creative Sign Designs, LLC in the Lump Sum amount of

($29,421.00) for CR0967-6S3-RFI 3087 Building Signage Updates. Following multiple submittal review meetings held between the GOAA Signage

Team, Selbert Perkins Design, Hensel Phelps Construction and Creative Sign Designs, LLC, revisions were made to the building signage. RFI 3087

confirmed the revisions which include confirmed/altered sign messages, signage size changes, deleted sign types, added sign types, revisions to

the design intent, and updated installation locations. The modified scope of work consists of the costs and credits associated with the revised

building signage per RFI 3087 response and sketches.

The approval of this Subcontractor Modification to Creative Sign Designs, LLC resolves all requests for costs and time associated with RFI 3087

scope of work in GMP 6S3 and resolves credits referenced in CR0743.1-6S3-A05 Sign Design approved via CC No. 20210309.002I (attached).

There are no impacts to GMPs 6S, 6S.1, 6S.2, 6S.4 and 6S.5. Impacts for the Phase 1 Expansion may be submitted in future CRs.

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.

To REASON: Owner Requested – Design Progression; confirmation of comments made during shop drawing review meetings held between the

GOAA Signage Team, Selbert Perkins Design, Hensel Phelps Construction, and Creative Sign Designs, LLC.

HP to issue a subcontract modification to Creative Sign Designs, LLC in the Lump Sum amount of: ($29,421.00)

Add to P1 Owner Contingency: $29,421.00

☐ Bid Package ☐ Quotes Received ☐ Directly Negotiated

To Committed MWBE Percentage: 0% Committed LDB Percentage: 0% Committed DBE Percentage: 0%

CM approved by: Signature: Date:

OAR approved by: Signature: Date:

Signature above indicates concurrence with all actions proposed within this form. All Agenda

items are to be submitted to GOAA's Construction-Engineering-Financial (CEF) Consultant.

Source of Funds:

GOAA’s Legal Consultant: Nelson Mullins

Signature:

Date: Verification of Funding by CF:

GOAA’s CEF Consultant: Anser Advisory

Signature:

Date:

06/15/2021

06/14/2021

David Busch

Scott Mizell

P1 PFC, Garb

6/15/21

6/15/21

kryan
KMR2
tara.ciaglia
Text Box
ITEM 3-C 6/22/2021
nadege.cadet
Typewritten Text
Minutes of the Construction Committee Meeting, June 22, 2021 Page 18 of 37

GMP Budget, Buyout & Contingency Management BP-S147

GMP 7S-1 GREATER ORLANDO AVIATION AUTHORITY SOUTH TERMINAL C, PHASE ONE PROJECT

GMP Budget, Buyout & Contingency Form Page 1 of 1

This Form cannot be used to change the Project guaranteed maximum price or substantial completion date(s).

Project/GMP: BP-S147 (GMP 7-S.1) South Terminal C, Phase 1 - Landside Terminal Remaining Structure & Systems

Committee Date: June 22, 2021 CCM Reference #: 20181002.009

CMAR: Turner-Kiewit Joint Venture Subcontractor(s): Crown Corr, Inc.

Title/Description: CR1358-LST-RFI 4367-4367.5 & 6185 Added Panels at South Elevation

To PROPOSED ACTION (select all that apply) ☒ Owner Contingency P1: ($231,450.00) ☐ CMAR Contingency:

☐ Budget Reallocation: ☐ Subcontract Award: ☒ Subcontract Modification: See Below

To If Owner Contingency is selected, is work required to complete job? ☒ Yes ☐ No (Note: If no, then SMF is required.)

Is there a schedule impact to the critical path associated with this action? ☐ Yes ☒ No (Note: If yes, OAR schedule analysis provided.) SUMMARY DESCRIPTION OF SUBCONTRACT MODIFICATION/AWARD: Bid Package 7.1.0 “Metal Wall Panels” was previously awarded within GMP 7S.1 to Crown Corr, Inc. CC No. 20181002.009.

Turner-Kiewit Joint Venture (TKJV) is proposing the following subcontract modifications to Crown Corr, Inc. in the lump sum amounts of:

1- $161,467.00 for CR1358-LST-RFI 4367 & 4367.1 Added Panels at South Elevation. The modified scope of work consists of labor andmaterial costs associated with added aluminum rain screen panel at the soffit conditions, as captured in RFIs 4367 & 4367.1.

2- $8,871.00 for CR1358-LST-RFI 4367.4 & 4367.5 Added Panels at South Elevation. The modified scope of work consists of labor, materialand equipment costs associated with added aluminum rain screen infill panels to the stair door header, as captured in RFIs 4367.4 &4367.5.

3- $61,112.00 for CR1358-LST-RFI 6185 Added Panels at South Elevation. The modified scope of work consists of labor, material andequipment costs associated with revised interior side of the wall from stucco to rib-style metal panel along grid line L4 between S6 andS7 in Area 12, as captured in RFI 6185.

The approval of these subcontract modifications to Crown Corr, Inc. resolves all requests for cost and time associated with RFIs 4367-4367.5 & 6185 in GMP 7S.1 for the Metal Wall Panels scope of work. There are no forthcoming CRs for RFIs 4367-4367.5 & 6185 in any other GMP.

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.

REASON: Owner Requested – Design Progression; Added metal wall panels at soffit conditions and interior side of South Elevation wall, Areas 11 & 12, Per RFI’s 4367-4367.1 & 6185. $222,579.00 Design Error – Added metal panels infill to the stair door header due to conflicts between Architectural and Structural drawings, per RFIs 4367.4 & 4367.5. $8,871.00

TKJV to issue a subcontract modification to Crown Corr, Inc. in the total lump sum amount of: $231,450.00Deduct from Owner Contingency P1: ($231,450.00)

☐ Bid Package ☐ Quotes Received ☐ Directly Negotiated

Committed MWBE Percentage: 0% Committed LDB Percentage: 0% Committed DBE Percentage: 0%

CM approved by:

Wende Morgan-Elliott

Signature: Date:

OAR approved by:

Torie Brooks

Signature: Date:

Signature above indicates concurrence with all actions proposed within this form. All Agenda items are to be submitted to GOAA's Construction-Engineering-Financial (CEF) Consultant.

Source of Funds:

GOAA’s Legal Consultant:

Nelson Mullins

Signature: Date: Verification of Funding by CF:

GOAA’s CEF Consultant:

Anser Advisory

Signature: Date:

6/16/2021

6/16/21

P1 PFC, Garbs

6/16/21

6/16/21

kryan
KMR2
tara.ciaglia
Text Box
ITEM 3-D 6/22/2021
nadege.cadet
Typewritten Text
Minutes of the Construction Committee Meeting, June 22, 2021 Page 19 of 37

GMP Budget, Buyout & Contingency Management BP-S147 GMP 7-S.1 GREATER ORLANDO AVIATION AUTHORITY SOUTH TERMINAL C, PHASE ONE PROJECT

GMP Budget, Buyout & Contingency Form Page 1 of 1

This Form cannot be used to change the Project guaranteed maximum price or substantial completion date(s).

Project/GMP: BP-S147 (GMP 7-S.1) South Terminal C, Phase 1 - Landside Terminal Remaining Structure & Systems

Committee Date: June 22, 2021 CCM Reference #: 20181002.009

CM@R: Turner-Kiewit Joint Venture Subcontractor(s): MSE2, Inc. dba Mader Southeast

Title/Description: CR1514.1-LST-Bulletin 40 Transportation Security Administration (TSA) Review

PROPOSED ACTION (select all that apply) ☒ TSA Owner Contingency: ($70,442.00) ☐ CMAR Contingency P1:

☐ Budget Reallocation: ☐ Subcontract Award: ☒ Subcontract Modification: $70,442.00

If Owner Contingency is selected, is work required to complete job? ☐ Yes ☒ No (Note: If no, then SMF is required.)

Is there a schedule impact to the critical path associated with this action? ☐ Yes ☒ No (Note: If yes, OAR schedule analysis

provided.) SUMMARY DESCRIPTION OF SUBCONTRACT MODIFICATION/AWARD: Bid Package 9.1.0 “Drywall & Framing” was previously awarded within GMP 7S.1 to MSE2, Inc., CC No. 20181002.009.

Turner-Kiewit Joint Venture (TKJV) is proposing a subcontract modification to MSE2, Inc. dba Mader Southeast in the lump sum amount of $70,442.00 for CR1514.1-LST-Bulletin 40 TSA Review. The modified scope of work consists of labor costs for added partitions, blocking and its associated framing and finishing for TSA, as depicted in LST Bulletin 40.

The approval of this subcontract modification to MSE2, Inc. dba Mader Southeast resolves all requests for cost and time associated with LST Bulletin 40 in GMP 7S.1 for the remainder of the Drywall & Framing scope of work, not included in CR1514 Early Release. The following is a list of all cost impacts associated with LST Bulletin 40:

- GMP 7S.1 for the Early Release of Drywall & Framing, and Low Voltage scopes (Approved at CC Ref.: 20210209.3P). - GMP 7S.1 for the Doors, Frames & Hardware scopes (Approved at CC Ref.: 20210427.3F). - GMP 7S.1 for the Remainder of Low Voltage scopes (Submitted under CR1514.6). - GMP 7S.1 for the Interior Glazing and Fire Protection scopes (Forthcoming under CR1514.7, and forthcoming in a future CR). - GMP 7S.2 for the Miscellaneous Metals/Structural Steel scope (Approved at CC Ref.: 20210518.3K). - GMP 7S.2 for the Ornamental Metals, Specialties, Security Grilles, and Access Flooring Scopes (Approved at CC Ref.: 20210525.3L). - GMP 7S.3 for the Electrical scope (Approved at CC Ref.: 20210209.3W). - GMP 7S.3 for the HVAC & Plumbing scope (To be submitted under CR1514.3).

There are no forthcoming CRs for LST Bulletin 40 in any other GMP.

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.

REASONS: Owner Requested – Design Progression; Updated contract documents based on TSA review, per LST Bulletin 40.

TKJV to issue a subcontract modification to MSE2, Inc. dba Mader Southeast., Inc. in the lump sum amount of: $70,442.00 Deduct from TSA Owner Contingency: ($70,442.00)

☐ Bid Package ☐ Quotes Received ☐ Directly Negotiated

Committed MWBE Percentage: See memo Committed LDB Percentage: 0% Committed DBE Percentage: 0%

CM approved by:

Wende Morgan-Elliott

Signature: Date:

OAR approved by:

Torie Brooks

Signature: Date:

Signature above indicates concurrence with all actions proposed within this form. All Agenda items are to be submitted to GOAA's Construction-Engineering-Financial (CEF) Consultant.

Source of Funds:

GOAA’s Legal Consultant:

Nelson Mullins

Signature: Date: Verification of Funding by CF:

GOAA’s CEF Consultant:

Anser Advisory

Signature: Date:

6/14/2021

6/15/21

TSA Garbs

6/15/21

6/15/21

kryan
KMR2
tara.ciaglia
Text Box
ITEM 3-E 6/22/2021
nadege.cadet
Typewritten Text
Minutes of the Construction Committee Meeting, June 22, 2021 Page 20 of 37

GMP Budget, Buyout & Contingency Management BP-S147 GMP 7-S.1 GREATER ORLANDO AVIATION AUTHORITY SOUTH TERMINAL C, PHASE ONE PROJECT

GMP Budget, Buyout & Contingency Form Page 1 of 1

This Form cannot be used to change the Project guaranteed maximum price or substantial completion date(s).

Project/GMP: BP-S147 (GMP 7-S.1) South Terminal C, Phase 1 - Landside Terminal, Remaining Structures and Systems

Committee Date: June 22, 2021 CCM Reference #: 20181002.09

CMAR: Turner-Kiewit Joint Venture Subcontractor(s): Hommes Masonry Inc. dba Toltec Construction, MSE2, Inc. dba Mader Southeast.

Title/Description: CR1617.1-LST-5845 & 5845.1 CMU Demo at Elevator 2.2 Opening

ToPROPOSED ACTION (select all that apply) ☒ Owner Contingency P1: $2,436.00 ☐ CMAR Contingency P1:

☐ Budget Reallocation: ☐ Subcontract Award: ☒ Subcontract Modifications: See Below

If Owner Contingency is selected, is work required to complete job? ☒ Yes ☐ No (Note: If no, then SMF is required.)

ToIs there a schedule impact to the critical path associated with this action? ☐ Yes ☒ No (Note: If yes, OAR Schedule Analysis Provided)

SUMMARY DESCRIPTION OF SUBCONTRACT MODIFICATION/AWARD:

Bid Packages for 4.0.0 “Masonry” and 9.1.0 “Drywall & Framing” were previously awarded within GMP 7S.1, respectively, to Hommes Masonry Inc. dba Toltec Construction and MSE2, Inc. dba Mader Southeast, CC No. 20181002.09.

Turner-Kiewit Joint Venture (TKJV) is proposing the following subcontract modifications to:

1- MSE2, Inc. dba Mader Southeast in the lump sum amount of ($5,326.00) for CR1617.1-LST-RFI 5845 & 5845 CMU Demo at Elevator 2.2 Opening. The modified scope of work includes credits for the revised elevator shaft infill material to CMU to maintain requiredfire rating at eleven elevator entrance locations in the LST, per RFI 5845.

2- Hommes Masonry Inc. dba Toltec Construction in the lump sum amount of $2,890.00 for CR1617.1-LST-RFI 5845 & 5845 CMU Demoat Elevator 2.2 Opening. The modified scope of work includes labor, material and equipment costs associated with cutting theexisting CMU wall by 6” to allow enough room to align elevator 2.2 door on Level 7 with the doors below, as captured in RFI 5845.1.

The approval of these subcontract modifications to Hommes Masonry Inc. dba Toltec Construction and MSE2, Inc. resolves all requests for cost and time associated with RFI 5845 & 5845.1 in GMP 7S.1 for the Drywall & Framing, and Masonry scopes of work. Cost impacts to GMP 7S.1 for the Masonry scope (added CMU) were approved at CC Ref.: 20210309.3P. There are no forthcoming CRs for any other GMP.

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.

ToREASON: Owner Requested – Design Progression; Revised elevator shaft opening material to CMU to accommodate field conditions and maintain fire rating, per RFI 5845. ($5,326.00) Design Error – Elevator 2.2 door opening at Level 7 needed to be adjusted to align with openings below. $2,890.00

TKJV to issue a subcontract modification to MSE2, Inc. dba Mader Southeast in the lump sum amount of: ($5,326.00)

TKJV to issue a subcontract modification to Hommes Masonry Inc. dba Toltec Construction in the lump sum amount of: $2,890.00

Add to Owner Contingency P1: $2,436.00

To☐ Bid Package ☐ Quotes Received ☐ Directly Negotiated

ToCommitted MWBE Percentage: See memo Committed LDB Percentage: See memo Committed DBE Percentage: See memo CM approved by:

Wende Morgan-Elliott

Signature: Date:

OAR approved by:

Torie Brooks

Signature: Date:

Signature above indicates concurrence with all actions proposed within this form. All Agenda items are to be submitted to GOAA's Construction-Engineering-Financial (CEF) Consultant.

Source of Funds:

GOAA’s Legal Consultant:

Nelson Mullins

Signature: Date: Verification of Funding by CF:

GOAA’s CEF Consultant:

Anser Advisory

Signature: Date:

6/14/2021

6/15/21

P1 PFC, Garbs

6/15/21

6/15/21

kryan
Cross-out
(
kryan
KMR2
KristaStockerl
Cross-Out
tara.ciaglia
Text Box
ITEM 3-F 6/22/2021
nadege.cadet
Typewritten Text
Minutes of the Construction Committee Meeting, June 22, 2021 Page 21 of 37

GMP Budget, Buyout & Contingency Management BP-S147

GMP 7-S.1 GREATER ORLANDO AVIATION AUTHORITY SOUTH TERMINAL C, PHASE ONE PROJECT

GMP Budget, Buyout & Contingency Form Page 1 of 1

This Form cannot be used to change the Project guaranteed maximum price or substantial completion date(s).

Project/GMP: BP-S147 (GMP 7-S.1) South Terminal C, Phase 1 - Landside Terminal, Remaining Structures and Systems

Committee Date: June 22, 2021 CCM Reference #: 20181002.09

CMAR: Turner-Kiewit Joint Venture Subcontractor(s): Hommes Masonry Inc. dba Toltec Construction

Title/Description: CR1803-LST-RFI 6226-Glass Elevator Pit Wall Notch

To PROPOSED ACTION (select all that apply) ☐ Owner Contingency P1: ☒ CMAR Contingency P1: ($8,844.00)

☐ Budget Reallocation: ☐ Subcontract Award: ☒ Subcontract Modification: $8,844.00

If Owner Contingency is selected, is work required to complete job? ☐ Yes ☐ No (Note: If no, then SMF is required.)

To Is there a schedule impact to the critical path associated with this action? ☐ Yes ☒ No (Note: If yes, OAR Schedule Analysis Provided) SUMMARY DESCRIPTION OF SUBCONTRACT MODIFICATION/AWARD:

Bid Package 4.0.0 “Masonry” was previously awarded within GMP 7S.1 to Hommes Masonry Inc. dba Toltec Construction CC No. 20181002.09.

Turner-Kiewit Joint Venture (TKJV) is proposing a subcontract modification to Hommes Masonry Inc. dba Toltec Construction in the lump sum amount of $8,844.00 for CR1803-LST-RFI 6226-Glass Elevator Pit Wall Notch. RFI 2627 response indicated the steel support for the elevator sill was to be on the outside face of the structure due to building code. This created a 2” gap for the door at elevator entrances (LST elevators 5.1- 6.4). TKJV and the design team met to coordinate a solution that addressed the elevator manufacturer requirements. TKJV proposed notching the pit wall 2” in depth and 12” In height (just the thickened concrete slab edge). RFI 6226 response confirmed this solution as acceptable. The modified scope of work consists of labor, material, and equipment costs to notch a gap along the width of 4 elevator pit walls on Levels 2, 4, and 6 for LST elevators 5.1-6.4.

The approval of this subcontract modification to Hommes Masonry Inc. dba Toltec Construction resolves all request for costs and time associated with RFI 6226 for GMP 7S.1. Cost for RFI 6226 for the miscellaneous metals scope of work in GMP 7S.2 is forthcoming. There are no forthcoming CRs associated with RFI 6226 for any other GMP.

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 o r time.

To REASON: Buyout – RFI 6226-Costs to notch thickened concrete slab edge due to final dimensions for elevator manufacturer requirements.

TKJV to issue a subcontract modification to Hommes Masonry Inc. dba Toltec Construction in the lump sum amount of: $8,844.00

Deduct from CMAR Contingency P1: ($8,844.00)

To ☐ Bid Package ☐ Quotes Received ☐ Directly Negotiated

To Committed MWBE Percentage: 0% Committed LDB Percentage: 0% Committed DBE Percentage: See memo CM approved by:

Wende Morgan-Elliott

Signature: Date:

OAR approved by:

Torie Brooks

Signature: Date:

Signature above indicates concurrence with all actions proposed within this form. All Agenda items are to be submitted to GOAA's Construction-Engineering-Financial (CEF) Consultant.

Source of Funds:

GOAA’s Legal Consultant:

Nelson Mullins

Signature: Date: Verification of Funding by CF:

GOAA’s CEF Consultant:

Anser Advisory

Signature: Date:

6/14/2021

6/15/21

P1 PFC, Garb

6/15/21

6/15/21

kryan
KMR2
tara.ciaglia
Text Box
ITEM 3-G 6/22/2021
nadege.cadet
Typewritten Text
Minutes of the Construction Committee Meeting, June 22, 2021 Page 22 of 37

GMP Budget, Buyout & Contingency Management BP-S147 GMP 7-S.1 GREATER ORLANDO AVIATION AUTHORITY SOUTH TERMINAL C, PHASE ONE PROJECT

GMP Budget, Buyout & Contingency Form Page 1 of 1

This Form cannot be used to change the Project guaranteed maximum price or substantial completion date(s).

Project/GMP: BP-S147 (GMP 7-S.1) South Terminal C, Phase 1 - Landside Terminal Building Systems

Committee Date: June 22, 2021 CCM Reference #: 20180529.02A

CMAR: Turner-Kiewit Joint Venture Subcontractor(s): N/A.

Title/Description: CR1900-LST-Budget Reallocation-CMAR to Owner Contingency

PROPOSED ACTION (select all that apply) ☒ Owner Contingency P1: $500,000.00 ☒ CMAR Contingency P1: ($500,000.00)

☐ Budget Reallocation: ☐ Subcontract Award: ☐ Subcontract Modifications:

If Owner Contingency is selected, is work required to complete job? ☐ Yes ☐ No (Note: If no, then SMF is required.)

Is there a schedule impact to the critical path associated with this action? ☐ Yes ☒ No (Note: If yes, OAR schedule analysis provided.)

SUMMARY DESCRIPTION OF SUBCONTRACT MODIFICATION/AWARD:

Bid Package for BP-S147 Landside Terminal Building Systems was previously awarded within GMP 7S.1 to Turner-Kiewit Joint Venture (TKJV) CC No. 20180313.010

Turner-Kiewit Joint Venture (TKJV) is proposing a budget reallocation of $500,000.00 from GMP 7S.1 Phase 1 CMAR Contingency to Phase 1 Owner Contingency.

REASON: Budget Reallocation – Budget transfer from Phase 1 CMAR Contingency to Phase 1 Owner Contingency.

Deduct from CMAR Contingency P1: ($500,000.00) Add to Owner Contingency P1: $500,000.00

☐ Bid Package ☐ Quotes Received ☐ Directly Negotiated

Committed MWBE Percentage: 0% Committed LDB Percentage: 0% Committed DBE Percentage: 0%

CM approved by:

Wende Morgan-Elliott

Signature: Date:

OAR approved by:

Torie Brooks

Signature: Date:

Signature above indicates concurrence with all actions proposed within this form. All Agenda items are to be submitted to GOAA's Construction-Engineering-Financial (CEF) Consultant.

Source of Funds:

GOAA’s Legal Consultant:

Nelson Mullins

Signature: Date: Verification of Funding by CF:

GOAA’s CEF Consultant:

Anser Advisory

Signature: Date:

6/15/2021

6/15/21

P1 PFC, Garbs

6/15/21

6/15/21

kryan
KMR2
tara.ciaglia
Text Box
ITEM 3-H 6/22/2021
nadege.cadet
Typewritten Text
Minutes of the Construction Committee Meeting, June 22, 2021 Page 23 of 37

GMP Budget, Buyout & Contingency Management BP-S148 GMP 7-S.2 GREATER ORLANDO AVIATION AUTHORITY SOUTH TERMINAL C, PHASE ONE PROJECT

GMP Budget, Buyout & Contingency Form Page 1 of 1

This Form cannot be used to change the Project guaranteed maximum price or substantial completion date(s).

Project/GMP: BP-S148 (GMP 7-S.2) South Terminal C, Phase 1 - Landside Terminal Finishes

Committee Date: June 22, 2021 CCM Reference #: 20190702.005

CMAR: Turner-Kiewit Joint Venture Subcontractor(s): Shaw Contract Flooring Services, Inc. dba Spectra Contract Flooring.

Title/Description: CR1089.2-LST-VE 90 & RFIs 4050-4050.3, 4318, 4935, 4935.1 & 4979 Floor Finish Change to Decorative Flake Polymeric Floor Coating (DFPFC).

PROPOSED ACTION (select all that apply) ☒ Owner Contingency P1: ($27,471.00) ☐ CMAR Contingency:

☐ Budget Reallocation: ☐ Subcontract Award: ☒ Subcontract Modification: $27,471.00

If Owner Contingency is selected, is work required to complete job? ☒ Yes ☐ No (Note: If no, then SMF is required)

Is there a schedule impact to the critical path associated with this action? ☐ Yes ☒ No (Note: If yes, OAR schedule analysis provided)

SUMMARY DESCRIPTION OF SUBCONTRACT MODIFICATION/AWARD: Bid Package 9.3.1 “Ceramic & Glass Tile” was previously awarded within GMP 7S.2 to Shaw Contract Flooring Services, Inc. dba Spectra Contract Flooring, CC No. 20190702.005.

Turner-Kiewit Joint Venture (TKJV) is proposing a subcontract modification to Shaw Contract Flooring Services, Inc. dba Spectra Contract Flooring in the lump sum amount of $27,471.00 for CR1089.2-LST-VE 90 & RFI’s 4050-4050.1, 4318, 4935, 4935.1 & 4979 – Floor Finish Change to Decorative Flake Polymeric Floor Coating (DFPFC). As confirmed by VE 90 and responses to RFIs 4050, 4050.1, 4050-4050.3, 4318, 4935, 4935.1 & 4979 select scheduled terrazzo flooring is to be replaced with a Decorative Flake Polymeric Floor Coating (DFPFC) with bullnose base. RFI 4935.1 confirmed the addition of aluminum strips at the bottom edge of the wall tile installation at locations with a metal base to ensure the tile is set at the proper height and width from the metal base below. The modified scope of work consists of labor and material net added cost associated with the deletion of wall tile type TP1 where there is a metal base at the bottom of the wall, and installation of a metal edge strip at the bottom edge of the wall tile at said locations, per VE 90 and RFIs 4050, 4050.1, 4050-4050.3, 4318, 4935, 4935.1 & 4979. The change to the decorative flake epoxy at restrooms is an overall net credit program-wide (LST, GTF & ASC).

The approval of this subcontract modification to Shaw Contract Flooring Services, Inc. dba Spectra Contract Flooring resolves all requests for cost and time associated with VE 90 & RFIs 4050, 4050.1, 4050-4050.3, 4318, 4935, 4935.1 & 4979 in GMP 7S.2 for the Ceramic & Glass Tile scope of work. Cost impacts to GMP 7S.2 for the Terrazzo Flooring and Ornamental Metals scopes were approved at CC Ref.: 20210608.3J. Cost impacts to GMP 7S.3 for the Plumbing scope will be submitted for CCM review under CR1089.1. There are no forthcoming CRs for VE 90 and RFIs 4050, 4050.1, 4050-4050.3, 4318, 4935, 4935.1 & 4979 in any other GMP.

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.

REASON: Owner Requested – Value Engineering; Replace floor finish from Terrazzo in select areas with a Decorative Flake Polymeric Floor Coating (DFPFC), along with multiple clarifications to the base trims as captured in VE 90 & RFIs 4050-4050.3, 4318, 4935, 4935.1 & 4979.

TKJV to issue a subcontract modification to Shaw Contract Flooring Services, Inc. dba Spectra Contract Flooring in the lump sum amount of: $27,471.00 Deduct from Owner Contingency P1: ($27,471.00)

☐ Bid Package ☐ Quotes Received ☐ Directly Negotiated

Committed MWBE Percentage: See Memo Committed LDB Percentage: See Memo Committed DBE Percentage: 0%

CM approved by:

Wende Morgan-Elliott

Signature: Date:

OAR approved by:

Torie Brooks

Signature: Date:

Signature above indicates concurrence with all actions proposed within this form. All Agenda items are to be submitted to GOAA's Construction-Engineering-Financial (CEF) Consultant.

Source of Funds:

GOAA’s Legal Consultant:

Nelson Mullins

Signature: Date: Verification of Funding by CF:

GOAA’s CEF Consultant:

Anser Advisory

Signature: Date:

6/14/2021

6/15/21

P1 PFC, Garbs

6/15/21

6/15/21

kryan
KMR2
tara.ciaglia
Text Box
ITEM 3-I 6/22/2021
nadege.cadet
Typewritten Text
Minutes of the Construction Committee Meeting, June 22, 2021 Page 24 of 37

GMP Budget, Buyout & Contingency Management BP-S148

GMP 7-S.2 GREATER ORLANDO AVIATION AUTHORITY SOUTH TERMINAL C, PHASE ONE PROJECT

GMP Budget, Buyout & Contingency Form Page 1 of 1

This Form cannot be used to change the Project guaranteed maximum price or substantial completion date(s).

Project/GMP: BP-S148 (GMP 7-S.2) South Terminal C, Phase 1 - Landside Terminal Finishes

Committee Date: June 22, 2021 CCM Reference #: 20190702.005

CMAR: Turner-Kiewit Joint Venture Subcontractor(s): Five Arrows, Inc. dba Service Painting Corp. Title/Description: CR1470-LST-Bulletin 18 Through 22, and Campus Wide Specifications (CWS) Bulletin 9 Through 11-Painting Scope

PROPOSED ACTION (select all that apply) ☒ CMAR Contingency P1: $42,093.00 ☒ CMAR Contingency P1X: $3,946.00

☒ Budget Reallocation: $46,039.00 ☐ Subcontract Award: ☒ Subcontract Modification: $19,016.00

If Owner Contingency is selected, is work required to complete job? ☐ Yes ☐ No (Note: If no, then SMF is required.)

Is there a schedule impact to the critical path associated with this action? ☐ Yes ☒ No (Note: If yes, OAR Schedule Analysis Provided.) SUMMARY DESCRIPTION OF SUBCONTRACT MODIFICATION/AWARD: Bid Package 9.7.0 “Painting & Coatings” was previously awarded within GMP 7S.2 to Five Arrows, Inc. dba Service Painting Corp. CC No. 20190702.005.

Turner-Kiewit Joint Venture (TKJV) is proposing a subcontract modification Five Arrows, Inc. dba Service Painting Corp. in the lump sum amount of $19,016.00 for CR1470-LST-Bulletin 18 Through 22, and Campus Wide Specifications (CWS) Bulletin 9 Through 11-Painting Scope. Bid package 9.7.0 - Painting and Coatings included all drawings and specifications up to and including Bulletin 17 and CWS Bulletin 8. Interior trades were asked to price Bulletins 18-22 which were released after time of bid and before contract execution. However, at time of GMP submission TKJV had not received the direct cost of work pricing from the selected bidder (Five Arrows, Inc. dba Service Painting Corporation) for the Bulletins 18-22 Painting and Coatings scope. Therefore, TKJV included an estimated direct cost of work in the amount of $65,055 for Bulletins 18-22 and CWS Bulletins 9-11 in GMP line item 32. The modified scope of work consists of necessary labor and material costs associated with additional finish painting for added drywall partitions and CMU walls, as depicted in LST Bulletin 18-22, and CWS Bulletin 9-11.

The approval of this subcontract modification to Five Arrows, Inc. dba Service Painting Corp. resolves all requests for cost and time associated with LST Bulletin 18-22 & CWS Bulletin9-11 for the Painting & Coatings scope in GMP 7S.2. All cost impacts for LST Bulletin 18-22 & CWS Bulletin 9-11 across all GMPs have been approved at CCM under CR0382 Series, CR0383 Series, CR0356 Series, CR0389 Series and CR0908.3. There are no forthcoming CRs for LST Bulletin 18-22 & CWS Bulletin 9-11 in any other GMP.

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.

REASON: Buyout – GMP Line Item 32–Painting & Coatings; Necessary finish painting scope of work associated with design progression of contract drawings in LST Bulletins 18 through 22. Budget Reallocation – Budget transfer from GMP Line Item 32 to CMAR P1 & P1X Contingencies. GMP Line Item 32 current value: $86,601.00 TKJV to issue a subcontract modification to Five Arrows, Inc., dba Service Painting Corp in the lump sum amount of: $19,016.00 Add to CMAR Contingency P1: $42,093.00 Add to CMAR Contingency P1X: $3,946.00 Deduct from GMP Line Item 32: ($65,055.00) GMP Line Item 32 remaining balance: $21,546.00

☐ Bid Package ☐ Quotes Received ☐ Directly Negotiated

Committed MWBE Percentage: See memo Committed LDB Percentage: See memo Committed DBE Percentage: See memo

CM approved by: Wende Morgan-Elliott Signature: Date:

OAR approved by: Torie Brooks Signature: Date:

Signature above indicates concurrence with all actions proposed within this form. All Agenda items are to be submitted to GOAA's Construction-Engineering-Financial (CEF) Consultant.

Source of Funds:

GOAA’s Legal Consultant:

Nelson Mullins

Signature: Date: Verification of Funding by CF:

GOAA’s CEF Consultant:

Anser Advisory

Signature: Date:

6/14/2021

6/15/21

P1/P1X PFC, Garbs

6/15/21

6/15/21

kryan
KMR2
tara.ciaglia
Text Box
ITEM 3-J 6/22/2021
nadege.cadet
Typewritten Text
Minutes of the Construction Committee Meeting, June 22, 2021 Page 25 of 37

GMP Budget, Buyout & Contingency Management BP-S149 GMP 8-S GREATER ORLANDO AVIATION AUTHORITY SOUTH TERMINAL C, PHASE ONE PROJECT

GMP Budget, Buyout & Contingency Form Page 1 of 1

This Form cannot be used to change the Project guaranteed maximum price or substantial completion date(s). Project/GMP: BP-S149 (GMP 8-S) South Terminal C, Phase 1-Ground Transportation Facility-FDOT

Committee Date: June 22, 2021 CCM Reference #: 20191217.004

CMAR: Turner-Kiewit Joint Venture Subcontractor(s): Aireko Energy Solutions US, LLC Title/Description: CR1490-8S-GTF-Lighting Fixtures Area 123 & Bulletin 14 Lighting Control and CWS Bulletin 23

PROPOSED ACTION (select all that apply) ☒ Owner Contingency: $(114,337.00) ☒CMAR Contingency: $(235,637.00)☐ Budget Reallocation: ☐ Subcontract Award: ☒ Subcontract Modification: $349,974.00If Owner Contingency is selected, is work required to complete job? ☒ Yes ☐ No (Note: If no, then SMF is required.)

Is there a schedule impact to the critical path associated with this action? ☐ Yes ☒ No (Note: If yes, OAR schedule analysis provided.)

SUMMARY DESCRIPTION OF SUBCONTRACT MODIFICATION/AWARD:

Bid Package 26.0.0 “Electrical & Low Voltage” was previously awarded within GMP 8S Amendment 1 to Aireko Energy Solutions US, LLC, CC No. 20191217.004.

Turner-Kiewit Joint Venture (TKJV) is proposing a Subcontract Modification to Aireko Energy Solutions US, LLC in the lump sum amount of $349,974.00 for CR1490-8S-GTF-Lighting Fixtures Area 123 & Bulletin 14 Lighting Control. GTF Bulletin 14 included revisions to front of house lighting controls and minor revisions to the lighting fixture layout. This CR also includes costs associated with linear fixtures that were previously removed as a VE option but were reinstated in Areas 1, 2, and 3 in lieu of the alternate fixtures included in the subcontractor’s base scope. The modified scope of work consists of the labor, material and equipment costs associated with the revisions set forth in GTF Bulletin 14 and CWS Bulletin 23.

The approval of this subcontract modification to Aireko Energy Solutions US, LLC resolves all requests for costs and time associated with GTF Bulletin 14 and CWS Bulletin 23 for GMP 8S. There are no forthcoming CRs associated with GTF Bulletin 14 and CWS Bulletin 23 in 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.

Buyout - The original specified linear fixtures in Areas 1, 2, and 3 were reinstated in lieu of the alternate fixtures included in the subcontractor's base scope. Owner Requested-Design Progression –Costs associated with revisions to lighting controls per Bulletin 14 and CWS 23. TKJV to issue a subcontract modification to Aireko Energy Solutions US, LLC in the lump sum amount of: $349,974.00 Deduct from CMAR Contingency: $(235,637.00) Deduct from Owner Contingency: $(114,337.00)

☐ Bid Package ☐ Quotes Received ☐ Directly Negotiated

Committed MWBE Percentage: See memo Committed LDB Percentage: 0% Committed DBE Percentage: 0% CM approved by:

Wende Morgan-Elliott

Signature: Date:

OAR approved by:

Carl McNutt

Signature: Date:

Signature above indicates concurrence with all actions proposed within this form. All Agenda items are to be submitted to GOAA's Construction-Engineering-Financial (CEF) Consultant.

Source of Funds:

GOAA’s Legal Consultant:

Nelson Mullins

Signature: Date: Verification of Funding by CF:

GOAA’s CEF Consultant:

Anser Advisory

Signature: Date:

6/14/2021

6/15/21

P1/1X CFC,FDOT

6/15/21

6/15/21

kryan
KMR2
tara.ciaglia
Text Box
ITEM 3-K 6/22/2021
nadege.cadet
Typewritten Text
Minutes of the Construction Committee Meeting, June 22, 2021 Page 26 of 37

GMP Budget, Buyout & Contingency Management BP-S149 GMP 8-S GREATER ORLANDO AVIATION AUTHORITY SOUTH TERMINAL C, PHASE ONE PROJECT

GMP Budget, Buyout & Contingency Form Page 1 of 1

This Form cannot be used to change the Project guaranteed maximum price or substantial completion date(s). Project/GMP: BP-S149 (GMP 8-S) South Terminal C, Phase 1-Ground Transportation Facility-FDOT

Committee Date: June 22, 2021 CCM Reference #: 20191217.004

CMAR: Turner-Kiewit Joint Venture Subcontractor(s): Aireko Energy Solutions US, LLC. Title/Description: CR1815-8S-GTF-RFI 6299 & 6299.1-LV-Updated PDU Equipment info.

PROPOSED ACTION (select all that apply) ☒ Owner Contingency: $2,184.00 ☐CMAR Contingency: ☐ Budget Reallocation: ☐ Subcontract Award: ☒ Subcontract Modification: $(2,184.00) If Owner Contingency is selected, is work required to complete job? ☒ Yes ☐ No (Note: If no, then SMF is required.)

Is there a schedule impact to the critical path associated with this action? ☐ Yes ☒ No (Note: If yes, OAR schedule analysis provided.)

SUMMARY DESCRIPTION OF SUBCONTRACT MODIFICATION/AWARD:

Bid Package 26.0.0 “Electrical” was previously awarded within GMP 8S Amendment 1 to Aireko Energy Solutions US, LLC., CC No. 20191217.004.

Turner-Kiewit Joint Venture (TKJV) is proposing a Subcontract Modification to Aireko Energy Solutions US, LLC. in the lump sum amount of $(2,184.00) for CR1815-8S-GTF-RFI 6299 & 6299.1-LV-Updated PDU Equipment info. RFI's 6299 and 6299.1 confirmed equipment requirements for technology systems and provided updated drawings for the equipment cabinet Power Distribution Units (PDUs) including reduction, clarification, revision and addition of PDUs in the specific GTF GOAA and Vendor IDF Rooms referenced in the RFI's. The modified scope of work consists of the labor and material credits and costs associated with the revised PDUs in the IDF rooms as set forth in RFI's 6299 and 6299.1

The approval of this subcontract modification to Aireko Energy Solutions US, LLC. resolves all requests for costs and time associated with RFI 6299 & 6299.1 for GMP 8S. There are no forthcoming CRs associated with RFI 6299& 6299.1 in 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.

REASON: Owner Requested-Design Progression –RFI 6299 and 6299.1 confirmed equipment requirements for technology systems and revisions to the PDUs in the IDF rooms as set forth in the RFI responses. TKJV to issue a subcontract modification to Aireko Energy Solutions US, LLC. in the lump sum amount of: $(2,184.00) Add to Owner Contingency: $2,184.00

☐ Bid Package ☐ Quotes Received ☐ Directly Negotiated

Committed MWBE Percentage: 0% Committed LDB Percentage: 0% Committed DBE Percentage: 0% CM approved by:

Wende Morgan-Elliott

Signature: Date:

OAR approved by:

Carl McNutt

Signature: Date:

Signature above indicates concurrence with all actions proposed within this form. All Agenda items are to be submitted to GOAA's Construction-Engineering-Financial (CEF) Consultant.

Source of Funds:

GOAA’s Legal Consultant:

Nelson Mullins

Signature: Date: Verification of Funding by CF:

GOAA’s CEF Consultant:

Anser Advisory

Signature: Date:

6/14/2021

6/15/21

P1/1X CFC

6/15/21

6/15/21

kryan
KMR2
tara.ciaglia
Text Box
ITEM 3-L 6/22/2021
nadege.cadet
Typewritten Text
Minutes of the Construction Committee Meeting, June 22, 2021 Page 27 of 37

GMP Budget, Buyout & Contingency Management BP-S149 GMP 8-S GREATER ORLANDO AVIATION AUTHORITY SOUTH TERMINAL C, PHASE ONE PROJECT

GMP Budget, Buyout & Contingency Form Page 1 of 1

This Form cannot be used to change the Project guaranteed maximum price or substantial completion date(s). Project/GMP: BP-S149 (GMP 8-S) South Terminal C, Phase 1-Ground Transportation Facility-FDOT

Committee Date: June 22, 2021 CCM Reference #: 20191217.004

CMAR: Turner-Kiewit Joint Venture Subcontractor(s): Aireko Energy Solutions US, LLC. Title/Description: CR1824-8S-GTF-RFI 6365-LV-FP- Fire Sprinkler Valves Alarm Requirements.

PROPOSED ACTION (select all that apply) ☒ Owner Contingency: $(2,419.00) ☐CMAR Contingency: ☐ Budget Reallocation: ☐ Subcontract Award: ☒ Subcontract Modification: $2,419.00 If Owner Contingency is selected, is work required to complete job? ☒ Yes ☐ No (Note: If no, then SMF is required.)

Is there a schedule impact to the critical path associated with this action? ☐ Yes ☒ No (Note: If yes, OAR schedule analysis provided.)

SUMMARY DESCRIPTION OF SUBCONTRACT MODIFICATION/AWARD:

Bid Package 26.0.0 “Electrical & Low Voltage” was previously awarded within GMP 8S Amendment 1 to Aireko Energy Solutions US, LLC., CC No. 20191217.004.

Turner-Kiewit Joint Venture (TKJV) is proposing a Subcontract Modification to Aireko Energy Solutions US, LLC. in the lump sum amount of $2,419.00 for CR1824-8S-GTF-RFI 6365-LV-FP- Fire Sprinkler Valves Alarm Requirements. Fire protection drawings depicted two fire sprinkler valves that are not shown on the fire alarm drawings. RFI 6365 was issued to request updated fire alarm drawings. The RFI response added two tamper switches to serve the standpipe isolation valves that were added in Bulletin 4 and Bulletin 11. The modified scope of work consists of the labor, material and equipment costs to furnish and install the additional monitor modules, associated conduit, rough-in, wiring, programming and start up.

The approval of this subcontract modification to Aireko Energy Solutions US, LLC. resolves all requests for costs and time associated with RFI 6365 for GMP 8S. There are no forthcoming CRs associated with RFI 6365 in 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.

REASON: Owner Requested-Design Progression- RFI 6365-costs for additional Tamper Switches to serve standpipe isolation valves that were added in Bulletin 4 and Bulletin 11. TKJV to issue a subcontract modification to Aireko Energy Solutions US, LLC. in the lump sum amount of: $2,419.00 Deduct from Owner Contingency: $(2,419.00)

☐ Bid Package ☐ Quotes Received ☐ Directly Negotiated

Committed MWBE Percentage: 0% Committed LDB Percentage: 0% Committed DBE Percentage: 0% CM approved by:

Wende Morgan-Elliott

Signature: Date:

OAR approved by:

Carl McNutt

Signature: Date:

Signature above indicates concurrence with all actions proposed within this form. All Agenda items are to be submitted to GOAA's Construction-Engineering-Financial (CEF) Consultant.

Source of Funds:

GOAA’s Legal Consultant:

Nelson Mullins

Signature: Date: Verification of Funding by CF:

GOAA’s CEF Consultant:

Anser Advisory

Signature: Date:

6/14/2021

6/15/21

P1/1X CFC,FDOT

6/15/21

6/15/21

kryan
KMR2
tara.ciaglia
Text Box
ITEM 3-M 6/22/2021
nadege.cadet
Typewritten Text
Minutes of the Construction Committee Meeting, June 22, 2021 Page 28 of 37

GMP Budget, Buyout & Contingency Management BP-S149 GMP 8-S GREATER ORLANDO AVIATION AUTHORITY SOUTH TERMINAL C, PHASE ONE PROJECT

GMP Budget, Buyout & Contingency Form Page 1 of 1

This Form cannot be used to change the Project guaranteed maximum price or substantial completion date(s). Project/GMP: BP-S149 (GMP 8-S) South Terminal C, Phase 1-Ground Transportation Facility-FDOT

Committee Date: June 22, 2021 CCM Reference #: 20191217.004

CMAR: Turner-Kiewit Joint Venture Subcontractor(s): Aireko Energy Solutions US, LLC. Title/Description: CR1831-8S-GTF-RFI 6302-Elec-Elevator S29 EL 2.1 Circuit Breaker Size

PROPOSED ACTION (select all that apply) ☒ Owner Contingency: $(876.00) ☐CMAR Contingency: ☐ Budget Reallocation: ☐ Subcontract Award: ☒ Subcontract Modification: $876.00 If Owner Contingency is selected, is work required to complete job? ☒ Yes ☐ No (Note: If no, then SMF is required.)

Is there a schedule impact to the critical path associated with this action? ☐ Yes ☒ No (Note: If yes, OAR schedule analysis provided.)

SUMMARY DESCRIPTION OF SUBCONTRACT MODIFICATION/AWARD:

Bid Package 26.0.0 “Electrical” was previously awarded within GMP 8S Amendment 1 to Aireko Energy Solutions US, LLC., CC No. 20191217.004.

Turner-Kiewit Joint Venture (TKJV) is proposing a Subcontract Modification to Aireko Energy Solutions US, LLC. in the lump sum amount of $876.00 for CR1831-8S-GTF-RFI 6302-Elec-Elevator S29 EL 2.1 Circuit Breaker Size. GTF electrical drawings indicate elevator EL-2.1 being fed by a 3 Pole 20 Amperes circuit breaker. The elevator manufacturer recommends a different capacity circuit breaker. RFI 6032 response revised the original circuit breaker to a 3 Pole 45 Ampere circuit breaker. The modified scope of work consists of the labor and material costs for the revised circuit breaker size as set forth in RFI 6302.

The approval of this subcontract modification to Aireko Energy Solutions US, LLC. resolves all requests for costs and time associated with RFI 6302 for GMP 8S. There are no forthcoming CRs associated with RFI 6302 in 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.

REASON: Design Error- RFI 6302-response revised the circuit breaker size for elevator EL-2.1. TKJV to issue a subcontract modification to Aireko Energy Solutions US, LLC. in the lump sum amount of: $876.00 Deduct from Owner Contingency: $(876.00)

☐ Bid Package ☐ Quotes Received ☐ Directly Negotiated

Committed MWBE Percentage: See memo Committed LDB Percentage: 0% Committed DBE Percentage: 0% CM approved by:

Wende Morgan-Elliott

Signature: Date:

OAR approved by:

Carl McNutt

Signature: Date:

Signature above indicates concurrence with all actions proposed within this form. All Agenda items are to be submitted to GOAA's Construction-Engineering-Financial (CEF) Consultant.

Source of Funds:

GOAA’s Legal Consultant:

Nelson Mullins

Signature: Date: Verification of Funding by CF:

GOAA’s CEF Consultant:

Anser Advisory

Signature: Date:

6/14/2021

6/15/21

P1/1X CFC,FDOT

6/15/21

6/15/21

kryan
KMR2
tara.ciaglia
Text Box
ITEM 3-N 6/22/2021
nadege.cadet
Typewritten Text
Minutes of the Construction Committee Meeting, June 22, 2021 Page 29 of 37

GMP Budget, Buyout & Contingency Management BP-S168

GMP 6S.4 GREATER ORLANDO AVIATION AUTHORITY SOUTH TERMINAL C, PHASE ONE PROJECT

GMP Budget, Buyout & Contingency Form Page 1 of 1

This Form cannot be used to change the Project guaranteed maximum price or substantial completion date(s).

Project/GMP: BP‐S168 (GMP‐6S.4) South Terminal C, Phase 1 – Interior Finishes & Specialties

Committee Date: June 22, 2021 CCM Reference #: 20181002.010

CM@R: Hensel Phelps Construction Subcontractor(s): M. C. Dean, Inc.

Title/Description: CR0959-6S4-RFI 2997 Confirmation of Quantity and Layout for FIDS Displays

To PROPOSED ACTION (select all that apply) ☒ P1 Owner Contingency: ($113,011.00) ☐ CMAR Contingency:

☐ Budget Reallocation: ☐ Subcontract Award: ☒ Subcontract Modification: $113,011.00

If Owner Contingency is selected, is work required to complete job? ☒ Yes ☐ No (Note: If no, then SMF is required)

To Is there a schedule impact to the critical path associated with this action? ☐ Yes ☒ No (Note: If yes, OAR Schedule Analysis provided)

SUMMARY DESCRIPTION OF SUBCONTRACT MODIFICATION/AWARD:

BP-S168 27.01 “ASC Low Voltage Systems” was previously awarded within GMP 6S.4 to M. C. Dean, Inc., CC No. 20181002.010.

Hensel Phelps Construction is requesting to issue a Subcontractor Modification to M. C. Dean, Inc. in the Lump Sum amount of $113,011.00

for CR0959-6S4-RFI 2997 Confirmation of Quantity and Layout for FIDS Displays. The modified scope of work consists of the costs

associated with the additional mount extensions for the Flight Information Display System (FIDS) Sign Types C02, C03 and C06 required to

accommodate future phases, per RFI 2997 response.

The approval of this Subcontractor Modification to M. C. Dean, Inc. resolves all requests for costs and time associated with RFI 2997 scope

of work in GMP 6S.4. There are no impacts to GMPs 6S, 6S.1, 6S.2, 6S.3, and 6S.5.

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.

To REASON: Owner Requested – Design Progression; confirmation of mount quantity and layout for FIDS Sign Types C02, C03 & C06

associated with RFI 2997 for future phases.

HP to issue a subcontract modification to M. C. Dean, Inc. in the lump sum amount of: $113,011.00

Deduct from P1 Owner Contingency: ($113,011.00)

☐ Bid Package ☐ Quotes Received ☐ Directly Negotiated

To Committed MWBE Percentage: 0% Committed LDB Percentage: 0% Committed DBE Percentage: 0%

CM approved by: Signature: Date:

OAR approved by: Signature: Date:

Signature above indicates concurrence with all actions proposed within this form. All Agenda

items are to be submitted to GOAA's Construction-Engineering-Financial (CEF) Consultant.

Source of Funds:

GOAA’s Legal Consultant: Nelson Mullins

Signature:

Date: Verification of Funding by CF:

GOAA’s CEF Consultant: Anser Advisory

Signature:

Date:

06/15/2021

06/14/2021

David Busch

Scott Mizell

P1 PFC, Garb

6/15/21

6/15/21

kryan
KMR2
tara.ciaglia
Text Box
ITEM 3-O 6/22/2021
nadege.cadet
Typewritten Text
Minutes of the Construction Committee Meeting, June 22, 2021 Page 30 of 37

GMP Budget, Buyout & Contingency Management BP-S173 GMP 7S.3 GREATER ORLANDO AVIATION AUTHORITY SOUTH TERMINAL C, PHASE ONE PROJECT

This Form cannot be used to change the Project guaranteed maximum price or substantial completion date(s). Project/GMP: BP-S173 (GMP 7-S.3) South Terminal C, Phase 1 - Landside Terminal, MEP Systems - FDOT

Committee Date: June 22, 2021 CCM Reference #: 20190205.02H

CM@R: Turner-Kiewit Joint Venture Subcontractor(s): Kirlin Florida, LLC

Title/Description: CR1070.4-LST- Plumbing & HVAC Changes from Bulletins 33 & 38 and Misc. RFIs

PROPOSED ACTION (select all that apply) ☒ Owner Contingency P1: ($421,353.00) ☒ CBP Owner Contingency: ($291,973.00)

Budget Reallocation: Subcontract Award: ☒ Subcontract Modification: $713,326.00

If Owner Contingency is selected, is work required to complete job? ☒ Yes ☐ No (Note: If no, then SMF is required.)

Is there a schedule impact to the critical path associated with this action? ☐ Yes ☒ No (Note: If yes, OAR schedule analysis provided.)

SUMMARY DESCRIPTION OF SUBCONTRACT MODIFICATION/AWARD: Bid Package BP 23.0.0 “Plumbing & HVAC” was previously awarded via CR0239 to Kirlin Florida, LLC, CC No. 20190205.02H

Turner-Kiewit Joint Venture (TKJV) is proposing a subcontract modification to Kirlin Florida, LLC in the lump sum amount of $713,326.00 for CR1070.4-LST- Plumbing & HVAC Changes from Bulletins 33 & 38 and Misc. RFIs. The modified scope of work consists of labor, material and equipment costs associated with additional piping, ductwork, equipment, insulation, sheet metal, and devices affecting Domestic Hot and Cold Water, above and below grade Sanitary and Sewer, Fire Dampers, and HVAC systems.

The approval of this subcontract modification to Kirlin Florida, LLC resolves all requests for cost and time associated with LST Bulletins 33 & 38 and RFI’S 2464, 3491, 3570, 3673, 3755, 3769, 3858, 3977, 4012, 4032, 4292, 3711.1-3711.3 & 4853 for the Plumbing & HVAC scope of work in GMP 7S.3.

The following is a list of all forthcoming costs associated with LST Bulletin 38: - GMP 7S.1 Scope of work for Doors Frames & Hardware (Submitted as CR0853 and approved CC No 20200901-2J) - GMP 7S.1 Scope of work for Masonry (Submitted as CR1324 and approved CC No 20210309-3P) - GMP 7S.2 Scope of work for Miscellaneous Metals (Submitted as CR1362 and approved CC No 20210518-3K) - GMP 7S.2 Scope of work for Millwork (Submitted as CR1513.6) - GMP 7S.1 Scope of work for Drywall & Framing, Fireproofing, & Low Voltage (Submitted as CR1070.1) - GMP 7S.2 Scope of work for Bullet Resist Assembly, Int. Landscaping, Int. Wall Panel, Ornamental Metals, & Specialties (Submitted as

CR1070.2) - GMP 7S.3 Scope of work for Electrical EBS Lighting Only (Submitted as CR1070.3 and approved CC No 20200922-2II) - GMP 7S.3 Scope of work for Electrical – Equipment and Clouded Changes (Submitted as CR1070.5) - GMP 7S.3 Scope of work for Electrical – Unclouded Changes (Submitted as CR1070.6) - GMP 7S.1 Scope of work for Concrete (Submitted as CR1070.7 and approved CC No 20210427-3I) - GMP 7S.1 Scope of work for Fire Protection (Submitted as CR1070.8) - GMP 7S.1 Scope of work for Interior Glazing (Submitted as CR1070.9) - GMP 7S.2 Scope of work for Access Floors, Painting, Carpet/Resilient Flooring (Forthcoming as CR1070.10) There are no forthcoming CRs for LST Bulletin 33 or LST Bulletin 38 in any other GMP.

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 cost or time.

REASON: Owner Requested – Design Progression; Updated construction documents to reflect architectural and mechanical revisions in tenant build-out areas per LST Bulletins 33 & 38, and RFIs 2464, 3491, 3570, 3673, 3755, 3769, 3858, 3977, 4012, 4032, 4292, 3711.1-3711.3 & 4853.

TKJV to issue a subcontract modification to Kirlin Florida, LLC. in the lump sum amount of: $713,326.00

Deduct from Owner Contingency P1: ($421,353.00)

Deduct from CBP Owner Contingency: ($291,973.00)

□ Bid Package □ Quotes Received □ Directly Negotiated

Committed MWBE Percentage: see memo Committed LDB Percentage: see memo Committed DBE Percentage: see memo

CM approved by: Wende Morgan-Elliott Signature: Date:

OAR approved by: Torie Brooks Signature: Date:

Signature above indicates concurrence with all actions proposed within this form. All Agenda items are to be submitted

to GOAA's Construction-Engineering-Financial (CEF) Consultant.

Verification of Funding by CF: GOAA’s Legal Consultant:

Nelson Mullins

Signature: Date:

GOAA’s CEF Consultant:

Anser Advisory

Signature: Date:

GMP Budget, Buyout & Contingency Form Page 1 of 1

Source of Funds:

6/16/2021

6/16/21

6/16/21

6/16/21

P1 PFC, Garb,CBP

kryan
KMR2
tara.ciaglia
Text Box
ITEM 3-P 6/22/2021
nadege.cadet
Typewritten Text
Minutes of the Construction Committee Meeting, June 22, 2021 Page 31 of 37

Greater Orlando Aviation Authority (6/18) Construction Committee Memorandums EDC-18b

Memorandum To: Members of the Construction Committee From: Scott Shedek, Senior Project Manager Date: June 22, 2021 Re: Request for Recommendation of Approval of an Addendum to the Program

and Project Management Services for the South Terminal C, Phase 1 Agreement with GCI Inc. to provide Construction Phase Owner Authorized Representative (OAR) Services for BP-S00191, STC Buildout of Tenant Space Program Soft Costs, Orlando International Airport

Consultant’s proposal, dated June 22, 2021, is to provide is to provide Construction Phase Owner Authorized Representative (OAR) Services for six (6) tenant buildout projects for new airline and tenant spaces at the South Terminal Complex Landside Terminal and Airside Concourse. The duration of construction is through December 31, 2021 with a 90-day Closeout Phase. If approved, these services would be effective July 21, 2021. This continuing consultant was selected for this task based on ( all that apply):

Experience Available Personnel Current Workload Expertise Equitable Distribution Other:_______________

The MWBE/LDB participation has been reviewed by the Office of Small Business Development. Their findings and recommendation are attached. Funding is from General Airport Revenue Bonds. Funding source verified by _________________ of Construction Finance on ___/___/___ as correct and available. It is respectfully requested that the Construction Committee recommend to the Aviation Authority Board approval of an Addendum to the Program and Project Management Services for South Terminal C, Phase 1 Agreement with GCI Inc. for the services contained herein and amount as shown below: Not to Exceed Fees $419,842.00 Lump Sum Fees $0.00 Not to Exceed Expenses $20,000.00 TOTAL $439,842.00 Reviewed by AAC

06 16 21

tara.ciaglia
Text Box
ITEM 4 6/22/2021
nadege.cadet
Typewritten Text
Minutes of the Construction Committee Meeting, June 22, 2021 Page 32 of 37

Memorandum To: Members of the Construction Committee From: Davin Ruohomaki, Sr. Director of Engineering and Construction

(As prepared by Ksenia Merck) Date: June 22, 2021 Re: Request for Approval of purchase of Cisco Switches Utilizing Contingency

funds to supplement the order from W-S00145 South Terminal C, Phase 1-Owner Furnished FF&E and IT Items at the Orlando International Airport

On February 19, 2020, the Authority Board approved the Construction Committee’s recommendation from February 4, 2020 CCM for the Estimated Budget for the STC P1 P1X Procurement. Additionally, on June 23, 2020 the Construction Committee was advised via an Information Item, that in any case, if the actual procurement is 5% or more over the "Estimated Totals P1 and P1X” Column re-approval will be obtained from the Committee for the use of Contingency Funds. Since the approval of the “750 List”, it was determined that two additional Cisco Switches are required for the Commercial Vehicle Tracking System. The “750 List” had one switch budgeted. The Method of Procurement for this order is Other Entity Contract (OEC) and it was approved as such on the “750 List”. The item details, quantities and pricing are shown on the “W-S00145 Construction Committee – Contingency Fund Use Approval Worksheet”. The following transactions from Contingency are requested: 1. Move funds from P1 Contingency to Line #544 to be supplemented.

From Line To Line Amount from P1 Contingency 783.1 – P1 Contingency ($10,744.11) 544 $10,744.11

The total amount of the resulting Purchase Order to Insight Public Sector is $19,744.11. The net effect on P1 Contingency is a decrease of $10,744.11. Funding is from previously approved Capital Expenditure and General Airport Revenue Bonds. Funding source verified by _______________________ of Construction Finance on ___/___/___ as correct and available. It is respectfully requested that the Construction Committee 1) approve the procurement of the Cisco Switches following the Contingency Transactions described above to supplement the purchase; 2) authorize the Purchasing Department to issue the necessary purchase order. Reviewed by AAC

06 16 21

tara.ciaglia
Text Box
ITEM 5 6/22/2021
nadege.cadet
Typewritten Text
Minutes of the Construction Committee Meeting, June 22, 2021 Page 33 of 37

Memorandum To: Members of the Construction Committee From: Davin Ruohomaki, Sr. Director of Engineering and Construction

(As prepared by Ksenia Merck) Date: June 22, 2021 Re: Request for Approval of purchase of Trinity Furniture Utilizing Contingency

funds to supplement the order from W-S00145 South Terminal C, Phase 1-Owner Furnished FF&E and IT Items at the Orlando International Airport

On February 19, 2020, the Authority Board approved the Construction Committee’s recommendation from February 4, 2020 CCM for the Estimated Budget for the STC P1 P1X Procurement. Additionally, on June 23, 2020 the Construction Committee was advised via an Information Item, that in any case, if the actual procurement is 5% or more over the "Estimated Totals P1 and P1X” Column re-approval will be obtained from the Committee for the use of Contingency Funds. Since the approval of the “750 List”, it was determined by HNTB that the Mother’s Chairs by Trinity Furniture need Ottomans. The “750 List” did not have any Ottomans budgeted for these chairs. The quotes received for this furniture included the fabric, which was a separate line on the “750 List”. The fabric in lines 29 and 101 will be moved to contingency since the fabric will be included with the furniture. The Method of Procurement for this furniture order (with fabric) is Other Entity Contract (OEC). The item details, quantities and pricing are shown on the “W-S00145 Construction Committee – Contingency Fund Use Approval Worksheet”. The following transactions from Contingency are requested: 1. Move funds to P1 Contingency from the Lines for Fabric.

From Line To Line Amount to/from Contingency 29 - Momentum Fabric ($1,819.13) 101 - Momentum Fabric ($2,546.94) 783.1 - P1 Contingency $4,366.07

JillianStansell
Rectangle
nadege.cadet
Text Box
HANDOUT 6/22/2021 CCM Item 6 Revised Memo
nadege.cadet
Typewritten Text
Minutes of the Construction Committee Meeting, June 22, 2021 Page 34 of 37

2. Move funds from P1 Contingency to Lines to be supplemented. From Line To Line Amount to/from Contingency 783.1 - P1 Contingency ($8,653.86) 16 – Mother’s Chair, Airside $2,016.32 89 – Mother’s Chair, Landside $2,334.04

0.13 – New Line for Ottomans, Airside $1,617.00

0.14 – New Line for Ottomans, Landside $1,886.50

0.15 – New Line for Customization Charge, Airside $369.23

0.16 – New Line for Customization Charge, Landside $430.77

The total amount of the resulting Purchase Order to BOS of Orlando is $24,239.65 The net effect on P1 Contingency is a decrease of $4,287.79. Funding is from previously approved Capital Expenditure and General Airport Revenue Bonds. Funding source verified by _______________________ of Construction Finance on ___/___/___ as correct and available. It is respectfully requested that the Construction Committee 1) approve the procurement of the Trinity Furniture following the Contingency Transactions described above to supplement the purchase; 2) authorize the Purchasing Department to issue the necessary purchase order. Reviewed by AAC

JillianStansell
Rectangle
nadege.cadet
Typewritten Text
Minutes of the Construction Committee Meeting, June 22, 2021 Page 35 of 37

Memorandum To: Members of the Construction Committee From: Davin Ruohomaki, Sr. Director of Engineering and Construction

(As prepared by Ksenia Merck) Date: June 22, 2021 Re: Request for Approval for Procurement Method Change for the FF&E and IT

Procurement for W-S00145, South Terminal C, Phase 1-Owner Furnished FF&E and IT Items at Orlando International Airport

On February 4, 2020, the Construction Committee recommended approval of the FF&E and IT Estimate, Procurement Plan, and Process for Updating the Construction Committee for W-S00145, South Terminal C, Phase 1-Owner Furnished FF&E and IT Items, which the Aviation Authority Board approved February 19, 2020. Per the February 4, 2020 approved memo, if a procurement method changes to a more restrictive method, then approval is required to be requested from the Construction Committee. During the preparation for bidding of the Allermuir tables (public furniture), Purchasing Staff was informed that these tables were phased out and are no longer available. Project Management coordinated with HNTB about the selection of a new table by OFS. The Method of Procurement for the original Allermuir Table was “Compete” however, the new OFS Table is available on State of Florida Contract #5612000-19-ACS, expiring 12/1/2023. Requesting Procurement Method Change from Compete to Other Entity Contract (OEC) (a more restrictive method) for lines 17, 92, 93 and 120. The estimated value of this procurement is $36,255.72. The specified lines have sufficient funds available, and it is estimated that we will be able to move approximately $51,069.68 of unused funds to P1 Contingency, and $8,656.20 of unused funds to P1X Contingency if approved. It is respectfully requested that the Construction Committee approve the change of the procurement method as described above. Reviewed by AAC

JillianStansell
Rectangle
nadege.cadet
Text Box
HANDOUT 6/22/2021 CCM Item 7 Revised Memo
nadege.cadet
Typewritten Text
Minutes of the Construction Committee Meeting, June 22, 2021 Page 36 of 37

ITEM 86/22/2021

GREATER ORLANDO AVIATION AUTHORITY

Memorandum

To: Members of the Construction Committee

Orlando International Airport One Jeff Fuqua Boulevard

Orlando, Florida, 32827-4392 (407) 825-2001

From: Brad Friel, Director of Planning and Development (Prepared by Alex Sorondo)

Date: June 22, 2021

Re: Request for Approval of an Addendum to the Continuing Transportation Planning Services Agreement HNTB Corporation for FY21 Extension of Staff Services for Transportation Planning and Related Tasks at the Orlando International Airport

Consultant's proposal, dated June 7, 2021, is to provide FY21 extension of staff services on transportation planning and related tasks, help manage projects and programs and the associated day-to-day tasks, participate in strategic planning for transportation and related task issues associated with the Authority's transportation projects and develop planning books/scopes. The proposed services are similar to the services provided under HNTB Corporation's previous agreement. Services for this addendum will run from July 26, 2021 through September 30, 2021.

If approved, these services would be effective July 26, 2021.

This continuing consultant was selected for this task based on (0 all that apply): � Experience � Available Personnel � Current Workload � Expertise � Equitable Distribution D Other: _____ _

The MWBE/LDB participation has been reviewed by the Office of Small Business Development. Their findings and recommendation are attached.

711 Funding! is from previously approved FY 2021 Operation and Mai�tynance Fund 301.74-6.170.5310013.000.000000. Funding source verified by A�#� of Construction Finance on��� as correct and available.

It is respectfully requested that the Construction Committee approve an Addendum to the Continuing Transportation Planning Services Agreement with HNTB Corporation for the services contained herein and the amount as shown below:

Not to Exceed Fees Lump Sum Fees Not to Exceed Expenses TOTAL

Reviewed by AAC . .

Greater Orlando Aviation Authority (Rev. February 2021) Construction Committee Memorandums EDC-18a

$76,032.00 $0.00 $0.00

$76 032.00

C J,.,).,) Req 89094

r!

nadege.cadet
Typewritten Text
Minutes of the Construction Committee Meeting, June 22, 2021 Page 37 of 37

ITEM CHANGE ORDER AMOUNT DESCRIPTION OF CHANGE

2-A BP-S00182-03 $0.00 00

(Substantial) (Final)

TENANT SPACE (D/B) CONSTRUCTION COST

STC Buildout of Airline Spaces, LST L1, L2 and L6 and ASC L1 and L2 (Design/Build)

Contractor: Clancy & Theys Construction Company

2-B BP-S00183-02 $0.00 00

(Substantial) (Final)

TENANT SPACE (D/B) CONSTRUCTION COST

Buildout of ASC Level 1, West Concourse (Design/Build)

Contractor: The Collage Companies

2-C BP-S00185-02 $0.00 00

(Substantial) (Final)

TENANT SPACE (D/B) CONSTRUCTION COST

Buildout of LST Levels 2-7 and GTF (Design/Build)

Contractor: HW Davis Construction, Inc.

2-D BP-S00186-02 $0.00 00

(Substantial) (Final)

TENANT SPACE (D/B) CONSTRUCTION COST

Buildout of ASC Level 1 Hub, North and South Concourses (Design/Build)

Contractor: T&G Constructors

2-E BP-S00187-02 $0.00 00

(Substantial) (Final)

TENANT SPACE (D/B) CONSTRUCTION COST

Buildout of LST Level 2 Post SSCP and ASC Levels (Design/Build)

Contractor: RL Burns, Inc.

2-F E-00235-04 $7,737.00 00

(Substantial) (Final)

VARIOUS REVISIONS

North Complex PA System Upgrade, Phase 1

Contractor: Quality Cable Contractors, Inc.

CONSTRUCTION COMMITTEE MEETINGCHANGE ORDER AGENDA

Tuesday, July 6, 2021TIME IMPACT

*Requires Board approval. Page 1 of 1Change Orders

tara.ciaglia
Text Box
ITEM 2 7/6/2021

GOAA Construction Form 004 (Rev. #13, 2/9/10)

GREATER ORLANDO AVIATION AUTHORITY

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

CHANGE ORDER AGENDA

FOR CONSTRUCTION COMMITTEE

CHANGE ORDER #03 AMOUNT $0.00 Extension Of Time (Subst.): 0 Days

Extension Of Time (Final): 0 Days

CONTRACT NO. & DESCRIPTION:

BP-S00182 STC Buildout of Airline Spaces, LST L1, L2 & L6 and ASC L1 & L2 (D/B)

DATE: 7/6/21

CONTRACTOR: Clancy & Theys Construction Company

A/E: N/A

DESCRIPTION OF CHANGE TO CONTRACT:

Item #1: Provide labor, materials, and equipment for the construction build-out of approximately 30,345 square feet of tenant office space and 1,922 square feet of storage space in ASC level 1 areas 14, 15, 17, 28, 30, 31, 32, and level 2 area 28, LST level 1 area 11 and 12, level 2 area 12, level 6 area 11. Add: $6,447,452.00

Item #2: Allowance Reduction - Reduce the construction allowance by $6,447,452, from to $8,769,987.94 to $2,322,535.94 to cover the cost of Item #1.

Deduct: ($6,447,452.00)

(The language above will be exactly what will appear on the actual Change Order under "Description of Change".)

REASON FOR CHANGE:

Item #1: Owner Request – Design of this project has been completed and construction costs have been negotiated for the full scope of construction. The work consists of the construction of airline office spaces and storage spaces including general conditions, permit fees, slab on grade construction, carpentry and millwork, drywall, framing installation, flooring, ceilings, electrical, low voltage, paint, signage, plumbing, fixtures, and bathrooms. Item #2 Allowance Reduction – Reduction of construction allowance to cover cost of Item #1.

SOURCE OF FUNDS: PREVIOUSLY APPROVED GENERAL ACCOUNT REVENUE BONDS

Is above change within the intended scope of the original contract? Yes No

EXPLAIN: Previously Presented Bulletin(s): NA (Copy Attached) Previously Approved Field Change Order(s): NA (Copy Attached)

Contractor's Original RCO Submission $ 8,366,059

GOAA/OAR Estimate $ See attached

(a) Change Contract Amount By $ 0.00

(b) Amount of Associated Additional A/E Fees (Not for Approval / For Info. Only) $ 0.00 (c) Amount of Associated Additional OAR Fees (Not for Approval / For Info. Only) $ 0.00 (d) Total Cost Impact of this Change (d = a + b + c) $ 0.00

Is there any potential backcharge to the A/E? Yes No Omissions $ 0.00 Errors $ 0.00

PREPARED BY: Scott Shedek, GOAA PHONE: 407-825-2465

NOTE: All Agenda Items are to be submitted to GOAA’s Construction-Engineering-Financial (CEF) Consultant no later than the close of business on Monday for inclusion on the following week's Construction Committee Agenda.

GOAA’s CEF Consultant Date Received: Date Review Completed: Initials of Reviewer: Verification of Funding by CF

ANSER ADVISORY 6/23/2021

tara.ciaglia
Text Box
ITEM 2-A 7/6/2021

GOAA Construction Form 004 (Rev. #13, 2/9/10)

GREATER ORLANDO AVIATION AUTHORITY

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

CHANGE ORDER AGENDA

FOR CONSTRUCTION COMMITTEE

CHANGE ORDER #02 AMOUNT $0.00 Extension Of Time (Subst.): 0 Days

Extension Of Time (Final): 0 Days

CONTRACT NO. & DESCRIPTION:

BP-S00183 Buildout of ASC Level 1, West Concourse (D/B)

DATE: 7/6/21

CONTRACTOR: The Collage Companies

A/E: N/A

DESCRIPTION OF CHANGE TO CONTRACT:

Item #1: Provide labor, materials, and equipment for the construction build-out of approximately 9,220 square feet of tenant office space and 1,174 square feet of storage space in ASC level 1 areas 19, 20, and 21. Add: $2,235,092

Item #2: Allowance Reduction - Reduce the construction allowance by $2,235,092, from to $2,568,593.00 to $333,501 to cover the cost of Item #1.

Deduct: ($2,235,092)

(The language above will be exactly what will appear on the actual Change Order under "Description of Change".)

REASON FOR CHANGE:

Item #1: Owner Request – Design of this project has been completed and construction costs have been negotiated for the full scope of construction. The work consists of the construction of airline office spaces and storage spaces including general conditions, permit fees, slab on grade construction, drywall, framing installation, flooring, ceilings, electrical, low voltage, paint, signage, plumbing, fixtures, HVAC and fire sprinkler.

Item #2 Allowance Reduction – Reduction of construction allowance to cover cost of Item #1.

SOURCE OF FUNDS: PREVIOUSLY APPROVED GENERAL AIRPORT REVENUE BONDS

Is above change within the intended scope of the original contract? Yes No

EXPLAIN: Previously Presented Bulletin(s): NA (Copy Attached) Previously Approved Field Change Order(s): NA (Copy Attached)

Contractor's Original RCO Submission $ 2,556,500.00

GOAA/OAR Estimate $ 2,386,509.84

(a) Change Contract Amount By $ 0.00

(b) Amount of Associated Additional A/E Fees (Not for Approval / For Info. Only) $ 0.00 (c) Amount of Associated Additional OAR Fees (Not for Approval / For Info. Only) $ 0.00 (d) Total Cost Impact of this Change (d = a + b + c) $ 0.00

Is there any potential backcharge to the A/E? Yes No Omissions $ 0.00 Errors $ 0.00

PREPARED BY: Scott Shedek, GOAA PHONE: 407-825-2465

NOTE: All Agenda Items are to be submitted to GOAA’s Construction-Engineering-Financial (CEF) Consultant no later than the close of business on Monday for inclusion on the following week's Construction Committee Agenda.

GOAA’s CEF Consultant Date Received: Date Review Completed: Initials of Reviewer: Verification of Funding by CF

ANSER ADVISORY 6/22/2021

tara.ciaglia
Text Box
ITEM 2-B 7/6/2021

GOAA Construction Form 004 (Rev. #13, 2/9/10)

GREATER ORLANDO AVIATION AUTHORITY

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

CHANGE ORDER AGENDA

FOR CONSTRUCTION COMMITTEE

CHANGE ORDER #02 AMOUNT $0.00 Extension Of Time (Subst.): 0 Days

Extension Of Time (Final): 0 Days

CONTRACT NO. & DESCRIPTION:

BP-S00183 Buildout of ASC Level 1, West Concourse (D/B)

DATE: 7/6/21

CONTRACTOR: The Collage Companies

A/E: N/A

DESCRIPTION OF CHANGE TO CONTRACT:

Item #1: Provide labor, materials, and equipment for the construction build-out of approximately 9,220 square feet of tenant office space and 1,174 square feet of storage space in ASC level 1 areas 19, 20, and 21. Add: $2,235,043

Item #2: Allowance Reduction - Reduce the construction allowance by $2,235,043, from to $2,568,593.00 to $333,550 to cover the cost of Item #1.

Deduct: ($2,235,043)

(The language above will be exactly what will appear on the actual Change Order under "Description of Change".)

REASON FOR CHANGE:

Item #1: Owner Request – Design of this project has been completed and construction costs have been negotiated for the full scope of construction. The work consists of the construction of airline office spaces and storage spaces including general conditions, permit fees, slab on grade construction, drywall, framing installation, flooring, ceilings, electrical, low voltage, paint, signage, plumbing, fixtures, HVAC and fire sprinkler.

Item #2 Allowance Reduction – Reduction of construction allowance to cover cost of Item #1.

SOURCE OF FUNDS: PREVIOUSLY APPROVED GENERAL AIRPORT REVENUE BONDS

Is above change within the intended scope of the original contract? Yes No

EXPLAIN: Previously Presented Bulletin(s): NA (Copy Attached) Previously Approved Field Change Order(s): NA (Copy Attached)

Contractor's Original RCO Submission $ 2,556,500.00

GOAA/OAR Estimate $ 2,386,509.84

(a) Change Contract Amount By $ 0.00

(b) Amount of Associated Additional A/E Fees (Not for Approval / For Info. Only) $ 0.00 (c) Amount of Associated Additional OAR Fees (Not for Approval / For Info. Only) $ 0.00 (d) Total Cost Impact of this Change (d = a + b + c) $ 0.00

Is there any potential backcharge to the A/E? Yes No Omissions $ 0.00 Errors $ 0.00

PREPARED BY: Scott Shedek, GOAA PHONE: 407-825-2465

NOTE: All Agenda Items are to be submitted to GOAA’s Construction-Engineering-Financial (CEF) Consultant no later than the close of business on Monday for inclusion on the following week's Construction Committee Agenda.

GOAA’s CEF Consultant Date Received: Date Review Completed: Initials of Reviewer: Verification of Funding by CF

ANSER ADVISORY 6/22/2021 7/01/2021

tara.ciaglia
Text Box
HANDOUT 7/6/2021 CCM Item 2-B REVISED ITEM

GOAA Construction Form 004 (Rev. #13, 2/9/10)

GREATER ORLANDO AVIATION AUTHORITY

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

CHANGE ORDER AGENDA

FOR CONSTRUCTION COMMITTEE

CHANGE ORDER #02 AMOUNT $0.00 Extension Of Time (Subst.): 0 Days

Extension Of Time (Final): 0 Days

CONTRACT NO. & DESCRIPTION:

BP-S00185 Buildout of LST Levels 2-7 & GTF (D/B) DATE: 7/6/21

CONTRACTOR: HW Davis Construction, Inc.

A/E: N/A

DESCRIPTION OF CHANGE TO CONTRACT:

Item #1: Provide labor, materials, and equipment for the construction build-out of approximately 12,756 square feet of tenant office space and 1,092 square feet of storage space in LST. Add: $3,171,157.00

Item #2: Allowance Reduction - Reduce the construction allowance by $3,171,157, from to $3,320,703.00 to $149,546.00 to cover the cost of Item #1.

Deduct: ($3,171,157.00)

(The language above will be exactly what will appear on the actual Change Order under "Description of Change".)

REASON FOR CHANGE: Item #1: Owner Request – Design of this project has been completed and construction costs have been negotiated for the full scope of construction. The work consists of the construction of airline office spaces and storage spaces including general conditions, permit fees, drywall, framing installation, flooring, ceilings, electrical, doors and hardware, low voltage, paint, signage, plumbing, fixtures, HVAC and fire sprinkler.

Item #2 Allowance Reduction – Reduction of construction allowance to cover cost of Item #1.

SOURCE OF FUNDS: PREVIOUSLY APPROVED GENERAL AIRPORT REVENUE BONDS

Is above change within the intended scope of the original contract? Yes No

EXPLAIN: Previously Presented Bulletin(s): NA (Copy Attached) Previously Approved Field Change Order(s): NA (Copy Attached)

Contractor's Original RCO Submission $ 2,758,757.00

GOAA/OAR Estimate $ 3,237,174.72

(a) Change Contract Amount By $ 0.00

(b) Amount of Associated Additional A/E Fees (Not for Approval / For Info. Only) $ 0.00 (c) Amount of Associated Additional OAR Fees (Not for Approval / For Info. Only) $ 0.00 (d) Total Cost Impact of this Change (d = a + b + c) $ 0.00

Is there any potential backcharge to the A/E? Yes No Omissions $ 0.00 Errors $ 0.00

PREPARED BY: Scott Shedek, GOAA PHONE: 407-825-2465

NOTE: All Agenda Items are to be submitted to GOAA’s Construction-Engineering-Financial (CEF) Consultant no later than the close of business on Monday for inclusion on the following week's Construction Committee Agenda.

GOAA’s CEF Consultant Date Received: Date Review Completed: Initials of Reviewer: Verification of Funding by CF

ANSER ADVISORY 6/22/2021

tara.ciaglia
Text Box
ITEM 2-C 7/6/2021

GOAA Construction Form 004 (Rev. #13, 2/9/10)

GREATER ORLANDO AVIATION AUTHORITY

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

CHANGE ORDER AGENDA

FOR CONSTRUCTION COMMITTEE

CHANGE ORDER #01 AMOUNT $0.00 Extension Of Time (Subst.): 0 Days

Extension Of Time (Final): 0 Days

CONTRACT NO. & DESCRIPTION:

BP-S00186 Buildout of ASC Level 1 Hub, North & South Concourses (D/B)

DATE: 7/6/21

CONTRACTOR: T&G Constructors

A/E: N/A

DESCRIPTION OF CHANGE TO CONTRACT:

Item #1: Provide labor, materials, equipment, and permit costs for the construction build-out of approximately 17,411 square feet of caged storage area and 1476 square feet of office space in areas14, 15, 24, 25, 28, and 31 located STC ASC level 1.

Add: $1,993,740.00

Item #2: Allowance Reduction - Reduce the construction allowance by $1,993,740.00 from $2,298,888.00 to $305,148.00 to cover the cost of Item #1.

Deduct: ($1,993,740.00)

(The language above will be exactly what will appear on the actual Change Order under "Description of Change".)

REASON FOR CHANGE: Item #1: Owner Request – Design of this project has been completed and construction costs have been negotiated for the full scope of construction. The work consists of the construction of caged storage areas and office spaces. Construction costs are for the following, demolition, framing and drywall, electrical and low voltage, lighting, doors and hardware, fire sprinkler, fire alarm, HVAC, flooring, painting, signage, and general condition/general requirement costs. Item #2 Allowance Reduction – Reduction of construction allowance to cover cost of Item #1.

SOURCE OF FUNDS: PREVIOUSLY APPROVED GENERAL AIRPORT REVENUE BONDS

Is above change within the intended scope of the original contract? Yes No

EXPLAIN: Previously Presented Bulletin(s): NA (Copy Attached) Previously Approved Field Change Order(s): NA (Copy Attached)

Contractor's Original RCO Submission $ 2,212,078.00

GOAA/OAR Estimate $ 2,477,769.84

(a) Change Contract Amount By $ 0.00

(b) Amount of Associated Additional A/E Fees (Not for Approval / For Info. Only) $ 0.00 (c) Amount of Associated Additional OAR Fees (Not for Approval / For Info. Only) $ 0.00 (d) Total Cost Impact of this Change (d = a + b + c) $ 0.00

Is there any potential backcharge to the A/E? Yes No Omissions $ 0.00 Errors $ 0.00

PREPARED BY: Scott Shedek, GOAA PHONE: 407-825-2465

NOTE: All Agenda Items are to be submitted to GOAA’s Construction-Engineering-Financial (CEF) Consultant no later than the close of business on Monday for inclusion on the following week's Construction Committee Agenda.

GOAA’s CEF Consultant Date Received: Date Review Completed: Initials of Reviewer: Verification of Funding by CF

ANSER ADVISORY 6/23/2021 6/30/2021

tara.ciaglia
Text Box
ITEM 2-D 7/6/2021

GOAA Construction Form 004 (Rev. #13, 2/9/10)

GREATER ORLANDO AVIATION AUTHORITY

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

CHANGE ORDER AGENDA

FOR CONSTRUCTION COMMITTEE

CHANGE ORDER #02 AMOUNT $0.00 Extension Of Time (Subst.): 0 Days

Extension Of Time (Final): 0 Days

CONTRACT NO. & DESCRIPTION:

BP-S00187 Buildout of LST Level 2 Post SSCP & ASC Levels (D/B)

DATE: 7/6/21

CONTRACTOR: RL Burns, Inc.

A/E: N/A

DESCRIPTION OF CHANGE TO CONTRACT:

Item #1: Provide labor, materials, equipment to construct a temporary laydown yard for the South Terminal Complex Tenant Buildout Contractors for use during the buildout of tenant spaces (BP-S00182, BP-S00184, BP-S00185, BP-S00187). Work includes restoring the area to its original condition following construction. Add: $56,353.86

Item #2: Allowance Reduction - Reduce the construction allowance by $56,353.86, from $1,793,092.89 to $1,736,739.03 to cover the cost of Item #1. Deduct: ($56,353.86)

(The language above will be exactly what will appear on the actual Change Order under "Description of Change".)

REASON FOR CHANGE: Owner Request - This change is needed to provide the Tenant Buildout contract teams with a laydown area near the South Terminal for temporary storage of construction materials and tools, and to place trash and recycling dumpsters near the job site. Millings to be Owner provided.

SOURCE OF FUNDS: PREVIOUSLY APPROVED GENERAL AIRPORT REVENUE BONDS

Is above change within the intended scope of the original contract? Yes No

EXPLAIN: Previously Presented Bulletin(s): NA (Copy Attached) Previously Approved Field Change Order(s): NA (Copy Attached)

Contractor's Original RCO Submission $ 56,353.86

GOAA/OAR Estimate $ 50,607.15

(a) Change Contract Amount By $ 0.00

(b) Amount of Associated Additional A/E Fees (Not for Approval / For Info. Only) $ 0.00 (c) Amount of Associated Additional OAR Fees (Not for Approval / For Info. Only) $ 0.00 (d) Total Cost Impact of this Change (d = a + b + c) $ 0.00

Is there any potential backcharge to the A/E? Yes No Omissions $ 0.00 Errors $ 0.00

PREPARED BY: Jamie McGonagill, GOAA PHONE: 407-825-6565

NOTE: All Agenda Items are to be submitted to GOAA’s Construction-Engineering-Financial (CEF) Consultant no later than the close of business on Monday for inclusion on the following week's Construction Committee Agenda.

GOAA’s CEF Consultant Date Received: Date Review Completed: Initials of Reviewer: Verification of Funding by CF

ANSER ADVISORY 6/25/2021 6/30/2021

tara.ciaglia
Text Box
ITEM 2-E 7/6/2021

GOAA Construction Form 004 (Rev. #13, 2/9/10)

GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport, One Jeff Fuqua Boulevard

Orlando, Florida 32827-4399

CHANGE ORDER AGENDA FOR CONSTRUCTION COMMITTEE

CHANGE ORDER # 04 AMOUNT $ 7,737.00 Extension Of Time (Subst.): 0 Days

Extension Of Time (Final): 0 Days

CONTRACT NO. & DESCRIPTION:

E-235, North Complex PA System Upgrade, Phase 1

DATE: 7/06/2021

CONTRACTOR: Quality Cable Contractors, Inc.

A/E: Matern Professional Engineering, Inc.

DESCRIPTION OF CHANGE TO CONTRACT: Item No. 1 (RCO No.7) Provide all labor, equipment, and materials to convert the existing background music line level audio signal to a digital format. Background music shall be generated from the IED equipment located in the North Terminal, comm. Room 4410, and transmitted to the IED equipment located at Airside 2, comm. Room 1683. All mounting hardware, software, and required licenses shall also be included. ADD: $2,850.00 Item No. 2 (RCO No.8) Provide all labor, equipment, and materials to investigate the existing ambient noise sensor (ANS) infrastructure within Wings 7 and 9 to reroute the circuits to the respective comm. Rooms. All Wing 7 ANS’s shall be routed to comm. room AS2 W07 01 2542 and all Wing 9 ANS’s shall be routed to comm. room AS2 W09 01 4512, all as indicated in RFI No.3. ADD: $4,887.00 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.

REASON FOR CHANGE: Item No.1 Design Error: Once the new IED equipment was installed at AS2, it was discovered that the existing background music signal could not be utilized and needed to be converted to a digital signal. Without converting to a digital signal, background music could be broadcast throughout AS2, but the old IED equipment would need to remain in place. By installing a converter within Landside comm. room 4410, the background music signal is converted to digital, allowing a direct connection to the new AS2 IED equipment. This direct connection to the new IED equipment would then allow for the demolition of the old IED equipment at AS2. The requirement for converting the existing background music signal to a digital signal was not identified within the contract documents. This item compensates the contractor for the installation and licenses associated with the installation of an analog to COBRANET converter. Item No.2 Design Error: The existing configuration of the ambient noise sensors (ANS) at AS2 has all existing ANS’s wired back to comm. room 01-1683. Within the contract documents, sheets TAD-3.02.4 through TAD-3.02.7 indicate that the existing ambient noise sensors are to be reused. RFI-03 indicates that all Wing 7 ANS’s should be wired back to comm. room 01-2542 and all Wing 9 ANS’s wired to comm. room 01-4512. This item compensates the contractor for the additional man-hours to investigate the new route and to rework the existing cables, so they are routed to the new comm. rooms, as indicated in RFI-03.

SOURCE OF FUNDS: Previously Approved Capital Expenditure Funds (308.631.210.5660003.000.501447)

Is above change within the intended scope of the original contract? Yes No

tara.ciaglia
Text Box
ITEM 2-F 7/6/2021

GOAA Construction Form 004 (Rev. #13, 2/9/10)

EXPLAIN: The installation of Speakers and Ambient Noise Sensors are part of the original contract.

Previously Presented Bulletin(s): N/A (Copy Attached) Previously Approved Field Change Order(s): N/A (Copy Attached)

Contractor's Original RCO Submission $ 9,173.00 GOAA/OAR Estimate $ 7,942.54 (a) Change Contract Amount By $ 7,737.00 (b) Amount of Associated Additional A/E Fees (Not for Approval /

For Info. Only) $ 0.00

(c) Amount of Associated Additional OAR Fees (Not for Approval / For Info. Only)

$ 0.00

(d) Total Cost Impact of this Change (d = a + b + c) $ 7,737.00

Is there any potential back charge to the DCC? Yes No Omissions $ 0.00 Errors $ T.B.D.

PREPARED By: Nils Johnson, CCS PHONE: X1444

NOTE: All Agenda Items are to be submitted to GOAA’s Construction-Engineering-Financial (CEF) Consultant no later than the close of business on Monday for inclusion on the following week's Construction Committee Agenda.

GOAA’s CEF Consultant

Date Received: Date Review Completed: Initials of Reviewer: Verification of Funding by CF ANSERADVISORY 6/22/21 6/29/21

ITEM CM@R PROJECT ACTION DESCRIPTION OF CHANGE3-A Hensel Phelps

ConstructionBP-S00143South Terminal C, Phase 1 -Airside Terminal, Structure and Enclosure(GMP No. 6-S.1)

Subcontract Modification

CR0980-6S1-RFI 3096 Area 28 Transfer Level Restroom Damper

Subcontractor: Randall Mechanical, Inc.

3-B Hensel Phelps Construction

BP-S00144South Terminal C, Phase 1 -Airside Enclosure and Exterior Finishes(GMP No. 6-S.2)

Subcontract Modification

CR0816-6S2-RFIs 2735 and 2735.1; Non-Rated DLA Light in Rated Ceiling

Subcontractor: BergElectric Corp. dba Bergelectric Corp. Contractors and Engineers

3-C Hensel Phelps Construction

BP-S00144South Terminal C, Phase 1 -Airside Enclosure and Exterior Finishes(GMP No. 6-S.2)

Subcontract Modification

CR0848.1-6S2-RFIs 2749-2749.3; UPS Power and Circuits at MDF and IDF Rooms (CWA BP-S144-032)

Subcontractor: BergElectric Corp. dba Bergelectric Corp. Contractors and Engineers

3-D Turner-Kiewit Joint Venture

BP-S00147South Terminal C, Phase 1 -Landside Terminal Remaining Structure and Systems (GMP No. 7-S.1)

Subcontract Modification

CR1821-LST-RFIs 5814-5814.3-Concrete Slab at Vestibules

Subcontractor: Hommes Masonry, Inc dba Toltec Construction

3-E Turner-Kiewit Joint Venture

BP-S00149South Terminal C, Phase 1 -Ground Transportation Facility-FDOT (GMP No. 8-S)

Subcontract Modification

CR1848-8S-GTF-RFI 6470-LV lighting Control Racks Data Drops

Subcontractor: Aireko Energy Solutions US, LLC

3-F Hensel Phelps Construction

BP-S00168South Terminal C, Phase 1 -Interior Finishes and Specialties (GMP No. 6-S.4)

Subcontract Modification

CR0992-6S4-RFI 3129 Series; Coring for FF&E Poke-Through Floor Boxes

Subcontractor: Hensel Phelps Construction (Self-Perform)

3-G Turner-Kiewit Joint Venture

BP-S00173South Terminal C, Phase 1 -Landside Terminal, MEP Systems - FDOT (GMP No. 7-S.3)

Subcontract Modification

CR1861-LST-Level 1 Chilled Water Reroute at Trash Compactor-Back Charge

Subcontractor: Kirlin Florida, LLC; M.C. Dean, Inc.

3-H Turner-Kiewit Joint Venture

BP-S00181South Terminal C, Phase 1 -Ground Transportation Facility (GMP No. 8-S.1)

Subcontract Modification

CR1898-8S.1-GTF-APM Glass Replacement-Back Charge

Subcontractor: Pece of Mind Disposal, Inc.; CT Windows, LLC dba AluminumArchitectural Techniques

Tuesday, July 6, 2021

CONSTRUCTION COMMITTEE MEETINGSOUTH TERMINAL C – PHASE 1

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

Page 1 of 1South Terminal C ‐ Phase 1

BBC/GMP

tara.ciaglia
Text Box
ITEM 3 7/6/2021

GMP Budget, Buyout & Contingency Management BP-S143

GMP 6S.1 GREATER ORLANDO AVIATION AUTHORITY SOUTH TERMINAL C, PHASE ONE PROJECT

GMP Budget, Buyout & Contingency Form Page 1 of 1

This Form cannot be used to change the Project guaranteed maximum price or substantial completion date(s).

Project/GMP: BP-S143 (GMP 6S.1) South Terminal C, Phase 1 – Airside Terminal, Structure & Enclosure

Committee Date: July 06, 2021 CCM Reference #: 20180410.008

CM@R: Hensel Phelps Construction Subcontractor(s): Randall Mechanical, Inc.

Title/Description: CR0980-6S1-RFI 3096 Area 28 Transfer Level Restroom Damper

To PROPOSED ACTION (select all that apply) ☒ P1 Owner Contingency: ($1,516.00) ☐ CMAR Contingency:

☐ Budget Reallocation: ☐ Subcontract Award: ☒ Subcontract Modification: $1,516.00

If Owner Contingency is selected, is work required to complete job? ☒ Yes ☐ No (Note: If no, then SMF is required)

To Is there a schedule impact to the critical path associated with this action? ☐ Yes ☒ No (Note: If yes, OAR Schedule Analysis Provided)

SUMMARY DESCRIPTION OF SUBCONTRACT MODIFICATION/AWARD:

Bid Package for BP-S143 23.01 “HVAC” was previously awarded within GMP 6S.1 to Randall Mechanical, Inc., CC No. 20180410.008.

Hensel Phelps Construction is requesting to issue a Subcontractor Modification to Randall Mechanical, Inc. in the Lump Sum amount of

$1,516.00 for CR0980-6S1-RFI 3096 Area 28 Transfer Level Restroom Damper. The modified scope of work consists of the costs associated

with furnishing and installation of a fire-rated damper for the exhaust air riser servicing Men’s Restroom 02.3319 in Area 28 Transfer Level,

including angles, access door and insulation, per RFI 3096 response.

The approval of this Subcontractor Modification to Randall Mechanical, Inc. resolves all requests for costs and time associated with RFI

3096 in GMP 6S1. There are no impacts to GMPs 6S, 6S2, 6S3, 6S4, and 6S5.

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.

To REASON: Design Omission – Fire rated damper required in Area 28 Restroom 02.3319 to maintain the fire-rating of the Transfer Level

slab, per RFI 3096.

HP to issue a subcontract modification to Randall Mechanical, Inc. in the lump sum amount of: $1,516.00

Deduct from P1 Owner Contingency: ($1,516.00)

☐ Bid Package ☐ Quotes Received ☐ Directly Negotiated

To Committed MWBE Percentage: 0% Committed LDB Percentage: 0% Committed DBE Percentage: 0%

CM approved by: Signature: Date:

OAR approved by: Signature: Date:

Signature above indicates concurrence with all actions proposed within this form. All Agenda

items are to be submitted to GOAA's Construction-Engineering-Financial (CEF) Consultant.

Source of Funds:

GOAA’s Legal Consultant: Nelson Mullins

Signature: Date: Verification of Funding by CF:

GOAA’s CEF Consultant: Anser Advisory

Signature: Date:

06/28/2021

06/29/2021

P1 PFC, Garbs

David Busch

Scott Mizell

6/29/21

6/29/21

kryan
KMR2
tara.ciaglia
Text Box
ITEM 3-A 7/6/2021

GREATER ORLANDO AVIATION AUTHORITY

Orlando International Airport5850-B Cargo Road

Orlando, Florida 32827-4399

MEMORANDUM

To: Members of the Construction Committee

From: George I. Morning, Director of Small Business Development Department

Date: July 06, 2021

Re: Request for Approval of a Subcontract Modification to the Construction Management at Risk (CM@R)Entity Services for the South Terminal C, Phase 1 Agreement with Hensel Phelps Construction for BP-S00143 (GMP 6-S.1), South Terminal C, Phase 1 — Airside Terminal, Structure and Enclosure toRandall Mechanical, Inc. for CR0980-6S1-RFI 3096 Area 28 Transfer Level Restroom Damper,Orlando International Airport.

Hensel Phelps Construction is committed to twenty percent (20%) MWBE and four percent (4%) LDBparticipation for Construction Services.

The subcontractor identified and committed to participate on BP-S00143 (GMP 6-S.1) for this subcontractmodification is Randall Mechanical, Inc. (Non-MWBE/LDB/VBE). There is no small business participationassociated with this modification.

GMP Budget, Buyout & Contingency Management BP-S144

GMP 6S.2 GREATER ORLANDO AVIATION AUTHORITY SOUTH TERMINAL C, PHASE ONE PROJECT

GMP Budget, Buyout & Contingency Form Page 1 of 1

This Form cannot be used to change the Project guaranteed maximum price or substantial completion date(s).

Project/GMP: BP-S144 (GMP 6S.2) South Terminal C, Phase 1 – STC Airside Enclosure & Exterior Finishes

Committee Date: July 06, 2021 CCM Reference #: 20180605.006

CM@R: Hensel Phelps Construction Subcontractor(s): Bergelectric Corp

Title/Description: CR0816-6S2-RFI 2735 & 2735.1; Non-Rated DLA Light in Rated Ceiling

To PROPOSED ACTION (select all that apply) ☒ P1 Owner Contingency: ($5,553.00) ☐ CMAR Contingency:

☐ Budget Reallocation: ☐ Subcontract Award: ☒ Subcontract Modification: $5,553.00

If Owner Contingency is selected, is work required to complete job? ☒ Yes ☐ No (Note: If no, then SMF is required)

To Is there a schedule impact to the critical path associated with this action? ☐ Yes ☒ No (Note: If yes, OAR Schedule Analysis provided)

SUMMARY DESCRIPTION OF SUBCONTRACT MODIFICATION/AWARD:

Bid Package for BP-S144 26.01 “ASC Electrical Systems” was previously awarded within GMP 6S.2 to Bergelectric Corp, CC No. 20180605.006.

Hensel Phelps Construction is requesting to issue a Subcontractor Modification to Bergelectric Corp in the Lump Sum amount of $5,553.00 for

CR0816-6S2-RFI 2735 & 2735.1; Non-Rated DLA Light in Rated Ceiling. The modified scope of work consists of the costs and credits associated

with replacing the non-rated type DLA Can Light fixtures with fire-rated light fixtures type I2 (Strip fixture) and type SL10S19 (10” round slim flat-

panel LED) in several rooms in the ASC Transfer Level Areas 14, 17, 25, 27 and 30, per RFI 2735 and 2735.1 responses. The non-rated DLA light

fixtures have been purchased and will be turned over to the Owner.

The approval of this Subcontractor Modification to Bergelectric Corp resolves all requests for costs and time associated with RFIs 2735 and 2735.1

in GMP 6S.2. There are no impacts to GMPs 6S, 6S.1, 6S.3, 6S.4, 6S.5 and 6S.6.

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.

To REASON: Design Error – Replace the non-rated type DLA Can Light fixtures with fire-rated light fixtures type I2 (Strip fixture) and type SL10S19 to

maintain the integrity of the 2-Hour fire-rated ceiling, per RFI 2735 and 2735.1.

HP to issue a subcontract modification to Bergelectric Corp in the lump sum amount of: $5,553.00

Deduct from P1 Owner Contingency: ($5,553.00)

☐ Bid Package ☐ Quotes Received ☐ Directly Negotiated

To Committed MWBE Percentage: 0% Committed LDB Percentage: 0% Committed DBE Percentage: 0%

CM approved by: Signature: Date:

OAR approved by: Signature: Date:

Signature above indicates concurrence with all actions proposed within this form. All Agenda

items are to be submitted to GOAA's Construction-Engineering-Financial (CEF) Consultant.

Source of Funds:

GOAA’s Legal Consultant: Nelson Mullins

Signature:

Date: Verification of Funding by CF:

GOAA’s CEF Consultant: Anser Advisory

Signature:

Date:

06/28/2021

06/29/2021

P1 PFC, Garbs

6/29/21

6/29/21

David Busch

Scott Mizell

kryan
KMR2
tara.ciaglia
Text Box
ITEM 3-B 7/6/2021

GREATER ORLANDO AVIATION AUTHORITY

Orlando International Airport5850-B Cargo Road

Orlando, Florida 32827-4399

MEMORANDUM

To: Members of the Construction Committee

From: George I. Morning, Director of Small Business Development Department

Date: July 06, 2021

Re: Request for Approval of a Subcontract Modification to the Construction Management at Risk EntityServices for the South Airport Terminal C, Phase 1 Agreement with Hensel Phelps Construction for BP-S144 (GMP 6-S.2) South Terminal C, Phase 1 – STC Airside Enclosure & Exterior Finishes toBergelectric Corp. for CR0816-6S2-RFI 2735 & 2735.1; Non-Rated DLA Light in Rated Ceiling,Orlando International Airport.

Hensel Phelps Construction is committed to twenty percent (20%) MWBE and four percent (4%) LDB participation for Construction Services.

The subcontractor identified and committed to participate on BP-S144 (GMP 6-S.2) for this subcontract modification is Bergelectric Corp. (Non-MWBE/LDB/VBE). There is 28% MWBE participation associated with this modification.

MWBE UTILIZATION FORM FOR NON-FEDERALLY FUNDED PROJECTSPLEASE COMPLETE THIS FORM

This form should be used to report Construction and Engineering /Professional Services activities.

Name of Airport: Orlando International Airport Telephone No: (407) 825-7130

Address: One Jeff Fuqua Boulevard, Orlando, FL 32827

1. Construction Information: 4. Engineering/Professional Services Information:

Subcontract Modification:

2. MWBE Goal by Group Representation: 5. MWBE Goal by Group Representation:Asian Pacific American - Actual Result 0% Asian Pacific American Actual ResultAsian Subcontinent American - Actual Result 0% Asian Subcontinent American Actual ResultBlack American - Actual Result 0% Black American Actual ResultCaucasian Female American - Actual Result 0% Caucasian Female American Actual ResultHispanic American 1,572.62 Actual Result 28% Hispanic American Actual ResultNative American - Actual Result 0% Native American Actual ResultOther Actual Result 0% Other Actual ResultTotal MWBE Goal 1,572.62 Actual Result 28% Total MWBE Goal - Actual Result

3.a. Prime Contractor Information: 6.b. Engineering / Professional Service Firm Information:Name: Hensel Phelps Construction Name:

Address: 6557 Hazeltine National Drive, Suite One Address:City, State, Zip: Orlando, Florida 32822 City, State, Zip:

Telephone: (407) 856-2400 Telephone:

3.b. Name and Address of MWBE Subcontractor 6.b. Name and Address of MWBE SubconsultantName: Name:

Address: Address:City, State, Zip: City, State, Zip:

Telephone: Telephone:3.c. *Identity: 6.c. *Identity:

Work Item(s): Work Item(s):Amount of Subcontract Amount of SubcontractPercent of Prime Contract (%): Percent of Prime Contract (%):

Signature: Edelis Molina Date: 07/06/21

* In Items 3.c. and 6.c. above specify the identity of MWBE Subcontractors and E/PS Firms (e.g. Black American, Hispanic American, Asian Subcontinent American, Asian Pacific American, Caucasian Female American, Native American & Other)

I certify that the information included on this form and its attachment is correct

for George I. Morning, Director of Small Business Development Department

Project Name & Number: Request for Approval of a Subcontract Modification to the Construction Management at Risk Entity Services for the South Airport Terminal C, Phase 1 Agreement withHensel Phelps Construction for BP-S144 (GMP 6-S.2) South Terminal C, Phase 1 – STC Airside Enclosure & Exterior Finishes to Bergelectric Corp. for CR0816-6S2-RFI 2735 &2735.1; Non-Rated DLA Light in Rated Ceiling, Orlando International Airport.

$5,553.00

Diversified Supply, Inc.

$1,573

Hispanic American

Subcontract Modification:

28%

407-277-7000

4749 Patch Road, Suite 200Orlando, FL 32822

Material Vendor $2,621 x 60%

GMP Budget, Buyout & Contingency Management BP-S144

GMP 6S.2 GREATER ORLANDO AVIATION AUTHORITY SOUTH TERMINAL C, PHASE ONE PROJECT

GMP Budget, Buyout & Contingency Form Page 1 of 1

This Form cannot be used to change the Project guaranteed maximum price or substantial completion date(s).

Project/GMP: BP-S144 (GMP 6S.2) South Terminal C, Phase 1 – STC Airside Enclosure & Exterior Finishes

Committee Date: July 06, 2021 CCM Reference #: 20180605.006

CM@R: Hensel Phelps Construction Subcontractor(s): Bergelectric Corp

Title/Description: CR0848.1-6S2-RFI 2749-2749.3; UPS Power and Circuits at MDF & IDF Rooms (CWA BP-S144-032)

To PROPOSED ACTION (select all that apply) ☒ P1 Owner Contingency: ($57,849.00) ☐ CMAR Contingency:

☐ Budget Reallocation: ☐ Subcontract Award: ☒ Subcontract Modification: $57,849.00

If Owner Contingency is selected, is work required to complete job? ☒ Yes ☐ No (Note: If no, then SMF is required)

To Is there a schedule impact to the critical path associated with this action? ☐ Yes ☒ No (Note: If yes, OAR Schedule Analysis provided)

SUMMARY DESCRIPTION OF SUBCONTRACT MODIFICATION/AWARD: Bid Package for BP-S144 26.01 “ASC Electrical Systems” was previously awarded within GMP 6S.2 to Bergelectric Corp, CC No. 20180605.006.

Hensel Phelps Construction is requesting to issue a Subcontractor Modification to Bergelectric Corp in the Lump Sum amount of $57,849.00 for CR0848.1-6S2-RFI 2749-2749.3; UPS Power and Circuits at MDF & IDF Rooms. The responses to RFIs 2749 through 2749.3 provide power requirements to accommodate equipment loads for the Digital Video Management System (DVMS), Dynamic Signage, Life-Safety, and Distributed Antenna System (DAS), as determined through coordination efforts with GOAA vendors; and provided feeder schedules for added receptacles to cabinets and racks for the Uninterruptable Power System (UPS) in the MDF and IDF rooms. The modified scope of work consists of the costs associated with furnishing and installing conduits, wires, and receptacles for the added receptacles at the MDF/IDF rooms for the UPS panels, as well as added wiring and circuits to the electrical scope based on the associated updated low voltage and power drawings , as outlined in the RFIs 2749-2749.3 responses.

The approval of this Subcontractor Modification to Bergelectric Corp resolves all requests for costs and time associated with RFI 2749, 2749.1, 2749.2 and 2749.3 in GMP 6S.2 and closes out CWA BP-S144-032. Impacts from RFI 2749 and 2749.1 to GMP 6S.4 were approved via CC No. 20210427.03Q. There are no cost impacts from RFI 2749.2 and 2749.3 to GMP 6S.4. There are no impacts from RFI 2749 through 2749.3 to GMPs 6S, 6S.1, 6S.3, and 6S.5.

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.

To REASON: Owner Requested – Design Progression; Revised UPS and PDU drawings to coordinate with GOAA IT required PDU part selections and

revisions based on equipment loads for Digital Video Management Systems, Dynamic Signage, Life-Safety, and Distributed Antenna System.

HP to issue a subcontract modification to Bergelectric Corp in the lump sum amount of: $57,849.00

Deduct from P1 Owner Contingency: ($57,849.00)

☐ Bid Package ☐ Quotes Received ☐ Directly Negotiated

To Committed MWBE Percentage: See Memo Committed LDB Percentage: 0% Committed DBE Percentage: 0%

CM approved by: Signature: Date:

OAR approved by: Signature: Date:

Signature above indicates concurrence with all actions proposed within this form. All Agenda

items are to be submitted to GOAA's Construction-Engineering-Financial (CEF) Consultant.

Source of Funds:

GOAA’s Legal Consultant: Nelson Mullins

Signature:

Date: Verification of Funding by CF:

GOAA’s CEF Consultant: Anser Advisory

Signature:

Date:

06/28/2021

06/28/2021

P1 PFC, Garb

David Busch

Scott Mizell

6/29/21

6/29/21

kryan
KMR2
tara.ciaglia
Text Box
ITEM 3-C 7/6/2021

GREATER ORLANDO AVIATION AUTHORITY

Orlando International Airport5850-B Cargo Road

Orlando, Florida 32827-4399

MEMORANDUM

To: Members of the Construction Committee

From: George I. Morning, Director of Small Business Development Department

Date: July 06, 2021

Re: Request for Approval of a Subcontract Modification to the Construction Management at Risk EntityServices for the South Airport Terminal C, Phase 1 Agreement with Hensel Phelps Construction for BP-S144 (GMP 6-S.2) South Terminal C, Phase 1 – STC Airside Enclosure & Exterior Finishes toBergelectric Corp. for CR0848.1-6S2-RFI 2749-2749.3; UPS Power and Circuits at MDF & IDF Rooms(CWA BP-S144-032), Orlando International Airport.

Hensel Phelps Construction is committed to twenty percent (20%) MWBE and four percent (4%) LDB participation for Construction Services.

The subcontractor identified and committed to participate on BP-S144 (GMP 6-S.2) for this subcontract modification is Bergelectric Corp. (Non-MWBE/LDB/VBE). There is 18% MWBE participation associated with this modification.

MWBE UTILIZATION FORM FOR NON-FEDERALLY FUNDED PROJECTSPLEASE COMPLETE THIS FORM

This form should be used to report Construction and Engineering /Professional Services activities.

Name of Airport: Orlando International Airport Telephone No: (407) 825-7130

Address: One Jeff Fuqua Boulevard, Orlando, FL 32827

1. Construction Information: 4. Engineering/Professional Services Information:

Subcontract Modification:

2. MWBE Goal by Group Representation: 5. MWBE Goal by Group Representation:Asian Pacific American - Actual Result 0% Asian Pacific American Actual ResultAsian Subcontinent American - Actual Result 0% Asian Subcontinent American Actual ResultBlack American - Actual Result 0% Black American Actual ResultCaucasian Female American - Actual Result 0% Caucasian Female American Actual ResultHispanic American 10,384.80 Actual Result 18% Hispanic American Actual ResultNative American - Actual Result 0% Native American Actual ResultOther Actual Result 0% Other Actual ResultTotal MWBE Goal 10,384.80 Actual Result 18% Total MWBE Goal - Actual Result

3.a. Prime Contractor Information: 6.b. Engineering / Professional Service Firm Information:Name: Hensel Phelps Construction Name:

Address: 6557 Hazeltine National Drive, Suite One Address:City, State, Zip: Orlando, Florida 32822 City, State, Zip:

Telephone: (407) 856-2400 Telephone:

3.b. Name and Address of MWBE Subcontractor 6.b. Name and Address of MWBE SubconsultantName: Name:

Address: Address:City, State, Zip: City, State, Zip:

Telephone: Telephone:3.c. *Identity: 6.c. *Identity:

Work Item(s): Work Item(s):Amount of Subcontract Amount of SubcontractPercent of Prime Contract (%): Percent of Prime Contract (%):

Signature: Edelis Molina Date: 07/06/21

* In Items 3.c. and 6.c. above specify the identity of MWBE Subcontractors and E/PS Firms (e.g. Black American, Hispanic American, Asian Subcontinent American, Asian Pacific American, Caucasian Female American, Native American & Other)

I certify that the information included on this form and its attachment is correct

for George I. Morning, Director of Small Business Development Department

Project Name & Number: Request for Approval of a Subcontract Modification to the Construction Management at Risk Entity Services for the South Airport Terminal C, Phase 1 Agreement withHensel Phelps Construction for BP-S144 (GMP 6-S.2) South Terminal C, Phase 1 – STC Airside Enclosure & Exterior Finishes to Bergelectric Corp. for CR0848.1-6S2-RFI 2749-2749.3; UPS Power and Circuits at MDF & IDF Rooms (CWA BP-S144-032), Orlando International Airport.

$57,849.00

Diversified Supply, Inc.

$10,385

Hispanic American

Subcontract Modification:

18%

407-277-7000

4749 Patch Road, Suite 200Orlando, FL 32822

Material Vendor $17,308 x 60%

GMP Budget, Buyout & Contingency Management BP-S147 GMP 7-S.1 GREATER ORLANDO AVIATION AUTHORITY SOUTH TERMINAL C, PHASE ONE PROJECT

GMP Budget, Buyout & Contingency Form Page 1 of 1

This Form cannot be used to change the Project guaranteed maximum price or substantial completion date(s). Project/GMP: BP-S147 (GMP 7-S.1) South Terminal C, Phase 1 - Landside Terminal, Remaining Structures and Systems

Committee Date: July 06, 2021 CCM Reference #: 20181002.09

CMAR: Turner-Kiewit Joint Venture Subcontractor(s): Hommes Masonry, Inc dba Toltec Construction Title/Description: CR1821-LST-RFI 5814-5814.3-Concrete Slab at Vestibules.

PROPOSED ACTION (select all that apply) ☐ Owner Contingency P1: ☒ CMAR Contingency P1: ($6,738.00) ☐ Budget Reallocation: ☐ Subcontract Award: ☒ Subcontract Modification: $6,738.00 If Owner Contingency is selected, is work required to complete job? ☐ Yes ☐ No (Note: If no, then SMF is required.)

Is there a schedule impact to the critical path associated with this action? ☐ Yes ☒ No (Note: If yes, OAR Schedule Analysis Provided) SUMMARY DESCRIPTION OF SUBCONTRACT MODIFICATION/AWARD: Bid Package 4.0.0 “Masonry” was previously awarded within GMP 7S.1 to Hommes Masonry, Inc dba Toltec Construction, CC No. 20181002.09.

Turner-Kiewit Joint Venture (TKJV) is proposing a subcontract modification to Hommes Masonry, Inc dba Toltec Construction in the lump sum amount of $6,738.00 for CR1821-LST-RFI 5814-5814.3-Concrete Slab at Vestibules. RFIs 5814-5814.3 were issued to coordinate a solution to a recent field finding, which indicated that the thickness of the sloped concrete slab at the LST vestibules would not allow for a proper installation of the WH-2 ground Hydrants. RFI response confirmed a field revision to the concrete slope at the affected locations and modified the trench drains. The modified scope of work consists of labor, material, and equipment costs to reinforce, pour, finish, and cure the additional concrete set forth in RFIs 5814-5814.3 slab revisions.

The approval of this subcontract modification to Hommes Masonry, Inc dba Toltec Construction resolves all requests for cost and time associated with RFI 5814-5814.3 Concrete scope of work in GMP 7S.1. A CR is forthcoming for GMP 7S.3 Plumbing scope of work. There are no forthcoming CRs for RFIs RFI 5814-5814.3 in any other GMP.

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.

REASON: Buyout– RFI 5814-5814.3- Modifications to the concrete slope and trench drains to accommodate the field condition that the overall thickness of the sloped concrete slab at LST vestibules would not allow for proper installation of WH-2 ground hydrants. TKJV to issue a subcontract modification to Hommes Masonry, Inc dba Toltec Construction in the lump sum amount of: $6,738.00 Deduct from CMAR Contingency P1: ($6,738.00)

☐ Bid Package ☐ Quotes Received ☐ Directly Negotiated

Committed MWBE Percentage: See memo Committed LDB Percentage: 0% Committed DBE Percentage: 0% CM approved by:

Wende Morgan-Elliott

Signature: Date:

OAR approved by:

Torie Brooks

Signature: Date:

Signature above indicates concurrence with all actions proposed within this form. All Agenda items are to be submitted to GOAA's Construction-Engineering-Financial (CEF) Consultant.

Source of Funds:

GOAA’s Legal Consultant:

Nelson Mullins

Signature: Date: Verification of Funding by CF:

GOAA’s CEF Consultant:

Anser Advisory

Signature: Date:

kryan
KMR2
tara.ciaglia
Text Box
ITEM 3-D 7/6/2021

GREATER ORLANDO AVIATION AUTHORITY

Orlando International Airport5850-B Cargo Road

Orlando, Florida 32827-4399

MEMORANDUM

To: Members of the Construction Committee

From: George I. Morning, Director of Small Business Development Department

Date: July 06, 2021

Re: Request for Approval of a Subcontract Modification 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-S00147 (GMP 7-S.1), South Terminal C, Phase 1 - Landside Terminal Remaining Structure & Systemsto Hommes Masonry Inc. dba Toltec Construction for CR1821-LST-RFI 5814-5814.3-Concrete Slab atVestibules, Orlando International Airport.

Turner-Kiewit Joint Venture is committed to twenty percent (20%) MWBE and four percent (4%) LDB participation for Construction Services.

The subcontractor identified and committed to participate on BP-S00147 (GMP 7-S.1) for this subcontractmodification is Hommes Masonry Inc. dba Toltec Construction (MWBE). There is a 100% MWBE participationassociated with this modification.

MWBE UTILIZATION FORM FOR NON-FEDERALLY FUNDED PROJECTSPLEASE COMPLETE THIS FORM

This form should be used to report Construction and Engineering /Professional Services activities.

Name of Airport: Orlando International Airport Telephone No: (407) 825-7130

Address: One Jeff Fuqua Boulevard, Orlando, FL 32827

1. Construction Information: 4. Engineering/Professional Services Information:

Subcontract Modification:

2. MWBE Goal by Group Representation: 5. MWBE Goal by Group Representation:Asian Pacific American - Actual Result 0% Asian Pacific American Actual ResultAsian Subcontinent American - Actual Result 0% Asian Subcontinent American Actual ResultBlack American - Actual Result 0% Black American Actual ResultCaucasian Female American - Actual Result 0% Caucasian Female American Actual ResultHispanic American 6,738.00 Actual Result 100% Hispanic American Actual ResultNative American - Actual Result 0% Native American Actual ResultOther Actual Result 0% Other Actual ResultTotal MWBE Participation 6,738.00 Actual Result 100% Total MWBE Participation - Actual Result

3.a. Prime Contractor Information: 6.b. Engineering / Professional Service Firm Information:Name: Turner-Kiewit Joint Venture Name:

Address: 11140 Canal Road Address:City, State, Zip: Orlando, FL 32827 City, State, Zip:

Telephone: (305) 240-2210 Telephone:

3.b. Name and Address of MWBE Subcontractor 6.b. Name and Address of MWBE SubconsultantName: Hommes Masonry, Inc., dba Toltec Construction Name:

Address: 334 E. Bay Street Address:City, State, Zip: Winter Garden, FL 34787 City, State, Zip:

Telephone: (407) 654-2648 Telephone:3.c. *Identity: 6.c. *Identity:

Work Item(s): Work Item(s):Amount of Subcontract Amount of SubcontractPercent of Prime Contract (%): Percent of Prime Contract (%):

Signature: Edelis Molina Date: 07/06/21

* In Items 3.c. and 6.c. above specify the identity of MWBE Subcontractors and E/PS Firms (e.g. Black American, Hispanic American, Asian Subcontinent American, Asian Pacific American, Caucasian Female American, Native American & Other)

Project Name & Number: Request for Approval of a Subcontract Modification to the Construction Management at Risk (CM@R) Entity Services for the South Terminal C, Phase 1 Agreement withTurner-Kiewit Joint Venture for BP-S00147 (GMP 7-S.1), South Terminal C, Phase 1 - Landside Terminal Remaining Structure & Systems to Hommes Masonry Inc. dba ToltecConstruction for CR1821-LST-RFI 5814-5814.3-Concrete Slab at Vestibules, Orlando International Airport.

Subcontract Modification:

I certify that the information included on this form and its attachment is correct

for George I. Morning, Director of Small Business Development Department

100%

Masonry

$6,738.00

$6,738.00

Hispanic American

GMP Budget, Buyout & Contingency Management BP-S149 GMP 8-S GREATER ORLANDO AVIATION AUTHORITY SOUTH TERMINAL C, PHASE ONE PROJECT

GMP Budget, Buyout & Contingency Form Page 1 of 1

This Form cannot be used to change the Project guaranteed maximum price or substantial completion date(s). Project/GMP: BP-S149 (GMP 8-S) South Terminal C, Phase 1-Ground Transportation Facility-FDOT

Committee Date: June 6, 2021 CCM Reference #: 20191217.004

CMAR: Turner-Kiewit Joint Venture Subcontractor(s): Aireko Energy Solutions US, LLC. Title/Description: CR1848-8S-GTF-RFI 6470-LV lighting Control Racks Data Drops

PROPOSED ACTION (select all that apply) ☒ Owner Contingency: $(31,996.00) ☐CMAR Contingency:☐ Budget Reallocation: ☐ Subcontract Award: ☒ Subcontract Modification: $31,996.00If Owner Contingency is selected, is work required to complete job? ☒ Yes ☐ No (Note: If no, then SMF is required.)

Is there a schedule impact to the critical path associated with this action? ☐ Yes ☒ No (Note: If yes, OAR schedule analysis provided.)

SUMMARY DESCRIPTION OF SUBCONTRACT MODIFICATION/AWARD:

Bid Package 26.0.0 “Electrical & low Voltage” was previously awarded within GMP 8S Amendment 1 to Aireko Energy Solutions US, LLC., CC No. 20191217.004.

Turner-Kiewit Joint Venture (TKJV) is proposing a Subcontract Modification to Aireko Energy Solutions US, LLC. in the lump sum amount of $31,996.00 for CR1848-8S-GTF-RFI 6470-LV lighting Control Racks Data Drops. The Lighting Control System (LCS) contractor provided new data requirements, adding 12 data connections from GTF lightning Control Racks (LCR1, LCR2 and LCR3) to the closest Main Distribution Frame (MDF)/Intermediate Distribution Frame (IDF). RFI 6470 issued drawing updates showing the revised data drops for these racks. The modified scope of work consists of additional labor, material, and equipment costs to incorporate the new data requirements for the GTF lighting control racks set forth in RFI 6470.

The approval of this subcontract modification to Aireko Energy Solutions US, LLC. resolves all requests for costs and time associated with RFI 6470 for GMP 8S. There are no forthcoming CRs associated with RFI 6470 in 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.

REASON: Owner Requested-Design Progression – RFI 6470-Information from lighting Control system contractor has provided new data requirements, resulting in additional data drops. TKJV to issue a subcontract modification to Aireko Energy Solutions US, LLC. in the lump sum amount of: $31,996.00 Deduct from Owner Contingency: $(31,996.00)

☐ Bid Package ☐ Quotes Received ☐ Directly Negotiated

Committed MWBE Percentage: See Memo Committed LDB Percentage: 0% Committed DBE Percentage: See Memo. CM approved by:

Wende Morgan-Elliott

Signature: Date:

OAR approved by:

Carl McNutt

Signature: Date:

Signature above indicates concurrence with all actions proposed within this form. All Agenda items are to be submitted to GOAA's Construction-Engineering-Financial (CEF) Consultant.

Source of Funds:

GOAA’s Legal Consultant:

Nelson Mullins

Signature: Date: Verification of Funding by CF:

GOAA’s CEF Consultant:

Anser Advisory

Signature: Date:

6/28/2021

6/28/2021

P1/1X CFC,FDOT

6/29/21

6/29/21

kryan
KMR2
tara.ciaglia
Text Box
ITEM 3-E 7/6/2021

GREATER ORLANDO AVIATION AUTHORITY

Orlando International Airport5850-B Cargo Road

Orlando, Florida 32827-4399

MEMORANDUM

To: Members of the Construction Committee

From: George I. Morning, Director of Small Business Development Department

Date: July 06, 2021

Re: Request for Approval of a Subcontract Modification to the Construction Management at Risk(CM@R) Entity Services for the South Terminal C, Phase 1 Agreement with Turner-Kiewit JointVenture for BP-S00149 (GMP 8-S), South Terminal C, Phase 1 – Ground Transportation Facility(FDOT) to Aireko Energy Solutions US, LLC for CR1848-8S-GTF-RFI 6470-LV lighting ControlRacks Data Drops, Orlando International Airport.

Turner-Kiewit Joint Venture is committed to achieving 14.3% DBE participation for the Ground Transportation Facility (GTF) - Concrete and Electrical Low Voltage Scopes of this GMP 8-S.

The subcontractor identified and committed to participate on BP-S00149 (GMP 8-S) for this subcontractmodification is Aireko Energy Solutions US, LLC (MWBE, but not certified as DBE). There is 26% DBEparticipation associated with this modification.

DBE UTILIZATION FORM FOR FEDERALLY FUNDED PROJECTSPLEASE COMPLETE THIS FORM

This form should be used to report Construction and Engineering /Professional Services activities.

Name of Airport: Orlando International Airport Telephone No: (407) 825-7130

Address: One Jeff Fuqua Boulevard, Orlando, FL 32827

1. Construction Information: 4. Engineering/Professional Services Information:

Subcontract Modification:

2. DBE Goal by Group Representation: 5. DBE Goal by Group Representation:Asian Pacific American - Actual Result 0.0% Asian Pacific American Actual ResultAsian Subcontinent American - Actual Result 0.0% Asian Subcontinent American Actual ResultBlack American - Actual Result 0.0% Black American Actual ResultCaucasian Female American - Actual Result 0.0% Caucasian Female American Actual ResultHispanic American 8,315.00 Actual Result 26% Hispanic American Actual ResultNative American - Actual Result 0.0% Native American Actual ResultOther Actual Result 0.0% Other Actual ResultTotal DBE Participation 8,315.00 Actual Result 26% Total DBE Participation - Actual Result

3.a. Prime Contractor Information: 6.b. Engineering / Professional Service Firm Information:Name: Turner-Kiewit Joint Venture Name:

Address: 11068 Canal Road Address:City, State, Zip: Orlando, FL 32827 City, State, Zip:

Telephone: 305-240-2210 Telephone:

3.b. Name and Address of DBE Subcontractor 6.b. Name and Address of DBE SubconsultantName: Name:

Address: Address:City, State, Zip: City, State, Zip:

Telephone: Telephone:3.c. *Identity: 6.c. *Identity:

Work Item(s): Work Item(s):Amount of Subcontract Amount of SubcontractPercent of Prime Contract (%): Percent of Prime Contract (%):

Signature: Edelis Molina Date: 07/06/21

* In Items 3.c. and 6.c. above specify the identity of DBE Subcontractors and E/PS Firms (e.g. Black American, Hispanic American, Asian Subcontinent American, Asian Pacific American, Caucasian Female American, Native American & Other)

$8,315.0026%

I certify that the information included on this form and its attachment is correct

for George I. Morning, Director of Small Business Development Department

(407) 633-8822Hispanic AmericanLow Voltage

Quality Cable Contractors, Inc.207 N. Goldenrod Road, Suite 600Orlando, FL 32809

Project Name & Number: Request for Approval of a Subcontract Modification to the Construction Management at Risk (CM@R) Entity Services for the South Terminal C, Phase 1 Agreement withTurner-Kiewit Joint Venture for BP-S00149 (GMP 8-S), South Terminal C, Phase 1 – Ground Transportation Facility (FDOT) to Aireko Energy Solutions US, LLC for CR1848-8S-GTF-RFI 6470-LV lighting Control Racks Data Drops, Orlando International Airport.

Subcontract Modification: $31,996.00

GMP Budget, Buyout & Contingency Management BP-S168

GMP 6S.4 GREATER ORLANDO AVIATION AUTHORITY SOUTH TERMINAL C, PHASE ONE PROJECT

GMP Budget, Buyout & Contingency Form Page 1 of 1

This Form cannot be used to change the Project guaranteed maximum price or substantial completion date(s).

Project/GMP: BP‐S168 (GMP‐6S.4) South Terminal C, Phase 1 – Interior Finishes & Specialties

Committee Date: July 06, 2021 CCM Reference #: 20201208.02NN

CM@R: Hensel Phelps Construction Subcontractor(s): Hensel Phelps Construction (Self-Perform)

Title/Description: CR0992-6S4-RFI 3129 Series; Coring for FF&E Poke-Through Floor Boxes

To PROPOSED ACTION (select all that apply) ☒ P1 Owner Contingency: ($91,548.00) )

☐ CMAR Contingency:

☐ Budget Reallocation: ☐ Subcontract Award: ☒ Subcontract Modification: $91,548.00

If Owner Contingency is selected, is work required to complete job? ☒ Yes ☐ No (Note: If no, then SMF is required)

To Is there a schedule impact to the critical path associated with this action? ☒ Yes ☐ No (Note: If yes, OAR Schedule Analysis Provided)

SUMMARY DESCRIPTION OF SUBCONTRACT MODIFICATION/AWARD: Bid Package for “Self-Performed Concrete Work” was previously awarded via CR0800 to Hensel Phelps Construction, CC No. 20201208.02NN.

The response to RFI 3129 confirmed the revised locations of the electrical poke-through floor boxes that will service the Fixtures, Furniture and Equipment (FF&E) in Hold Room 02.3346 in the ASC Area 27 only. Similarly, Hensel Phelps Construction will coordinate the revised floor boxes locations throughout the Airside Concourse Building on Area by Area basis via forthcoming RFI 3129 Series as per the FF&E vendors drawings, which will have no additional cost or time impacts.

Hensel Phelps Construction is requesting to issue a Subcontractor Modifications to Hensel Phelps Construction in the Lump Sum amount of $91,548.00 for CR0992-6S4-RFI 3129 Series; Coring for FF&E Poke-Through Floor Boxes. The modified scope of work consists of the costs associated with coring drilling through the slab-on-metal-deck to allow installation of the electrical poke-through floor boxes required to power the furniture package in all areas throughout the Airside Concourse Building, as outlined in the attached FF&E Vendors’ drawings for the Arconas and Agati items only. Hensel Phelps has also submitted Time Impact Analysis (TIA 106.2688) requesting additional time associated with this scope of work in RFI 3129 Series.

Potential costs for the excluded scope of work as stated in Hensel Phelps Construction’s proposal may be submitted in future Contingency Requests. The approval of this Subcontract Modification to Hensel Phelps Construction resolves all requests for cost resulting from RFI 3129 Series scope of work in GMP 6S.4. There are no cost impacts to GMP 6S, 6S.1, 6S.2, 6S.3 and 6S.5. The OAR is evaluating TIA-106.2688 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.

To REASON: Owner Requested – Design Progression; the FF&E Vendor plans revised the locations of the electrical floor boxes, per RFI 3129 Series.

HP to issue a subcontract modification to Hensel Phelps Construction in the lump sum amount of: $91,548.00

Deduct from P1 Owner Contingency: ($91,548.00)

☐ Bid Package ☐ Quotes Received ☐ Directly Negotiated

To Committed MWBE Percentage: 0% Committed LDB Percentage: 0% Committed DBE Percentage: 0%

CM approved by: Signature: Date:

OAR approved by: Signature: Date:

Signature above indicates concurrence with all actions proposed within this form. All Agenda

items are to be submitted to GOAA's Construction-Engineering-Financial (CEF) Consultant.

Source of Funds:

GOAA’s Legal Consultant: Nelson Mullins

Signature: Date: Verification of Funding by CF:

GOAA’s CEF Consultant: Anser Advisory

Signature: Date:

06/28/2021

06/28/2021

P1 PFC, Garb

David Busch

Scott Mizell

6/29/21

6/29/21

kryan
KMR2
tara.ciaglia
Text Box
ITEM 3-F 7/6/2021

GREATER ORLANDO AVIATION AUTHORITY

Orlando International Airport5850-B Cargo Road

Orlando, Florida 32827-4399

MEMORANDUM

To: Members of the Construction Committee

From: George I. Morning, Director of Small Business Development Department

Date: July 06, 2021

Re: Request for Approval of a Subcontract Modification 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 (GMP 6-S.4), South Terminal C, Phase 1 – Finishes & Specialties for CR0992-6S4-RFI 3129Series; Coring for FF&E Poke-Through Floor Boxes, Orlando International Airport.

The subcontractor identified and committed to participate on BP-S00168 (GMP 6-S.4) for this subcontractmodification is Hensel Phelps Construction (Self-Perform) (Non-MWBE /LDB/VBE). There is no small businessparticipation associated with this modification.

Hensel Phelps Construction is committed to twenty percent (20%) MWBE and four percent (4%) LDB participation for Construction Services.

GMP Budget, Buyout & Contingency Management BP-S173

GMP 7S.3 GREATER ORLANDO AVIATION AUTHORITY SOUTH TERMINAL C, PHASE ONE PROJECT

GMP Budget, Buyout & Contingency Form Page 1 of 1

This Form cannot be used to change the Project guaranteed maximum price or substantial completion date(s).

Project/GMP: BP-S173 (GMP 7-S.3) South Terminal C, Phase 1 - Landside Terminal, MEP Systems - FDOT

Committee Date: July 6, 2021 CCM Reference #: 20181002.11

CM@R: Turner-Kiewit Joint Venture (TKJV) Subcontractor(s): Kirlin Florida, LLC; M.C. Dean, Inc.

Title/Description: CR1861-LST-Level 1 Chilled Water Reroute at Trash Compactor-Back Charge

PROPOSED ACTION (select all that apply) ☐ Owner Contingency: ☒ CMAR Contingency P1: $0.00

☐ Budget Reallocation: ☐ Subcontract Award: ☒ Subcontract Modification: See Below

If Owner Contingency is selected, is work required to complete job? ☐ Yes ☐ No (Note: If no, then SMF is required.)

Is there a schedule impact to the critical path associated with this action? ☐ Yes ☒ No (Note: If yes, OAR schedule analysis provided.)

SUMMARY DESCRIPTION OF SUBCONTRACT MODIFICATION/AWARD: Bid Package 26.0.0 “Electrical” was previously awarded within GMP 7S.3 to MC Dean, Inc., CC No. 20181002.11.

Conduits on Level 1, area 11 near the trash compactor were installed at the incorrect elevations and do not allow for chilled water piping to run under them as coordinated. These conduits are now energized and feeding the BHS. The chilled water is being offset to avoid this conduit and not interrupt power to the BHS. TKJV is proposing subcontract modifications to M.C. Dean, Inc. in the lump sum amount of ($21,387.00), and Kirlin Florida, LLC in the lump sum amount of $21,387.00 for CR1861-LST-Level 1 Chilled Water Reroute at Trash Compactor-Back Charge. The modified scope of work consists of labor, material and equipment costs associated with the reroute of chilled water piping on Level 1, Area 11 to avoid conflicts with existing conduits; however the costs are being backcharged to the electrical subcontractor resulting in no additional cost to the Owner.

The approval of these subcontract modifications to Kirlin Florida, LLC, and M.C. Dean, Inc. resolves all requests for cost and time associated with CR1861-LST-Level 1 Chilled Water Reroute at Trash Compactor-Back Charge scope of work in GMP 7S.3. There are no forthcoming CRs for this scope of work in any other GMP.

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.

REASON: Negotiated settlement between subcontractors – Deductive change order for the cost of chilled water piping that needs to be rerouted due to existing conduits that were installed incorrectly. Owner Requested – Design Progression; RFI 5260 relocated power distribution panel LSCEQH1DPBHSCS3 to provide necessary clearance for BHS equipment and ROW. TKJV to issue a subcontract modification to M.C. Dean, Inc. in the lump sum amount of: ($21,387.00) Add to CMAR Contingency: $21,387.00

TKJV to issue a subcontract modification to Kirlin Florida, LLC in the lump sum amount of: $21,387.00 Deduct from CMAR Contingency: ($21,387.00)

☐ Bid Package ☐ Quotes Received ☐ Directly Negotiated

Committed MWBE Percentage: See memo Committed LDB Percentage: 0% Committed DBE Percentage: 0% CM approved by:

Wende Morgan-Elliot

Signature: Date:

OAR approved by:

Torie Brooks

Signature: Date:

Signature above indicates concurrence with all actions proposed within this form. All Agenda items are to be submitted to GOAA's Construction-Engineering-Financial (CEF) Consultant.

Source of Funds:

GOAA’s Legal Consultant:

Nelson Mullins

Signature: Date: Verification of Funding by CF:

GOAA’s CEF Consultant:

Anser Advisory

Signature: Date:

6/28/2021

6/28/21

P1 PFC,FDOT

6/29/21

6/29/21

kryan
KMR2
tara.ciaglia
Text Box
ITEM 3-G 7/6/2021

GREATER ORLANDO AVIATION AUTHORITY

Orlando International Airport5850-B Cargo Road

Orlando, Florida 32827-4399

MEMORANDUM

To: Members of the Construction Committee

From: George I. Morning, Director of Small Business Development Department

Date: July 06, 2021

Re: Request for Approval of Subcontract Modifications 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-S00173 (GMP 7-S.3), South Terminal C, Phase 1 – Landside Terminal, MEP Systems - FDOT to KirlinFlorida, LLC and M.C. Dean, Inc. for CR1861-LST-Level 1 Chilled Water Reroute at Trash Compactor-Back Charge, Orlando International Airport.

The subcontractors identified and committed to participate on BP-S00173 (GMP 7-S.3) for these subcontractmodifications are M.C. Dean, Inc. (Non-DBE) and Kirlin Florida, LLC (Non-DBE).There is no small business participation associated with M.C. Dean, Inc.'s subcontract modification.There is 65% DBE participation associated with Kirlin Florida, LLC's subcontract modification.

Due to the funding source of this GMP 7-S.3, Turner-Kiewit Joint Venture proposed a 10% DBE participation goalfor Construction Services, in lieu of MWBE and LDB participation goals. As such, Turner-Kiewit Joint Venture’scommitted MWBE and LDB Construction Services goals are not affected by this modification.

Project Name & Number:

Prime Firm: Turner-Kiewit Joint Venture

Subcontractor Name: M.C. Dean, Inc.Subcontract Modification Amt: ($21,387.00)

Company NameAddressCity, State, ZipPhoneIdentityWork ItemAmount of Subcontract% of Prime Contract

DBE Participation $0.00Percentage 0%

Subcontractor Name: Kirlin Florida, LLCSubcontract Modification Amt: $21,387.00

Company Name Freedom Insulation, Inc.Address 5401 W. Kenndy Blvd.City, State, Zip Tampa, FL 33609 Phone (813) 880-8445Identity Caucasian Female AmericanWork Item InsulationAmount of Subcontract 13,923.00% of Prime Contract 65%

DBE Participation $13,923.00Percentage 65%

DBE Subcontractor/Subconsultant CertificationRequest for Approval of Subcontract Modifications 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-S00173 (GMP 7-S.3), South Terminal C, Phase 1 – Landside Terminal, MEP Systems - FDOT to Kirlin Florida,LLC and M.C. Dean, Inc. for CR1861-LST-Level 1 Chilled Water Reroute at Trash Compactor-Back Charge,Orlando International Airport.

GMP Budget, Buyout & Contingency Management BP-S181 GMP 8S.1 GREATER ORLANDO AVIATION AUTHORITY SOUTH TERMINAL C, PHASE ONE PROJECT

GMP Budget, Buyout & Contingency Form Page 1 of 1

This Form cannot be used to change the Project guaranteed maximum price or substantial completion date(s). Project/GMP: BP-S181 (GMP 8-S.1) South Terminal C, Phase 1 – Ground Transportation Facility

Committee Date: July 6, 2021 CCM Reference #: 20191217.10 20200825.02FF

CM@R: Turner-Kiewit Joint Venture (TKJV) Subcontractor(s): Pece of Mind Disposal, Inc and CT Windows, LLC dba Aluminum Architectural Techniques.

Title/Description: CR1898-8S.1-GTF-APM Glass Replacement-Back Charge

PROPOSED ACTION (select all that apply) ☐ Owner Contingency: ☒ CMAR Contingency P1: $0.00 ☐ Budget Reallocation: ☐ Subcontract Award: ☒ Subcontract Modification: See Below If Owner Contingency is selected, is work required to complete job? ☐ Yes ☐ No (Note: If no, then SMF is required.)

Is there a schedule impact to the critical path associated with this action? ☐ Yes ☒ No (Note: If yes, OAR schedule analysis provided.) SUMMARY DESCRIPTION OF SUBCONTRACT MODIFICATION/AWARD: Bid Package 2.0.0 “Demolition” was previously awarded within GMP 8S.1 to Pece of Mind Disposal, Inc, CC No. 20191217.10 Bid Package 8.2.0 “Curtainwall” was previously awarded via CR1002 to CT Windows, LLC dba Aluminum Architectural Techniques, CC No. 20200825.02FF

A pane of unitized curtain wall glass on the 6th floor of the APM was damaged during demolition activities in that area by Pece of Mind Disposal, Inc. This pane will be replaced by CT Windows, LLC dba Aluminum Architectural Techniques. TKJV is proposing subcontract modifications to Pece of Mind Disposal, Inc. in the lump sum amount of ($16,979.00), and CT Windows, LLC dba Aluminum Architectural Techniques, LLC in the lump sum amount of $16,979.00 for CR1898-8S.1-GTF-APM Glass Replacement-Back Charge. The modified scope of work consists of labor, material and equipment costs associated with the replacement of the damaged unitized curtain wall glass pane; however, the costs are being backcharged to the demolition subcontractor resulting in no additional cost to the Owner.

The approval of these subcontract modifications to CT Windows, LLC dba Aluminum Architectural Techniques and Pece of Mind Disposal, Inc. resolves all requests for cost and time associated with CR1898-8S.1-GTF-APM Glass Replacement-Back Charge scope of work in GMP 8S.1. There are no forthcoming CRs for this scope of work in any other GMP.

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.

REASON: Negotiated settlement between subcontractors – Deductive change order for the costs of the damaged curtainwall glass pane at the APM 6th floor that needs to be replaced.

d l d d b l d l f

TKJV to issue a subcontract modification to Pece of Mind Disposal, Inc the lump sum amount of: ($16,979.00) Add to CMAR Contingency: $16,979.00

TKJV to issue a subcontract modification to CT Windows, LLC in the lump sum amount of: $16,979.00 Deduct from CMAR Contingency: ($16,979.00)

☐ Bid Package ☐ Quotes Received ☐ Directly Negotiated

Committed MWBE Percentage: 0% Committed LDB Percentage: 0% Committed DBE Percentage: 0% CM approved by:

Wende Morgan-Elliot

Signature: Date:

OAR approved by:

Carl McNutt

Signature: Date:

Signature above indicates concurrence with all actions proposed within this form. All Agenda items are to be submitted to GOAA's Construction-Engineering-Financial (CEF) Consultant.

Source of Funds:

GOAA’s Legal Consultant:

Nelson Mullins

Signature: Date: Verification of Funding by CF:

GOAA’s CEF Consultant:

Anser Advisory

Signature: Date:

6/28/2021

6/28/2021

P1/P1X Garb,CFC

6/29/21

6/29/21

kryan
KMR2
tara.ciaglia
Text Box
ITEM 3-H 7/6/2021

GREATER ORLANDO AVIATION AUTHORITY

Orlando International Airport5850-B Cargo Road

Orlando, Florida 32827-4399

MEMORANDUM

To: Members of the Construction Committee

From: George I. Morning, Director of Small Business Development Department

Date: July 06, 2021

Re: Request for Approval of Subcontract Modifications 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-S181 (GMP 8-S.1) South Terminal C, Phase 1-Ground Transportation Facility to Pece of MindDisposal, Inc and CT Windows, LLC dba Aluminum Architectural Techniques for CR1898-8S.1-GTF-APM Glass Replacement-Back Charge, Orlando International Airport.

Turner-Kiewit Joint Venture is committed to twenty percent (20%) MWBE and four percent (4%) LDB participation for Construction Services.

The subcontractors identified and committed to participate on BP-S00181 (GMP 8-S.1) for these subcontractmodifications are Pece of Mind Disposal, Inc. (Non-MWBE/LDB/VBE) and CT Windows, LLC dba AluminumArchitectural Techniques (MWBE). There is no small business participation associated with Pece of MindDisposal, Inc.'s subcontract modification. There is a 100% MWBE participation associated with CT Windows,LLC dba Aluminum Architectural Techniques's subcontract modification.

Project Name & Number:

Prime Firm: Turner-Kiewit Joint Venture

Subcontractor Name: CT Windows, LLCSubcontract Modification: $16,979.00

Company Name CT Windows, LLCAddress 9195 Boggy Creek Road Suite 1City, State, Zip Orlando, FL 32824Phone 407-857-9237Identity Asian Subcontinent AmericanWork Item Glass ReplacementAmount of Subcontract $16,979.00 Percentage 100%

MWBE Participation $16,979.00Percentage 100%

Subcontractor Name: Pece of Mind Disposal, Inc.Subcontract Modification: ($16,979.00)

Company NameAddressCity, State, ZipPhoneIdentityWork ItemAmount of SubcontractPercentage

MWBE Participation $0.00Percentage 0.0%

MWBE Subcontractor/Subconsultant CertificationRequest for Approval of Subcontract Modifications 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-S181(GMP 8-S.1) South Terminal C, Phase 1-Ground Transportation Facility to Pece of Mind Disposal, Inc andCT Windows, LLC dba Aluminum Architectural Techniques for CR1898-8S.1-GTF-APM Glass Replacement-Back Charge, Orlando International Airport.

Greater Orlando Aviation Authority Page 1 of 3 Construction Committee Memorandums EDC-18j Rev. 10/09

Memorandum To: Members of the Construction Committee From: Davin Ruohomaki, Senior Director of Planning, Engineering & Construction (As prepared by Ross Spence, OAR) Date: July 6, 2021 Re: Request for Recommendation of Approval of an Amendment to Addendum No. 24 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-S148, South Terminal C, Phase 1 – Landside Terminal Finishes (GMP No. 7-S.2), at the Orlando International Airport

The attached Guaranteed Maximum Price (GMP) Amendment proposal from Turner-Kiewit Joint Venture for the Landside Terminal (LST) finishes includes the following contingency adjustments determined necessary to fund design bulletins and contingency requests based on budget evaluation by the STC Program Team.

1. Additional P1-P1X Owner Contingency for Furniture, Fixtures, & Equipment (FF&E), Terrazzo Artwork, and Ticket Counters.

2. Reallocation of P1 Allowance to P1 Owner Contingency. Upon approval, this amendment will revise the original GMP value as indicated in the table below.

GMP Total P1, P1X, CBP & TSA

Original GMP Budget*

Current GMP Budget**

Proposed GMP Amendment

Proposed GMP Total

Direct Cost of Work $75,517,808 $75,879,731 $0 $75,879,731 Unbought Scope $2,348,556 $1,923,415 $0 $1,923,415 Allowances $3,100,000 $1,183,941 ($483,941) $700,000 CM@R Contingency $4,048,318 $2,966,338 $0 $2,966,338 Owner Contingency $2,024,159 $2,699,615 $2,626,760 $5,326,375 P&P Bond $606,471 $589,489 $16,542 $606,031 Fee (4.211%) $3,690,744 $3,589,562 $90,930 $3,680,492 TOTAL $91,336,056 $88,832,091 $2,250,291 $91,082,382

*Approved at CCM 07/02/2019 Item 5 **Current GMP Budget as of CCM 06/22/2021

tara.ciaglia
Text Box
ITEM 4 7/6/2021

Greater Orlando Aviation Authority Page 2 of 3 Construction Committee Memorandums EDC-18j Rev. 10/09

GMP - P1 Original GMP Budget*

Current GMP Budget**

Proposed GMP Amendment

Proposed GMP Total

Direct Cost of Work $64,008,117 $63,289,084 $0 $63,289,084 Unbought Scope $1,947,966 $1,542,557 $0 $1,542,557 Allowances $2,611,126 $483,941 ($483,941) $0 CM@R Contingency $3,428,360 $2,331,472 $2,331,472 Owner Contingency $1,714,180 $2,029,043 $2,439,216 $4,468,259 P&P Bond $513,597 $484,434 $15,094 $499,528 Fee (4.211%) $3,125,545 $2,954,459 $82,972 $3,037,431 TOTAL $77,348,891 $73,114,990 $2,053,341 $75,168,331

GMP - P1X Original GMP Budget*

Current GMP Budget**

Proposed GMP Amendment

Proposed GMP Total

Direct Cost of Work $11,509,691 $11,169,070 $0 $11,169,070 Unbought Scope $400,590 $380,858 $0 $380,858 Allowances $488,874 $700,000 $0 $700,000 CM@R Contingency $619,958 $634,866 $0 $634,866 Owner Contingency $309,979 $293,542 $187,544 $481,086 P&P Bond $92,874 $91,529 $1,448 $92,977 Fee (4.211%) $565,199 $558,794 $7,958 $566,752 TOTAL $13,987,165 $13,828,659 $196,950 $14,025,609

GMP - CBP Original GMP Budget*

Current GMP Budget**

Proposed GMP Amendment

Proposed GMP Total

Direct Cost of Work $0 $801,689 $0 $801,689 Unbought Scope $0 $0 $0 $0 Allowances $0 $0 $0 $0 CM@R Contingency $0 $0 $0 $0 Owner Contingency $0 $56,317 $0 $56,317 P&P Bond $0 $6,444 $0 $6,444 Fee (4.211%) $0 $36,402 $0 $36,402 TOTAL $0 $900,852 $0 $900,852

GMP - TSA Original GMP Budget*

Current GMP Budget**

Proposed GMP Amendment

Proposed GMP Total

Direct Cost of Work $0 $619,888 $0 $619,888 Unbought Scope $0 $0 $0 $0 Allowances $0 $0 $0 $0 CM@R Contingency $0 $0 $0 $0 Owner Contingency $0 $320,713 $0 $320,713 P&P Bond $0 $7,082 $0 $7,082 Fee (4.211%) $0 $39,907 $0 $39,907 TOTAL $0 $987,590 $0 $987,590

Funding is from ___General Airport Revenue Bonds and Passenger Facility Charges _____________. Funding source verified by ___________________ of Construction Finance on ___/___/___ as correct and available.

06 30 21

Greater Orlando Aviation Authority Page 3 of 3 Construction Committee Memorandums EDC-18j Rev. 10/09

It is respectfully requested that the Construction Committee recommend to the Authority Board approval of an Amendment to Addendum No. 24 to the Construction Management at Risk (CM@R) Agreement for the South Terminal C, Phase 1 Complex with Turner-Kiewit Joint Venture for BP-S148, Landside Terminal Finishes (GMP No. 7-S.2) at the Orlando International Airport, in the amount of $2,250,291 for a revised GMP Total Amount of $91,082,382 as detailed above.

Direct Cost of Work $75,879,731 Unbought Scope $1,923,415 Allowances $700,000 CM@R Contingency $2,966,338 Owner Contingency $5,326,375 Payment and Performance Bond $606,031 Fee (4.211%) $3,680,492 TOTAL $91,082,382 Anser

LEGAL

kryan
KMR2

GREATER ORLANDO AVIATION AUTHORITY

Orlando International Airport5850-B Cargo Road

Orlando, Florida 32827-4399

MEMORANDUM

To: Members of the Construction Committee

From: George I. Morning, Director of Small Business Development Department

Date: July 06, 2021

Re: Request for Recommendation of Approval of an Amendment to Addendum No. 24 to the ConstructionManagement at Risk (CM@R) Entity Services for the South Terminal C, Phase 1 Agreement withTurner-Kiewit Joint Venture for BP-S148, South Terminal C, Phase 1 – Landside Terminal Finishes(GMP No. 7-S.2), at the Orlando International Airport

The proposed Amendment to Addendum No. 24 for BP-S00148 (GMP 7-S.2) does not have any impact on thesmall business participation. Currently, Turner-Kiewit Joint Venture's estimated cumulative participation for BP-S00148 (GMP 7-S.2) is 21% MWBE and 4% LDB/VBE for Construction Services.

Turner-Kiewit Joint Venture is committed to the established small business goals of twenty percent (20%) MWBE and four percent (4%) LDB for Construction Services.

Greater Orlando Aviation Authority Page 1 of 3 Construction Committee Memorandums EDC-18j Rev. 10/09

Memorandum To: Members of the Construction Committee From: Davin Ruohomaki, Senior Director of Planning, Engineering & Construction (As prepared by Ross Spence, OAR) Date: July 6, 2021 Re: Request for Recommendation of Approval of an Amendment to Addendum No. 21 to the

Construction Management at Risk (CM@R) Entity Services for the South Terminal C, Phase 1 (STC-P1) Agreement with Turner-Kiewit Joint Venture for BP-S00176, South Terminal C, Phase 1 – Site Logistics Relocation (GMP 18-S), at the Orlando International Airport.

The attached Guaranteed Maximum Price (GMP) Amendment proposal from Turner-Kiewit Joint Venture for the Site Logistics Relocation (SLR) releases remaining Campus Wide Enhancements (CWE) contingency balance from the GMP. Upon approval, this amendment will revise the original GMP value as indicated in the tables below.

GMP Total P1, P1X, & QTA & CWE

Original GMP Budget

Current GMP Budget**

Proposed GMP

Amendment Proposed GMP Total

Direct Cost of Work $22,231,359.00 $42,717,336.00 $0.00 $42,717,336.00 Unbought Scope $0.00 $0.00 $0.00 $0.00 Allowances $220,000.00 $0.00 $0.00 $0.00 CM@R Contingency $688,843.00 $12,258.00 $0.00 $12,258.00 Owner Contingency $673,541.00 $477,333.00 ($78,440.51) $398,892.49 P&P Bond $165,930.00 $299,492.00 ($606.00) $298,886.00 Fee $1,009,784.00 $1,832,054.00 ($3,329.00) $1,828,725.00 TOTAL $24,989,457.00 $45,338,473.00 ($82,375.51) $45,256,097.49

*Approved at CC No. 20180504.005 **Current GMP Budget as of CCM 6/22/2021

tara.ciaglia
Text Box
ITEM 5 7/6/2021

Greater Orlando Aviation Authority Page 2 of 3 Construction Committee Memorandums EDC-18j Rev. 10/09

GMP - P1 Original GMP Budget

Current GMP Budget**

Proposed GMP Amendment

Proposed GMP Total

Direct Cost of Work $0 $9,001,731 $0 $9,001,731 Unbought Scope $0 $0 $0 $0 Allowances $0 $0 $0 $0 CM@R Contingency $0 $12,247 $0 $12,247 Owner Contingency $0 $11,078 $0 $11,078 P&P Bond $0 $62,811 $0 $62,811 Fee $0 $382,689 $0 $382,689 TOTAL $0 $9,470,556 $0 $9,470,556

GMP - P1X Original GMP Budget

Current GMP Budget**

Proposed GMP

Amendment Proposed GMP Total

Direct Cost of Work $22,231,359.00 $27,814,945.50 $0.00 $27,814,945.50 Unbought Scope $0.00 $0.00 $0.00 $0.00 Allowances $220,000.00 $0.00 $0.00 $0.00 CM@R Contingency $688,843.00 $11.00 $0.00 $11.00 Owner Contingency $673,541.00 $387,814.49 $0.00 $387,814.49 P&P Bond $165,930.00 $204,469.59 ($12,691.86) $191,777.73 Fee $1,009,784.00 $1,195,850.51 ($156.90) $1,195,693.61 TOTAL $24,989,457.00 $29,603,091.09 ($12,848.76) $29,590,242.33

GMP - QTA Original GMP Budget

Current GMP Budget**

Proposed GMP Amendment

Proposed GMP Total

Direct Cost of Work $0 $1,760,302 $0 $1,760,302 Unbought Scope $0 $0 $0 $0 Allowances $0 $0 $0 $0 CM@R Contingency $0 $0 $0 $0 Owner Contingency $0 $0 $0 $0 P&P Bond $0 $12,335 $0 $12,335 Fee $0 $74,646 $0 $74,646 TOTAL $0 $1,847,283 $0 $1,847,283

GMP - CWE Original GMP Budget

Current GMP Budget**

Proposed GMP Amendment

Proposed GMP Total

Direct Cost of Work $0.00 $4,140,357.50 $0.00 $4,140,357.50 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 $78,440.51 ($78,440.51) $0.00 P&P Bond $0.00 $19,876.41 $12,085.86 $31,962.27 Fee $0.00 $178,868.49 ($3,172.10) $175,696.39 TOTAL $0.00 $4,417,542.91 ($69,526.75) $4,348,016.16

Greater Orlando Aviation Authority Page 3 of 3 Construction Committee Memorandums EDC-18j Rev. 10/09

Funding is from General Airport Revenue Bonds, GOAA Funds and Customer Facility Charges. Funding source verified by ___________________ of Construction Finance on ___/___/___ as correct and available.

It is respectfully requested that the Construction Committee recommend to the Authority Board approval of an Amendment to Addendum No. 21 to the Construction Management at Risk (CM@R) Agreement for the South Terminal C, Phase 1 Complex with Turner-Kiewit Joint Venture for BP-S00176, South Terminal C, Phase 1 – Site Logistics Relocation (GMP 18-S), in the deductive amount of ($82,375.51) for a revised total GMP total amount of $45,256,097.49 and authorize the subcontract modification identified above.

Direct Cost of Work $42,717,336.00 Unbought Scope $0.00 Allowances $0.00 CM@R Contingency $12,258.00 Owner Contingency $398,892.49 Payment and Performance Bond $298,886.00 Fee (4.211%) $1,828,725.00 TOTAL $45,256,097.49 Anser

LEGAL

06 30 21

kryan
KMR2

GREATER ORLANDO AVIATION AUTHORITY

Orlando International Airport5850-B Cargo Road

Orlando, Florida 32827-4399

MEMORANDUM

To: Members of the Construction Committee

From: George I. Morning, Director of Small Business Development Department

Date: July 06, 2021

Re: Request for Recommendation of Approval of an Amendment to Addendum No. 21 to the ConstructionManagement at Risk (CM@R) Entity Services for the South Terminal C, Phase 1 (STC-P1)Agreement with Turner-Kiewit Joint Venture for BP-S00176, South Terminal C, Phase 1 – SiteLogistics Relocation (GMP 18-S), at the Orlando International Airport.

Turner-Kiewit Joint Venture's deductive Amendment to Addendum No. 21 for BP-S00176 (GMP 18-S) does nothave any impact on the small business participation. Currently, Turner-Kiewit Joint Venture's estimatedcumulative participation for BP-S00176 (GMP 18-S) is 19% MWBE and 3% LDB/VBE for ConstructionServices.

Turner-Kiewit Joint Venture is committed to the established small business goals of twenty percent (20%) MWBE and four percent (4%) LDB for Construction Services.

Greater Orlando Aviation Authority Page 1 of 2 Construction Committee Memorandums EDC-18j Rev. 10/09

Memorandum To: Members of the Construction Committee

From: Davin Ruohomaki, Senior Director of Planning, Engineering & Construction (As prepared by Ross Spence, OAR)

Date: July 6, 2021

Re: Request for Recommendation of Approval of an Amendment to Addendum No. 23 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-S00178, South Terminal C, Phase 1 – Airfield Civil (GMP 19-S), at the Orlando International Airport.

The attached Guaranteed Maximum Price (GMP) Amendment proposal from Turner-Kiewit Joint Venture for the Airfield Civil (AFC) adds Owner Contingency for earthwork utilizing project H-S00021 project funds previously transferred to project BP-S00178.

Upon approval, this amendment will revise the original GMP value as indicated in the table below.

GMP Total P1 & P1X

Original GMP Budget*

Current GMP Budget**

Proposed GMP Amendment

Proposed GMP Total

Direct Cost of Work $211,798,063 $194,137,781 $0 $194,137,781 Unbought Scope $0 $1,551,928 $0 $1,551,928 CMAR Staff/Benefits $3,616,620 $3,616,620 $0 $3,616,620 CM@R Contingency $500,000 $479,477 $0 $479,477 Owner Contingency $500,000 $13,070 $831,885 $844,955 P&P Bond $1,550,503 $1,431,459 $6,603 $1,438,062 CCIP Insurance $6,108,610 $5,639,605 $23,499 $5,663,104 Fee (4.211%) $9,435,748 $8,711,294 $36,298 $8,747,592 TOTAL $233,509,544 $215,581,234 $898,285 $216,479,519

*Approved at CC No. 20190604.026**Current GMP Budget as of CCM 06/22/2021

This action revises direct cost of work, contingency, CCIP insurance, bond, and fee for scopes associated with Phase 1 and Phase 1 Expansion, for a new GMP total.

tara.ciaglia
Text Box
ITEM 6 7/6/2021

Greater Orlando Aviation Authority Page 2 of 2 Construction Committee Memorandums EDC-18j Rev. 10/09

GMP – P1 Original GMP Budget

Current GMP Budget

Proposed GMP Amendment

Proposed GMP Total

Direct Cost of Work $117,816,033 $119,919,269 $0 $119,919,269 Unbought Scope $0 $0 $0 $0 CMAR Staff/Benefits $2,011,802 $2,011,802 $0 $2,011,802 CM@R Contingency $278,133 $270,427 $0 $270,427 Owner Contingency $278,133 $13,070 $0 $13,070 P&P Bond $862,492 $874,477 $0 $874,477 CCIP Insurance $3,398,011 $3,445,228 $0 $3,445,228 Fee (4.211%) $5,248,784 $5,328,358 $0 $5,328,358 TOTAL $129,893,388 $131,862,631 $0 $131,862,631

GMP – P1X Original GMP Budget

Current GMP Budget

Proposed GMP Amendment

Proposed GMP Total

Direct Cost of Work $93,982,030 $74,218,512 $0 $74,218,512 Unbought Scope $0 $1,551,928 $0 $1,551,928 CMAR Staff/Benefits $1,604,818 $1,604,818 $0 $1,604,818 CM@R Contingency $221,867 $209,050 $0 $209,050 Owner Contingency $221,867 $0 $831,885 $831,885 P&P Bond $688,011 $556,982 $6,603 $563,585 CCIP Insurance $2,710,599 $2,194,377 $23,499 $2,217,876 Fee (4.211%) $4,186,964 $3,382,936 $36,298 $3,419,234 TOTAL $103,616,156 $83,718,603 $898,285 $84,616,888

Funding is from General Airport Revenue Bonds . Funding source verified by ___________________ of Construction Finance on ___/___/___ as correct and available.

It is respectfully requested that the Construction Committee recommend to the Authority Board approval of an Amendment to Addendum No. 23 to the Construction Management at Risk (CM@R) Agreement for the South Terminal C, Phase 1 Complex with Turner-Kiewit Joint Venture for BP-S00178, South Terminal C, Phase 1 – Airfield Civil (GMP 19S), in the amount of $898,285 for a revised total GMP total amount of $216,479,519.

Direct Cost of Work $194,137,781 Unbought $1,551,928 CMAR Staff/Benefits $3,616,620 CM@R Contingency $479,477 Owner Contingency $844,955 Payment and Performance Bond $1,438,062 CCIP Insurance $5,663,104 Fee (4.211%) $8,747,592 TOTAL $216,479,519 Anser

LEGAL

06 30 21

kryan
KMR2

GREATER ORLANDO AVIATION AUTHORITY

Orlando International Airport5850-B Cargo Road

Orlando, Florida 32827-4399

MEMORANDUM

To: Members of the Construction Committee

From: George I. Morning, Director of Small Business Development Department

Date: July 06, 2021

Re: Request for Recommendation of Approval of an Amendment to Addendum No. 23 to the ConstructionManagement at Risk (CM@R) Entity Services for the South Terminal C, Phase 1 Agreement withTurner-Kiewit Joint Venture for BP-S00178, South Terminal C, Phase 1 – Airfield Civil (GMP 19-S), atthe Orlando International Airport.

The proposed Amendment to Addendum No. 23 for BP-S00178 (GMP 19-S) does not have any impact on thesmall business participation. Currently, Turner-Kiewit Joint Venture's estimated cumulative participation for BP-S00178 (GMP 19-S) is 17% MWBE and 3% LDB/VBE for Construction Services.

Turner-Kiewit Joint Venture is committed to twenty percent (20%) MWBE and four percent (4%) LDBparticipation for Construction Services.

Memorandum To: Members of the Construction Committee From: Cheri L. Baxter, Assistant Manager of Project Controls Date: July 6, 2021 Re: Request for Approval to Amend Existing PO Numbers 1006598 through 1006603 to

provide a Reduction of Services and the No Cost Reallocation of Per Copy Charges to Monthly Rental Fees for the various Toshiba copier purchase orders for W-S00129, South Terminal C, Phase 1 Staff Support Facilities and Maintenance Agreement for Facilities Maintenance Services associated with the STC Trailer Complex

On May 1, 2018, the Construction Committee approved the use of funds from W-S00129 to pay expenses related to the South Terminal C (STC) Trailer Complex. These expenses included water, pest control, security monitoring, dumpsters, landscaping, and lift station maintenance of the entire STC Trailer Complex along with the phones, cleaning services, and copiers in the GOAA/OAR occupied trailers. The Toshiba copier and plotter leases were subsequently executed for a term of 6/21/2018 through 6/28/2021. Since that time, it has been discovered that the current fiscal year was inadvertently underfunded for the period of 10/01/20 through 06/28/21 leaving a shortfall for the June 2021 monthly rental fees. In order to process the payment of these fees, the following reallocation will be needed utilizing the existing funds:

Toshiba Copier Oracle PO #

Per Copy Charges Available

Reduction of Per Copy Charges

Reallocation of Per Copy Charges to

Rental Fees*

Remaining Value

Toshiba 3505ac, F23347 (ProgMgmt-11338 TCS Rd #2 1006598 $9,327.04 ($8,900.00) $276.05 $703.09

Toshiba 3505ac, F23278 (STC OAR-11350 TCS Rd #1) 1006599 $9,322.77 ($8,900.00) $276.05 $698.82

Toshiba 3505ac, F23303 (Inspectors-11340 TCS Rd #3) 1006600 $5,438.56 ($5,000.00) $276.05 $714.61

Toshiba 8508a, F23300 (ProgMgmt-11350 TCS Rd #1) 1006601 $413.37 $0.00 $438.84 $852.21

FY21 Toshiba 8508a, F23190 (STC OAR-11350 TCS Rd #1) 1006602 $436.48 $0.00 $438.84 $875.32

HP Design Jet T2530 plotter, F24533 (STC OAR-11350 TCS Rd #1 1006603 $0.00 $0.00 $400.60 $400.60

TOTALS $24,938.22 ($22,800.00) $2,106.43 $4,244.65 *The reallocation amount for each PO is coming out of the proposed "Reduction of Per Copy Charges" column.

tara.ciaglia
Text Box
ITEM 7 7/6/2021

These reductions will achieve the following: • Allow the monthly rental fee invoices to be processed for June 2021. • Leave enough funding in the purchase orders to process the final invoices for the June 2021 per copy

charges. • Release the balance of the funding in order to partially fund Toshiba copier rentals for an additional 15

months (to be presented separately).

There is no impact on small business participation goals. Funding is from General Account Revenue Bonds, Passenger Facilities Charges, and Customer Facility Charges to the extent eligible. Funding source verified by _______________________ of Construction Finance on ___/___/___ as correct and available. It is respectfully requested that the Construction Committee approve amending existing PO numbers 1006598 through 1006603 to provide 1) a Reduction of Services and 2) the No Cost Reallocation of Per Copy Charges to Monthly Lease Fees for the various Toshiba copier purchase orders for W-S00129, South Terminal C, Phase 1 Staff Support Facilities and Maintenance Agreement for Facilities Maintenance Services associated with the STC Trailer Complex for the amount as shown below: Per Copy Charges $(22,800.00) Rental Fees $2,106.43 TOTAL $(20,693.57) Reviewed by AAC

06 30 21

Memorandum To: Members of the Construction Committee From: Davin Ruohomaki, Sr. Director of Engineering and Construction (As prepared by Ksenia Merck) Date: July 6, 2021 Re: Request for Approval of a Budget Reduction and Transfer to GMP 7S.2

from FF&E IT P1 Contingency from W-S00145 South Terminal C, Phase 1-Owner Furnished FF&E and IT Items at the Orlando International Airport

On February 4, 2020, the Construction Committee recommended approval of the FF&E and IT Estimate, Procurement Plan, and Process for Updating the Construction Committee for WS00145, South Terminal C, Phase 1-Owner Furnished FF&E and IT Items, which the Aviation Authority Board approved February 19, 2020. After several FF&E coordination meetings with GOAA Purchasing, HNTB and the OAR team, two detailed lists for Owner furnish with CMAR install FF&E items and CMAR furnish and install FF&E items have been provided and issued by HNTB as a part of a Campus Wide Specification. The majority of the items and costs are attributed to U. S. Customs and Border Protection (CBP) and a small portion are attributed to OPD and public items. The Construction Manager at Risk (CMAR) for BP-S00148 GMP 7S.2 has provided the pricing for this scope. The CBP portion is estimated by the CMAR at $768,800 and the OPD and public items are estimated at $6,200. A corresponding GMP 7S.2 Amendment is also on the July 6, 2021 CCM Agenda as well as a corresponding item for the July 12, 2021 CFOC Meeting. The CBP FFE Allowance line 218 activity and balance table is provided below for reference:

Line CBP Allowance Activity and Balance

CBP FF&E CMAR related furnish and install

218-CBP FF&E Allowance

$ 5,000,000.00 (original amount) $ 94,735.91 (CCM 3.2.21 Item 14) $ 5,094,735.91 adjusted total ($ 1,862,258.23) (CCM 3.2.21 Item 15- CBP FFE) $ 3,232,477.68 balance after CCM action on 3.2.21 ($ 1,951,185.20) (CCM 3.30.21 Item 5 for GOAA reimbursed CBP Procured IT equipment) $1,281,292.48 balance after CCM action on 3.30.21

$ 768,800

Amount remaining on Line 218 $ 512,492.48 The table reflects CCM actions and does not reflect actuals which will be reconciled later.

tara.ciaglia
Text Box
ITEM 8 7/6/2021

Due to the changes described above, the following transactions to/from Contingency are being requested: 1. The costs attributed to CBP (FF&E Allowance line 218) are to be moved to P1 Contingency.

From Line To Line Amount 218-CBP FFE Allowance ($768,800.00)

783.1 P1 Contingency $768,800.00 Due to the evolving CBP regulatory requirements, the CBP allowance will stay open until all items to be procured have been completed and the project is accepted by CBP. 2. Move the full amount for CBP and OPD and Public FF&E items from P1 Contingency to BP-

S00148 GMP 7S.2.

From Line Out of W-S00145 Amount 783.1 – P1 Contingency ($775,000.00) BP-S00148 GMP 7S.2 $775,000.00

The net effect on P1 Contingency (783.1) is a decrease of $6,200.00 and P1X Contingency (783.2) is $0.00. However, the net effect on the W-S00145 project is a decrease of $775,000.00. Funding is from the W-S00145 STC FF&E and IT Contingency funded from previously approved Capital Expenditure Funds and General Airport Revenue Bonds. Funding source verified by _______________________ of Construction Finance on ___/___/___ as correct and available. It is respectfully requested that the Construction Committee approve the Budget Reduction of FF&E IT P1 Contingency from W-S00145 South Terminal C, Phase 1-Owner Furnished FF&E and IT Items and the transfer of funds to BP-S00148 GMP 7S.2. Reviewed by AAC

06 30 21

GREATER ORLANDO AVIATION AUTHORITY

Orlando International Airport5850-B Cargo Road

Orlando, Florida 32827-4399

MEMORANDUM

To: Members of the Construction Committee

From: George I. Morning, Director of Small Business Development Department

Date: July 06, 2021

Re: Request for Approval of a Budget Reduction and Transfer to GMP 7S.2 from FF&E IT P1 Contingencyfrom W-S00145 South Terminal C, Phase 1-Owner Furnished FF&E and IT Items at the OrlandoInternational Airport

The Office of Small Business Development has reviewed the FF&E and IT Procurement Plan, and determinedthat, due to the specific nature of the required items, vendors for IT products are not required to propose anyMWBE/LDB participation for these items. In the procurement of FF&E items, participation goals of 17%MWBE and 1.7% LDB/VBE have been established for competitively bid items.

The subject request does not have any impact on the small business participation.

Greater Orlando Aviation Authority (12/14) Construction Committee Memorandums EDC-18a

Memorandum To: Members of the Construction Committee From: Dan Carrington, Environmental Manager Date: July 6, 2021 Re: Request for Approval of an Addendum to the Continuing Environmental

Engineering Services Agreement with AECOM Technical Services, Inc. for Implementation of Monitor Well Repair/Installation, One Semi-Annual Post–Active Remediation Monitoring (PARM) at the Former Dayron Facility, and Preparation of PARM Report for W-00072 OEA Remediation of Dayron Plume at Orlando Executive Airport.

Consultant’s proposal, dated June 21, 2021, is for implementation of one semi-annual groundwater monitoring plan with additional well replacement and 6 well repairs at the former Dayron facility at Orlando Executive Airport. The semi-annual PARM event is to be performed in October 2021. If approved, these services would be effective the date of Construction Committee approval. This continuing consultant was selected for this task based on ( all that apply):

Experience Available Personnel Current Workload Expertise Equitable Distribution Other:_______________

The MWBE/LDB participation has been reviewed by the Office of Small Business Development. Their findings and recommendation are attached. Funding is from OEA DFO Dayron. Funding source verified by _______________________ of Construction Finance on ___/___/___ as correct and available. It is respectfully requested that the Construction Committee approve an Addendum to the Continuing Environmental Engineering Services Agreement with AECOM Technical Services, Inc. for the services contained herein and the amount as shown below: Not to Exceed Fees $33,730.00 Lump Sum Fees $0.00 Not to Exceed Expenses $18,675.00 TOTAL $52,405.00 Reviewed by RWBC

06 30 21

tara.ciaglia
Text Box
ITEM 9 7/6/2021

GREATER ORLANDO AVIATION AUTHORITY

Orlando International Airport5850-B Cargo Road

Orlando, Florida 32827-4399

MEMORANDUM

To: Members of the Construction Committee

From: George I. Morning, Director of Small Business Development Department

Date: July 06, 2021

Re: Request for Approval of an Addendum to the Continuing Environmental Engineering ServicesAgreement with AECOM Technical Services, Inc. for Implementation of a One Semi-AnnualPost–Active Remediation Monitoring (PARM) at the Former Dayron Facility at Orlando ExecutiveAirport.

Our analysis indicates that AECOM Technical Services, Inc. is eligible for award of the subject Addendum.

We have reviewed the qualifications of the subject contract's MWBE/LDB/VBE specifications and determinedthat AECOM Technical Services, Inc. proposes 31.2% MWBE participation on this Addendum.

MWBE UTILIZATION FORM FOR NON-FEDERALLY FUNDED PROJECTSPLEASE COMPLETE THIS FORM

This form should be used to report Construction and Engineering /Professional Services activities.

Name of Airport: Orlando International Airport Telephone No: (407) 825-7130

Address: One Jeff Fuqua Boulevard, Orlando, FL 32827

1. Construction Information: 4. Engineering/Professional Services Information:

2. MWBE Goal by Group Representation: 5. MWBE Goal by Group Representation:Asian Pacific American Actual Result Asian Pacific American - Actual Result 0.0%Asian Subcontinent American Actual Result Asian Subcontinent American - Actual Result 0.0%Black American Actual Result Black American 6,064.00 Actual Result 11.6%Caucasian Female American Actual Result Caucasian Female American 920.00 Actual Result 1.8%Hispanic American Actual Result Hispanic American 9,361.00 Actual Result 17.9%Native American Actual Result Native American - Actual Result 0.0%Other Actual Result Other Actual Result 0.0%Total MWBE Participation - Actual Result Total MWBE Participation 16,345.00 Actual Result 31.2%

3.a. Prime Contractor Information: 6.b. Engineering / Professional Service Firm Information:Name: Name:

Address: Address:City, State, Zip: City, State, Zip:

Telephone: Telephone:

3.b. Name and Address of MWBE Subcontractor 6.b. Name and Address of MWBE SubconsultantName: Name:

Address: Address:City, State, Zip: City, State, Zip:

Telephone: Telephone:3.c. *Identity: 6.c. *Identity:

Work Item(s): Work Item(s):Amount of Subcontract Amount of SubcontractPercent of Prime Contract (%): Percent of Prime Contract (%):

Signature: Edelis Molina Date: 07/06/21

Please see attached

AECOM Technical Services, Inc.150 North Orange Avenue, Suite 200Orlando, FL 32801(803) 636-2425

Project Name & Number: Request for Approval of an Addendum to the Continuing Environmental Engineering Services Agreement with AECOM Technical Services, Inc. for Implementationof a One Semi-Annual Post–Active Remediation Monitoring (PARM) at the Former Dayron Facility at Orlando Executive Airport.

Addendum Amount: Addendum Amount: $52,405.00

* In Items 3.c. and 6.c. above specify the identity of MWBE Subcontractors and E/PS Firms (e.g. Black American, Hispanic American, Asian Subcontinent American, Asian Pacific American, Caucasian Female American, Native American & Other)

I certify that the information included on this form and its attachment is correct

for George I. Morning, Director of Small Business Development Department

Project Name & Number:

Prime Firm: AECOM Technical Services, Inc.

Addendum Amount: $52,405.00

Company Name Ambient Technologies, Inc. Southern Research Laboratories, Inc.Address 4610 Central Avenue 2251 Lynx Lane, Suite 1City, State, Zip St. Petersburg, FL 33711 Orlando, Florida 32804Phone (727) 328-0268 (407) 522-7100Identity Hispanic American Black American

Work Item Utility clearance, and well installation and development.

Environmental laboratory services

Amount of Subcontract $8,291.00 6,064.00Percentage 15.8% 11.6%

Company Name Vivid Consulting Group LLC Clark Environmental, Inc. Address 701 W. Fletcher Ave. Ste A. 755 Prairie Industrial PkwyCity, State, Zip Tampa, FL 33612 Mulberry, FL 33860 Phone 813-988-8100 (863) 425-4884Identity Hispanic American Caucasian Female American

Work Item Surveying services Transportation and disposal of investigative-derived waste

Amount of Subcontract $1,070.00 $920.00Percentage 2.0% 1.8%

Company NameAddressCity, State, ZipPhoneIdentityWork ItemAmount of SubcontractPercentage

Company NameAddressCity, State, ZipPhoneIdentityWork ItemAmount of SubcontractPercentage

$16,345.00 31.2%$52,405.00

MWBE Subcontractor/Subconsultant CertificationRequest for Approval of an Addendum to the Continuing Environmental Engineering Services Agreement withAECOM Technical Services, Inc. for Implementation of a One Semi-Annual Post–Active Remediation Monitoring(PARM) at the Former Dayron Facility at Orlando Executive Airport.

Memorandum

GREATER ORLANDO AVIATION AUTHORITY

Orlando International Airport One Jeff Fuqua Boulevard

Orlando, Florida, 32827-4392 (407) 825-2001

To: Members of the Construction Committee

From: Marie Dennis, Director of Finance

Date: July 6, 2021

Re: Request for Approval of an Addendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with AECOM Technical Services, Inc. to provide Fiscal Year (FY) 2021 Staff Extension Support Services for Construction Finance at Orlando International Airport

Consultant's proposal, dated June 23, 2021, is to provide FY 2021 Staff Extension Support Services for Construction Finance. These services include but are not limited to providing assistance to the GOAA staff in the areas of specialized and advanced administrative functions, public meeting assignments, and maintaining records and minutes for various meetings.

If approved, these services would be effective July 6, 2021, through September 30, 2021.

This continuing consultant was selected for this task based on (0 all that apply):

� Experience � Available Personnel � Current Workload

� Expertise � Equitable Distribution D Other: _____ _

The MWBE/LDB participation has been reviewed by the Office of Small Business Development. Their findings and recommendation are attached.

Funding is from Operations and Maintenance Fun (Budget Code 301.111.170.5310009.000.000000), Funding source verified by __,CJ..J.�������

:..-of Construction Finance on _s_/

29 I� as correct and available.

It is respectfully requested that the Construction Committee approve an Addendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with AECOM Technical Services, Inc. for the services contained herein and amount as shown below:

Not to Exceed Fees $36,288.00 Lump Sum Fees $0.00 Not to Exceed Expenses $0.00 TOTAL $36,288.00 Reviewed by AAC C L<::.<::

Req 89180

ti

tara.ciaglia
Text Box
ITEM 10 7/6/2021

GREATER ORLANDO AVIATION AUTHORITY

Orlando International Airport5850-B Cargo Road

Orlando, Florida 32827-4399

MEMORANDUM

To: Members of the Construction Committee

From: George I. Morning, Director of Small Business Development

Date: July 06, 2021

Re: Request for Recommendation of Approval of an Addendum to the Continuing Program and ProjectManagement Services (OAR Prime Entity) Agreement with AECOM Technical Services, Inc. toprovide Fiscal Year (FY) 2021 Staff Extension Support Services for Construction Finance at OrlandoInternational Airport

Our analysis indicates that AECOM Technical Services, Inc. is eligible for award of the subject Addendum.

We have reviewed the qualifications of the subject contract's MWBE/LDB/VBE specifications and determinedthat, due to the limited scope of the services to be provided, AECOM Technical Services, Inc. does notpropose any small business participation on this Addendum.

Greater Orlando Aviation Authority (12/14) Construction Committee Memorandums EDC-18a

Memorandum To: Members of the Construction Committee From: Dan Carrington Environmental Manager Date: July 6, 2021 Re: Request for Approval of an Addendum to the Continuing Environmental

Engineering Consultant Services Agreement with MSE Group, LLC to perform Intermediate–Depth Well Installation and Natural Attenuation Monitoring concerning HBJ Diesel Discharge at the Orlando International Airport

Consultant’s proposal, dated June 8, 2021 (revised June 25, 2021), is to perform well installation and natural attenuation monitoring which was requested by the Florida Department of Environmental Protection (FDEP) at the HBJ Fire Pump location. If approved, these services would be effective the date of Construction Committee approval. This continuing consultant was selected for this task based on ( all that apply):

Experience Available Personnel Current Workload Expertise Equitable Distribution Other:

The MWBE/LDB participation has been reviewed by the Office of Small Business Development. Their findings and recommendation are attached. Funding is from previously approved Capital Expenditure (308 711 1705310010 000 501159). Funding source verified by _______________________ of Construction Finance on ___/___/___ as correct and available. It is respectfully requested that the Construction Committee approve an Addendum to the Continuing Environmental Engineering Consultant Services Agreement with MSE Group, LLC for the services contained herein and the amount as shown below: Not to Exceed Fees $19,432.00 Lump Sum Fees $0.00 Not to Exceed Expenses $7,390.00 TOTAL $26,822.00 Reviewed by RWBC

06 30 21

tara.ciaglia
Text Box
ITEM 11 7/6/2021

GREATER ORLANDO AVIATION AUTHORITY

Orlando International Airport5850-B Cargo Road

Orlando, Florida 32827-4399

MEMORANDUM

To: Members of the Construction Committee

From: George I. Morning, Director of Small Business Development Department

Date: July 06, 2021

Re: Request for Approval of an Addendum to the Continuing Environmental Engineering ConsultantServices Agreement with MSE Group, LLC to perform Intermediate–Depth Well Installation andNatural Attenuation Monitoring concerning HBJ Diesel Discharge at the Orlando International Airport

We have reviewed the qualifications of the subject contract's MWBE/LDB/VBE specifications and determined that MSE Group, LLC proposes 10% MWBE participation on this Addendum.

Our analysis indicates that MSE Group, LLC is eligible for award of the subject Addendum.

MWBE UTILIZATION FORM FOR NON-FEDERALLY FUNDED PROJECTSPLEASE COMPLETE THIS FORM

This form should be used to report Construction and Engineering /Professional Services activities.

Name of Airport: Orlando International Airport Telephone No: (407) 825-7130

Address: One Jeff Fuqua Boulevard, Orlando, FL 32827

1. Construction Information: 4. Engineering/Professional Services Information:

2. MWBE Goal by Group Representation: 5. MWBE Goal by Group Representation:Asian Pacific American Actual Result Asian Pacific American - Actual Result 0%Asian Subcontinent American Actual Result Asian Subcontinent American - Actual Result 0%Black American Actual Result Black American 2,805.00 Actual Result 10%Caucasian Female American Actual Result Caucasian Female American - Actual Result 0%Hispanic American Actual Result Hispanic American - Actual Result 0%Native American Actual Result Native American - Actual Result 0%Other Actual Result Other Actual Result 0%Total MWBE Participation - Actual Result Total MWBE Participation 2,805.00 Actual Result 10%

3.a. Prime Contractor Information: 6.b. Engineering / Professional Service Firm Information:Name: Name: MSE Group, LLC

Address: Address: 5858 S. Semoran Blvd., Suite ACity, State, Zip: City, State, Zip: Orlando, FL 32822

Telephone: Telephone: (407) 906-0513

3.b. Name and Address of MWBE Subcontractor 6.b. Name and Address of MWBE SubconsultantName: Name:

Address: Address:City, State, Zip: City, State, Zip:

Telephone: Telephone:3.c. *Identity: 6.c. *Identity:

Work Item(s): Work Item(s):Amount of Subcontract Amount of SubcontractPercent of Prime Contract (%): Percent of Prime Contract (%):

Signature: Edelis Molina Date: 07/06/21

* In Items 3.c. and 6.c. above specify the identity of MWBE Subcontractors and E/PS Firms (e.g. Black American, Hispanic American, Asian Subcontinent American, Asian Pacific American, Caucasian Female American, Native American & Other)

I certify that the information included on this form and its attachment is correct

for George I. Morning, Director of Small Business Development Department

Addendum Amount: Addendum Amount:

10%

Black American 407-522-7100

Request for Approval of an Addendum to the Continuing Environmental Engineering Consultant Services Agreement with MSE Group, LLC to performIntermediate–Depth Well Installation and Natural Attenuation Monitoring concerning HBJ Diesel Discharge at the Orlando International Airport

$26,722.00

Analytical services$2,805.00

Project Name & Number:

Southern Research Laboratories, Inc.2251 Lynx Lane, Suite 1Orlando, FL 32804

Proposal E C O L O G I C A L │ E N V I R O N M E N T A L │ E N G I N E E R I N G

5858 S. Semoran Blvd. • Orlando, FL 32822 • 407.629.8180 (T) • 407.629.7595 (F)

June 8, 2021 (revised June 25, 2021) Electronic Mail Delivery Only

[email protected] Mr. Dan Carrington Greater Orlando Aviation Authority 5855 Cargo Road Orlando, Florida 32827 RE: Proposal for Intermediate-Depth Well Installation and Natural Attenuation Monitoring

HBJ Warehouse Diesel Discharge Greater Orlando Aviation Authority - Orlando International Airport Continuing Environmental Engineering Consulting Services - June 15, 2018

Dear Mr. Carrington:

MSE Group, LLC (MSE) is pleased to present our proposal for intermediate-depth well installation and Natural Attenuation Monitoring (NAM) services at the Greater Orlando Aviation Authority (GOAA) HBJ Warehouse site located at 7401 Dowden Road in Orlando, Florida. This scope will be conducted under MSE’s Agreement for Continuing Environmental Engineering Consulting Services dated June 15, 2018.

Background

On behalf of GOAA, MSE recently completed an Addendum to the Site Assessment Report (SAR) Addendum to determine whether residual groundwater impacts near the pumphouse building required further investigation. Monitoring wells MW-01 (source well) and MW-02 (downgradient well) were sampled and analyzed for petroleum constituents including volatile organic compounds (VOCs) and total recoverable petroleum hydrocarbons (TRPH). Exceedances of groundwater cleanup target levels (GCTLs) were reported for the sample collected from the source well at concentrations similar to what were reported for the SAR in January 2020.

In their review letter of the Addendum to the SAR Addendum, dated May 24, 2021, the Florida Department of Environmental Protection (FDEP) has requested vertical delineation of impacts in the source area to complete the site assessment. To do so, the FDEP has requested that an intermediate-depth monitoring well be constructed near well MW-01 and screened from 25 to 30 feet below ground surface (bgs).

It is expected that contaminant concentrations in the intermediate-depth range will be below GCTLs and that NAM will be authorized by the FDEP upon receipt of the analytical results. Therefore, this proposal includes costs associated with both the well installation and subsequent groundwater sampling associated with NAM.

Proposal for Well Installation and Natural Attenuation Monitoring HBJ Diesel Discharge

June 8, 2021

Page 2

Scope of Work

Task 1: Intermediate-Depth Monitoring Well Installation

Install one monitoring well, to be designated MW-01D, in the source area to a total depth of 30 feet bgs to determine whether the contaminant plume has migrated vertically. The well will be constructed by a licensed well driller using 1-inch diameter PVC, will be screened from 25-30 feet bgs (with a pre-packed filter), and will be finished flush-to-grade with a traffic-rated manhole. Following installation, the well will be developed until free of visible sediments. Development water will be drummed pending analytical results. Analytical results will be presented in a letter addendum to the SAR for FDEP review.

Task 2: Natural Attenuation Monitoring (NAM) and Reporting

Following installation of the intermediate well and approval by FDEP, initiate NAM in accordance with Rule 62-780.690, F.A.C. The proposed NAM plan scope includes the following:

• Groundwater sampling at three groundwater monitoring wells installed for the site assessment: MW-01 (source), MW-01D (intermediate source) and MW-02 (downgradient/point of compliance) on a semiannual basis for a period of two years. This proposal includes budget for 2 years of NAM (4 semiannual events). Quality assurance/quality control (QA/QC) samples will be collected for each event per FDEP SOPs.

• Conduct laboratory analysis of groundwater samples for VOCs by EPA Method 8260 and TRPHs by the FL-PRO Method.

• Concurrent with each sampling event, collect depth-to-water measurements from monitoring wells MW-01 to MW-05 and piezometers TMW-03 to TMW-06, to monitor the direction of groundwater flow in the upper surficial aquifer.

• Submit semiannual NAM reports to the Department. The NAM reporting will include copies of analytical reports, summary tables, field forms, and figures showing the site, sampling locations and areas of contamination, if present. The second semiannual NAM report will summarize the annual data and provide appropriate recommendations based on contaminant concentrations recorded over the first-year monitoring period. It is noted that the NAM plan presented here (and included in the SAR Addendum) has not yet been approved by the FDEP.

Assumptions

The following assumptions were used in the development of the scope of work and associated costs:

• The recommended NAM plan will be approved by the FDEP • NAM will be limited to 2 years • The supplemental assessment activities defined herein may not be adequate to satisfy FDEP

requirements. A separate proposal will be prepared should additional assessment work be required.

Proposal for Well Installation and Natural Attenuation Monitoring HBJ Diesel Discharge

June 8, 2021

Page 3

• Laboratory services will be provided on a standard turnaround time. Additional costs may be incurred if analytical data is rushed.

Cost Estimate

The scope of services defined above will be completed on a time and materials basis for each requested service per June 15, 2018 Continuing Environmental Engineering Consulting Services Contract and will not exceed $26,822.00. MSE will utilize the unit rates provided in Attachment A.

MWBE/LDB Commitment

MSE has teamed with Southern Research Laboratories, Inc., a certified Orange County Minority/Women Business Enterprise to provide the analytical services for this project. A breakout of the fees and expenses for SRL is provided in Attachment A and the cost backup for DrillPro is provided in Attachment B.

Closure

We appreciate the opportunity to submit this proposal. If you have any questions or require additional information, please contact me at 407.30.9568 or [email protected].

Very truly yours, MSE Group, LLC

Patrick Bendl James Cotton, PG Staff Geologist Contract Manager

Attachments:

Attachment A – Proposed Unit Rate Fees Attachment B – DrillPro Cost Estimate Attachment C – Truth in Negotiation Certificate

Cc. Robert Bogert, MSE Environmental Service Line Manager

PBendl
Bendl

Attachment A – Proposed Unit Rate Fees

ITEM RATE UNIT Number of Units Total

Principal Engineer/Scientist $231.00 Hour $0.00

Associate Engineer/Scientist $178.00 Hour $0.00

Senior II Professional $150.00 Hour 4 $600.00

Senior I Professional $126.00 Hour 32 $4,032.00

Project II Professional $113.00 Hour $0.00

Project I Professional $99.00 Hour $0.00

Staff II Professional $84.00 Hour 112 $9,408.00

Senior Technician $76.00 Hour 16 $1,216.00

Staff I Professional $70.00 Hour 48 $3,360.00

Admin/Clerical $51.00 Hour 16 $816.00

Level D PPE (Hard Hat, Work Gloves, Boots, Cotton Clothes, Safety Glasses) $25.00 Per Man/Day 10 $250.00

Disposable Gloves (Latex) $25.00 Box 2 $50.00

Crew Truck $130.00 Day 5 $650.00

YSI 556 (DO/COND/pH/ORP) with FLOW CELL $140.00 Day 4 $560.00

Turbidity Meter $50.00 Day 4 $200.00

Water Level indicator $50.00 Day 5 $250.00

3/8" Poly Down Well Tubing (100FT) $38.00 Roll 2 $76.00

Silicone Tubing $4.00 LF 15 $60.00

Peristaltic Pump $50.00 Day 4 $200.00

55 Gallon Drum (DOT Open Top Metal) $50.00 Each 2 $100.00

Drum disposal (Investigation-Derived Waste) $200.00 Each 2 $400.00

Mobilization + Crew $1,400.00 1/2 Day 1 $1,400.00

Well Materials $345.00 per well 1 $345.00

Permits $44.00 each 1 $44.00

Volatile Organic Aromatics/Halocarbons in Water by GC-MS (5030/8260) $85.00 Each 17 $1,445.00

Florida-Petroleum Range Organics in Soil and Waste (FL-PRO) $80.00 Each 17 $1,360.00

MSE NTE Labor $19,432.00 72.4%

MSE NTE Expenses $2,296.00 8.6%

NTE Subcontractor Expenses $5,094.00

Groundwater Protection (Drill Pro) $1,789.00 6.7%

Southern Research Laboratories (W/MBE) $2,805.00 10.5%

Clean Eartth $500.00 1.9%

Total NTE Amount $26,822.00

Continuing Environmental Engineering Consulting Services - June 15, 2018

Attachment A - Cost Estimate

June 25, 2021

MSE PERSONNEL LABOR

PERSONAL PROTECTIVE EQUIPMENT

SAMPLING/TESTING EQUIPMENT

HBJ - Natural Attenuation Monitoring (NAM) & Deep Well Construction

The above referenced fees and expenses are estimated. The actual fees and expenses will vary based on scope of work performed.

ANALYTICAL SERVICES - SOUTHERN RESEARCH LABORATORIES

IDW DISPOSAL - CLEAN EARTH

WELL INSTALLATION - DRILLPRO

Attachment B – DrillPro Cost Estimate

Sonic Auger DPT Horizontal Directional DrillingDATE: 5/3/2021

ESTIMATE #: GP 521001

ID QTY Unit Rate TOTAL

1 1 ls 500.00$ 500.00$

2 night 200.00$ -$

3 1 <1/2 day 900.00$ 900.00$

4 30 foot 5.00$ 150.00$

6 1 each 95.00$ 95.00$

7 1 each 100.00$ 100.00$

8 3 each 75.00$ Included

9 0 each 55.00$ -$

10 0 each 55.00$ -$

11 Permits (Orange County) 1 each 44.00$ 44.00$

-$

Completion: < 1/2 Day Subtotal 1,789.00$

Todd Hodgson TOTAL 1,789.00$ Vice President/Partner

Per Diem

Drums (Soil) (As Needed)

If you have any questions concerning this proposal contact Todd Hodgson at (407) 426-7885 or at [email protected].

THANK YOU FOR YOUR BUSINESS!

Drums (Water) (As Needed)

DPT Combo Rig and Crew

Signature : Todd Hodgson"Actual quantities used & days onsite will be invoiced"

Well Development (Up to 1/2 hour with pump)

1" PVC Temp Well Installation

1" x 5' PVC .006 Slot Prepack Screen, 3" Expendable Point

2' x 2' Concrete Pad w/8" Flush Manhole (If Needed)

DPT Well Install

DESCRIPTION

Mobilization/Demobilization

PROJECT DESCRIPTION:

(1) 1" x 30' PVC Well w/5' of .006 Slot Prepack Screen, 2' x 2' Pad/w8" Flush Completion, No Soil Sampling

(724) 591-6324

"Utility locates on Private Property are the responsibility of the client"***Damage to utilities on private property during borehole clearance are the responsibility of the client***

Note: It is Groundwater Protection policy that if 'Pea Gravel' is encountered, ANY type of boring/drilling will be terminated immediately and the boring location will need to be relocated to a clear location by the client.

Borehole Clearance to 5’ bgs beyond 30 minutes may require a change order for additional time.

CUSTOMER

MSE Group

PROJECT

OIA Well Installation7401 Dowden RoadOrlando, Florida 32827

Patrick Bendi

Orlando, Florida 328225858 S. Semoran Blvd

2300 Silver Star Road, Orlando, Florida (407) 426-7885 fax (407) 426-7586

Attachment C – Truth in Negotiation Certification

TRUTH IN NEGOTIATION CERTIFICATION

The Consultant hereby certifies, covenants, and warrants that wage rates and other factual unit costs

supporting the compensation for this project’s agreement are accurate, complete, and current at the

time of contracting.

The Consultant further agrees that the original agreement price and any additions thereto shall be

adjusted to exclude any significant sums by which the Aviation Authority determines the agreement

price was increased due to inaccurate, incomplete, or noncurrent wage rates and other factual unit

costs. All such agreement adjustments shall be made within (1) year following the end of the contract.

For purposes of this certificate, the end of the agreement shall be deemed to be the date of final billing

or acceptance of the work by the Aviation Authority, whichever is later.

Consultant ______________________________

By:_____________________________________

Print Name:_____________________________

Date: ________________________________

MSE Group, LLC

James Cotton, Sr Geologist

6/9/2021

GREATER ORLANDO AVIATION AUTHORITY

Memorandum

To:

From:

Date:

Members of the Construction Committee

Jeff Daniels: Assistant Director - Maintenance (Prepared by John Field)

July 06, 2021

Orlando International Airport One Jeff Fuqua Boulevard

Orlando, Florida, 32827-4392 (407) 825-2001

Re: Request for Approval of an Addendum to the Continuing MEP Engineering Services Agreement with SGM Engineering, Inc. to Provide Engineering Permit Drawings and Specifications for the Addition of Air Curtains Above Entrances at Centerfield, Westfield, and Eastfield Stations, Orlando International Airport.

Consultant's proposal, dated June 18, 2021, is to provide engineering permit drawings and specifications for the addition of air curtains that will be placed above the entrances at each of the above listed fire stations. One site visit will be conducted by a mechanical and an electrical engineer to obtain the existing site conditions for verification of the As-Built drawings.

If approved, these services would be effective the date of Construction Committee approval.

This continuing consultant was selected for this task based on (0 all that apply): IZ! Experience IZ! Expertise

D Available Personnel D Equitable Distribution

D Current Workload D Other: _____ _

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 Authority of any deviations.

The MWBE/LDB participation has been reviewed by the Office of Small Business Development.

Funding is from previously approved Operations and Maintenance 301.685.110.5460002.000.000000 Funding source verified bv//;u-/444 �onstruction Finance on� 29 /3:2__ as correct and available. '

It is respectfully requested that the Construction Committee approve an Addendum to the Continuing MEP Engineering Services Agreement with SGM Engineering, Inc. for the services contained herein and the amount as shown below: Not to Exceed Fees Lump Sum Fees Not to Exceed Expenses TOTAL Reviewed by AAC Greater Orlando Aviation Authority (6/18) Construction Committee Memorandums EDC-18a

$0.00 $5,848.00

$0.00 $5,848.00 Req 89176

710

tara.ciaglia
Text Box
ITEM 12 7/6/2021

GREATER ORLANDO AVIATION AUTHORITY

Orlando International Airport5850-B Cargo Road

Orlando, Florida 32827-4399

MEMORANDUM

To: Members of the Construction Committee

From: George I. Morning, Director of Small Business Development Department

Date: July 06, 2021

Re: Request for Approval of an Addendum to the Continuing MEP Engineering Services Agreement withSGM Engineering, Inc. to provide engineering permit drawings and specifications for the addition of aircurtains that will be placed above the entrances at Centerfield, Westfield, and Eastfield Stations theOrlando International Airport.

We have reviewed the qualifications of the subject contract's MWBE/LDB/VBE specifications and determinedthat, due to the limited and specialized scope of the required services, SGM Engineering, Inc. does notpropose any small business participation on this Addendum.

Our analysis indicates that SGM Engineering, Inc. is eligible for award of the subject Addendum.

Memorandum To: Members of the Construction Committee From: Dan Carrington, Environmental Manager Date July 6, 2021 Re: Request for Approval of an Amendment to Addendum 30 to the Continuing

Environmental Engineering Services Agreement with Terracon Consultants, Inc. to conduct Additional Well Abandonment Activities at the Former Test Injection Wells located in the South Terminal Complex area at Orlando International Airport

On December 15, 2020, the Construction Committee approved Addendum 30 in the amount of $87,701.00 to the above-referenced agreement. Since that time, it has been discovered that additional well abandonment services are required at one of the nine wells. These wells are located in South Terminal Complex (STC) at different depths. One of the wells has a large void at 1200 feet and needs to be abandon using a different methodology which is described in Consultant’s proposal, dated June 18, 2021. The wells are required to be properly abandoned per Florida Administration Code (FAC) and South Florida Water Management District (SFWMD) requirements. If approved, these services would be effective the date of Construction Committee approval. This continuing consultant was selected for this task based on ( all that apply):

Experience Available Personnel Current Workload Expertise Equitable Distribution Other: ______________

The MWBE/LDB participation has been reviewed by the Office of Small Business Development. Their findings and recommendation are attached. Funding is from previously approved Capital Expenditure and City of Orlando funds (005.Orlando). Funding source verified by _______________________ of Construction Finance on ___/___/___ as correct and available. It is respectfully requested that the Construction Committee approve an Addendum to the Continuing Environmental Engineering Services Agreement with Terracon Consultants, Inc. for the services included herein and the amount as shown below: Not to Exceed Fees $0.00 Lump Sum Fees $0.00 Not to Exceed Expenses $8,750.00 TOTAL $8,750.00 Reviewed by AAC

06 30 21

tara.ciaglia
Text Box
ITEM 13 7/6/2021

GREATER ORLANDO AVIATION AUTHORITY

Orlando International Airport5850-B Cargo Road

Orlando, Florida 32827-4399

MEMORANDUM

To: Members of the Construction Committee

From: George I. Morning, Director of Small Business Development Department

Date: July 06, 2021

Re: Request for Approval of an Amendment to Addendum 30 to the Continuing EnvironmentalEngineering Services Agreement with Terracon Consultants, Inc. to conduct Additional WellAbandonment Activities at the Former Test Injection Wells located in the South Terminal Complexarea at Orlando International Airport

We have reviewed the qualifications of the subject contract's MWBE/LDB/VBE specifications anddetermined that, due to the specialized nature of the services to be provided, Terracon Consultants, Inc.does not propose small business participation on this Amendment.

Our analysis indicates that Terracon Consultants, Inc. is eligible for award of the subject Amendment.

Terracon Consultants, Inc. 1675 Lee Road Winter Park, FL 32789

P 407.740.6110 F 407.740.6112 terracon.com

June 18, 2021 Greater Orlando Aviation Authority 5855 Cargo Road Orlando, Florida 32827-4399 Attn: Mr. Dan Carrington

Phone: (407) 825-3463 Email: [email protected]

RE: Proposal for Packer Abandonment of Former Test Injection Well P-8 South Terminal Complex Orlando, Orange County, Florida Terracon Proposal No. PH1207462 Dear Mr. Carrington: Terracon Consultants, Inc. (Terracon) appreciates the opportunity to submit this proposal to complete well abandonment activities at the above-referenced site. The purpose of this proposal is to permanently close former test injection well P-8 using a packer method to bridge a void encountered in the well. The original scope approved in Addendum 30 to the Continuing Environmental Engineering Services Contract dated August 3, 2018 assumed that the presence of bridging (obstructions), fractures or voids will not be encountered during well abandonment activities.

PROJECT INFORMATION On January 12, 2021, Terracon’s subcontractor RM Baker, LLC conducted bore scoping of the deepest well (Well P-8) prior to initiating permit application for well abandonment activities. The bore scoping consisted of a caliper and video log of the deepest well (P8) to evaluate the casing diameter and depth, borehole diameter and depth, and to evaluate the presence of bridging (obstructions), fractures or voids. The video log indicated the presence of a large void at a depth of approximately 1,210 feet below land surface (BLS) and extends 60 feet to a depth of 1,270 ft BLS. The width of the cavern could not be determined without the use of sonar, and therefore the exact size of the chamber is not known at this time. It is not recommended or feasible to grout and/or rock (abandon) past the top of this void. The South Florida Water Management District (SFWMD) permitting requires abandonment of the entire length of the borehole, therefore alternate abandonment methods had to be negotiated. Subsequent to discussion with FDEP and Orange County Department of Health, the video log was submitted to SFWMD, along with a well abandonment plan, for review and comment.

Proposal for Packer Abandonment of Former Test Injection Well P-8 South Terminal Complex ■ Orlando, FL June 18, 2021 ■ Terracon Proposal No. PH1207462

Responsive ■ Resourceful ■ Reliable 2

SCOPE OF WORK SFWMD concurred with the recommended abandonment plan for this well utilizing a packer to seal the bottom of the casing and abandonment of the cased section of the well. The proposed abandonment will consist of deploying a packer at the bottom of the casing at a depth of approximately 1,070 feet BLS. Once the packer is seated and secured, the bottom of the casing will be sealed and the casing grouted to the surface.

SCHEDULE AND COMPENSATION The existing budget for abandonment of Well P-8 as provided in Addendum 30 to Terracon’s Continuing Environmental Engineering Services Contract dated August 3, 2018 is $25,000.00. Based on the evaluation of cost to utilize the packer method, the additional fee for the completion of abandoning Well P-8 will be $ 8,750.00. The additional cost includes materials including 2-inch pipe, packer, ½-inch cable, fittings and associated labor. Terracon is prepared to implement the above generally outlined scope of services immediately upon your notice to proceed. Our estimated cost to complete the project is a not to exceed amount of $8,750.00, consisting of Reimbursable Expenses by the driller for the additional materials to complete P-8 well abandonment; and $0.00 in Professional Service Fees. A breakdown of these costs including a summary of the DBE participation may be found on Attachments A and B, respectively. Please note, due to the specialized nature of the work DBE participation could not be achieved.

AUTHORIZATION

If this proposal meets with your approval, work may be initiated by issuing an Amendment to Addendum 30 to Terracon’s Continuing Environmental Engineering Services Contract dated August 3, 2018. Terracon appreciates the opportunity to be of continued service and we look forward to working with you on this project. If you have any questions or comments pertaining to the material presented herein, please contact the undersigned at [407] 740-6110. Sincerely,

Lydia Wing Mark Mulligan, P.G. Senior Project Engineer Environmental Department Manager Attachment A – Estimated Costs Attachment B – DBE Participation Schedule

QTY. RATE UNIT AMOUNT

I. DRILLER SERVICES - Well Abandonment (Henderson Wilder Drilling)a. Packers and connecting piping for alignment 2 196.00$ Each 392.00$ b. Cable and air wench 1 3,028.00$ Each 3,028.00$ c. Additional pipe for setting and grouting packers 1000 4.33$ FT 4,330.00$ d. Boom truck and air compressor for air wench 1 1,000.00$ Each 1,000.00$

8,750.00$

8,750.00$

I. PROFESSIONAL SERVICES - Project Management (Terracon)a. Senior Project Manager 0 169.00$ Per Hour -$ b. Senior Engineer 0 143.00$ Per Hour -$ c. Admin/Clerical 0 62.00$ Per Hour -$

-$

-$

Total Reimbursable Expenses 8,750.00$ Total Professional Service Fees -$

TOTAL ESTIMATED PROJECT COSTS 8,750.00$

PACKER ABANDONMENT OF FORMER TEST INJECTION WELL P-8SOUTH TERMINAL FACILITY

ORLANDO INTERNATIONAL AIRPORT

J. Malkowski / M. Mulligan - SR. PM

ATTACHMENT A - ESTIMATED COSTS

ORLANDO, ORANGE COUNTY, FLORIDA

June 18, 2021PROPOSAL NO. PH1207462

Subtotal Professional Services

Total Professional Services

PROFESSIONAL SERVICE FEES

Subtotal Well Abandonment

Total Reimbursable Expenses

REIMBURSABLE EXPENSES

ATTACHMENT B - DBE PARTICIPATION SCHEDULE

PACKER ABANDONMENT OF FORMER TEST INJECTION WELL P-8

PROPOSAL NO. PH1207462June 18, 2021

Name of Subconsultant AddressProposed Scope of Services

FEE Proposed Participation

Total Proposed Participation $ - 0.0%

SOUTH TERMINAL FACILITYORLANDO INTERNATIONAL AIRPORT, ORANGE COUNTY, FLORIDA

HENDERSON WILDER CONTRACTOR

1143 MEADOW LANE O ORLANDO Fl 32807

OFFICE: 407-277-6079 0 CEU: 407-948-6955 0 FAX: 407-275-1339

STATE CERTIFIED BLDG CONTRACTOR CBC 005988 0 Fl WATER WELL CONTRACTOR #2516

May 7, 2021

Lydia Wing

Terracon Consultants, Inc.

1675 Lee Road

Winter Park, Florida 32789

Attached is the list of additional costs for abandoning the P-8 well by installing a packer in the casing and

grouting with neat cement.

ADDITIONAL COSTS FOR ABANDONING OIA WELL P-8

No

Item Description

1 Packers and connecting piping for alignment

2 Cable and Air Wench Rental ("Sunbelt Rentals")

3 Additional pipe for setting & grouting packers

Boom truck and air compressor to handle and

4 operate Air Wench

Henderson Wilder

1143 Meadow Lane

Orlando, Florida 32807

Quantit

y

2

1

1000

1

Unit Unit Cost Amount

EA $196.00 $392.00

EA $3,028.00' $3,028.00

FT $4.33 $4,330.00

EA $1,000.00 $1,000.00

$8,750.00

TRUTH IN NEGOTIATION CERTIFICATION

The Consultant hereby certifies, covenants, and warrants that wage rates and other factual unit costs

supporting the compensation for this project’s agreement are accurate, complete, and current at the

time of contracting.

The Consultant further agrees that the original agreement price and any additions thereto shall be

adjusted to exclude any significant sums by which the Aviation Authority determines the agreement

price was increased due to inaccurate, incomplete, or noncurrent wage rates and other factual unit

costs. All such agreement adjustments shall be made within (1) year following the end of the contract.

For purposes of this certificate, the end of the agreement shall be deemed to be the date of final billing

or acceptance of the work by the Aviation Authority, whichever is later.

Consultant ____Terracon Consultants, Inc.____

By:__________ __________________________

Print Name:_____Mark Mulligan____________

Date: __________June 18, 2021_________

GREATER ORLANDO AVIATION AUTHORITY

MEMORANDUM

TO: Members of the Construction Committee

FROM: David M. Patterson C\Q Director of Construclion

DATE: July 6, 2021

RE: CONTRACTOR FINAL PAYMENT AUTHORIZATION

Orlando International Airport One Jeff Fuqua Boulevard

Orlando, Florida 32827-4399 (407) 825-2001

BP-00484 North Terminal Central Plant Equipment Replacement- Cooling Towers

CONTRACTOR: Gomez Construction, Inc.

The Construction Contract for referenced project has been completed and all issues involving the Contractor have been addressed and resolved. Attached is a copy of the current overall project status.

It is respectfully requested that the Construction Committee authorize final payment to Gomez Construction, Inc. for BP-00484 North Terminal Central Plant Equipment Replacement -Cooling Towers

DMP:kc

Attachment

tara.ciaglia
Text Box
ITEM 14 7/6/2021

-

GREATER ORLANDO AVIATION AUTHORITY

MEMORANDUM

TO: Members of the Construction Committee

FROM: Davin Ruohomaki � Sr. Director of Engineering & Construction

DATE: July 6, 2021

RE: CONTRACTOR FINAL PAYMENT AUTHORIZATION V-S00010, HBJ Warehouse Interior Renovations

CONTRACTOR: Gomez Construction Company

Orlando International Airport One Jeff Fuqua Boulevard

Orlando, Florida 32827-4399 (407) 825-2001

The Construction Contract for referenced project has been completed and all issues involving the Contractor have been addressed and resolved. Attached is a copy of the current overall project status.

DMP:DDR

Attachment

tara.ciaglia
Text Box
ITEM 15 7/6/2021

Information Items

tara.ciaglia
Text Box
ITEM 16 7/6/2021

Project Controls

Field Change Order (FCO) Tracking Log

From May 2018 through June 2021

Project OAR or PM FCO No. Amount

No Open FCOs at this time.

Updated: 6/29/2021

Page 1 of 1

nadege.cadet
Text Box
INFORMATION ITEM SUPPLEMENTAL INFORMATION
tara.ciaglia
Text Box
ITEM 16-A 7/6/2021

Project Controls

Field Change Order (FCO) Tracking Log

From May 2018 through June 2021

Project OAR or PM FCO No. Amount FCO Date

Date Received from

Contractor/OAR Date to CF

Date signed by

Sr. Dir.

Date sign by

CC Chair

Date Issued to

Contractor

Date to

RWBC

Date Fully

Executed

(w/RWBC sign-off)

CCM Date FCO

Converted to

Change Order CO #

Days to

Conversion

Days

currently

Open Comments

BP-00043 C. Kieffer 01 10,000.00$ 9-Dec-19 17-Dec-19 17-Dec-19 17-Dec-19 18-Dec-19 19-Dec-19 19-Dec-19 N/A 24-Mar-20 3 106 RWBC did not sign off / due to funding

BP-00043 C. Kieffer 02 6,500.00$ 31-Jan-20 6-Feb-20 6-Feb-20 6-Feb-20 7-Feb-20 11-Feb-20 11-Feb-20 11-Feb-20 10-Mar-20 2 39

BP-00043 C. Kieffer 03 5,000.00$ 4-Mar-20 6-Mar-20 6-Mar-20 9-Mar-20 9-Mar-20 12-Mar-20 12-Mar-20 12-Mar-20 30-Jun-20 4 118

BP-00043 C. Kieffer 04 20,000.00$ 30-Mar-20 31-Mar-20 31-Mar-20 2-Apr-20 3-Apr-20 8-Apr-20 8-Apr-20 30-Jun-20 4 92

BP-00447 J. McGonagill 01 -$ 4-May-18 10-May-18 16-May-18 10-May-18 10-Aug-18 17-May-18 15-May-18 15-May-18 16-Oct-18 49 165 *added to log 10/19 - No Cost FCO

BP-00447 J. McGonagill 02 40,000.00$ 9-Jul-18 9-Jul-18 N/A 9-Jul-18 10-Jul-18 10-Jul-18 10-Jul-18 18-Jul-18 16-Oct-18 49 99 *FCO #2 work cancelled by CO #49

BP-00459 S. Shedek 01 47,961.56$ 28-Jan-19 28-Jan-19 28-Jan-19 30-Jan-19 30-Jan-19 30-Jan-19 30-Jan-19 31-Jan-19 6-Aug-19 5 190

BP-00467 B. Brown 03 23,650.00$ 19-Sep-18 21-Sep-18 21-Sep-18 25-Sep-18 26-Sep-18 27-Sep-18 28-Sep-18 25-Sep-18 18-Dec-18 13 90

BP-00467 B. Brown 04 50,000.00$ 20-Sep-18 21-Sep-18 21-Sep-18 25-Sep-18 25-Sep-18 25-Sep-18 25-Sep-18 25-Sep-18 18-Dec-18 14 89

BP-00467 B. Brown 05 40,000.00$ 11-Oct-18 22-Oct-18 22-Oct-18 24-Oct-18 24-Oct-18 25-Oct-18 25-Oct-18 25-Oct-18 15-Jan-19 15 96

BP-00467 B. Brown 06 50,000.00$ 30-Nov-18 4-Dec-18 4-Dec-18 5-Dec-18 5-Dec-18 12-Dec-18 12-Dec-18 12-Dec-18 2-Jul-19 16 214

BP-00467 B. Brown 07 40,734.87$ 30-Jan-19 30-Jan-19 30-Jan-19 31-Jan-19 31-Jan-19 1-Feb-19 1-Feb-19 1-Feb-19 2-Jul-19 16 153

BP-00469 C. Kieffer 03 1,702.67$ 28-Jun-18 3-Jul-18 18-Jul-18 3-Jul-18 9-Jul-18 10-Jul-18 10-Jul-18 18-Jul-18 21-Aug-18 12 54

BP-00469 C. Kieffer 04 2,779.72$ 11-Jun-18 12-Jun-18 21-Jun-18 15-Jun-18 19-Jun-18 22-Jun-18 12-Jun-18 22-Jun-18 17-Jul-18 10 36

BP-00469 C. Kieffer 05 1,540.25$ 13-Jun-18 26-Jun-18 27-Jun-18 28-Jun-18 28-Jun-18 29-Jun-18 27-Jun-18 27-Jun-18 17-Jul-18 10 34

BP-00469 C. Kieffer 06 11,101.02$ 16-Jun-18 28-Jun-18 27-Jul-18 27-Jul-18 27-Jul-18 27-Jul-18 27-Jul-18 31-Jul-18 9-Oct-18 22 115

BP-00469 C. Kieffer 07 25,200.96$ 2-Jul-18 3-Jul-18 N/A 3-Jul-18 9-Jul-18 10-Jul-18 10-Jul-18 18-Jul-18 7-Aug-18 11 36

BP-00469 C. Kieffer 08 4,209.55$ 26-Jul-18 6-Aug-18 7-Aug-18 7-Aug-18 7-Aug-18 26-Jul-18 7-Aug-18 7-Aug-18 21-Aug-18 15 26

BP-00469 C. Kieffer 09 11,171.47$ 30-Jul-18 6-Aug-18 7-Aug-18 7-Aug-18 7-Aug-18 30-Jul-18 7-Aug-18 7-Aug-18 21-Aug-18 16 22 *FCO # was incorrectly listed as 02.

BP-00469 C. Kieffer 10 1,688.16$ 30-Jul-18 6-Aug-18 7-Aug-18 7-Aug-18 7-Aug-18 7-Aug-18 7-Aug-18 7-Aug-18 21-Aug-18 15 22

BP-00471 F. Girautlt 01 22,039.00$ 21-Dec-18 21-Dec-18 21-Dec-18 26-Dec-18 27-Dec-18 27-Dec-18 27-Dec-18 28-Dec-18 12-Feb-19 1 53

BP-00474 T. Underwood 01 8,690.43$ 16-May-18 17-May-18 23-May-18 17-May-18 17-May-18 24-May-18 18-May-19 23-May-18 19-Mar-19 2REV 307 CO #2 VOIDED/Replaced by 2REV

BP-00474 T. Underwood 02 1,141.80$ 17-May-18 17-May-18 23-May-18 17-May-18 17-May-18 24-May-18 18-May-19 23-May-18 19-Mar-19 2REV 306 CO #2 VOIDED/Replaced by 2REV

BP-00474 T. Underwood 03 1,497.51$ 17-May-18 17-May-18 23-May-18 17-May-18 17-May-18 24-May-18 18-May-19 23-May-18 19-Mar-19 2REV 306 CO #2 VOIDED/Replaced by 2REV

BP-00474 T. Underwood 04 2,267.27$ 17-May-18 17-May-18 23-May-18 17-May-18 17-May-18 24-May-18 18-May-19 23-May-18 19-Mar-19 2REV 306 CO #2 VOIDED/Replaced by 2REV

BP-00474 T. Underwood 05 48,737.89$ 18-May-18 18-May-18 7-Jun-18 18-May-18 18-May-18 7-Jun-18 18-May-19 7-Jun-18 19-Mar-19 2REV 305 CO #2 VOIDED/Replaced by 2REV

BP-00474 T. Underwood 06 (2,805.00)$ 18-May-18 18-May-18 23-May-19 18-May-18 18-May-18 24-May-18 18-May-19 23-May-18 19-Mar-19 2REV 305 CO #2 VOIDED/Replaced by 2REV

BP-00474 T. Underwood 07 39,448.11$ 11-Jun-18 12-Jun-18 12-Jun-18 12-Jun-18 12-Jun-18 15-Jun-19 15-Jun-18 15-Jun-18 19-Mar-19 2REV 281 CO #2 VOIDED/Replaced by 2REV

BP-00474 T. Underwood 08 34,018.92$ 28-Jun-18 2-Jul-18 6-Jul-18 5-Jul-18 5-Jul-18 9-Jul-18 6-Jul-18 6-Jul-18 19-Mar-19 2REV 264 CO #2 VOIDED/Replaced by 2REV

BP-00474 T. Underwood 09 12,512.50$ 19-Jun-18 27-Jun-18 6-Jul-18 2-Jul-18 3-Jul-18 9-Jul-18 5-Jul-18 5-Jul-18 19-Mar-19 2REV 273 CO #2 VOIDED/Replaced by 2REV

BP-00474 T. Underwood 10 15,691.50$ 28-Jun-18 2-Jul-18 6-Jul-18 5-Jul-18 5-Jul-18 9-Jul-18 6-Jul-18 6-Jul-18 19-Mar-19 2REV 264 CO #2 VOIDED/Replaced by 2REV

BP-00474 T. Underwood 11 19,641.85$ 24-Jul-18 24-Jul-18 N/A 26-Jul-18 27-Jul-18 9-Jul-18 6-Jul-18 27-Jul-18 19-Mar-19 2REV 238 CO #2 VOIDED/Replaced by 2REV

BP-00474 T. Underwood 12 12,889.73$ 24-Jul-18 24-Jul-18 N/A 26-Jul-18 27-Jul-18 9-Jul-18 6-Jul-18 27-Jul-18 19-Mar-19 2REV 238 CO #2 VOIDED/Replaced by 2REV

BP-00474 T. Underwood 13 5,490.43$ 24-Jul-18 24-Jul-18 N/A 26-Jul-18 27-Jul-18 9-Jul-18 6-Jul-18 2-Aug-18 19-Mar-19 2REV 238 CO #2 VOIDED/Replaced by 2REV

BP-00474 T. Underwood 14 12,776.54$ 24-Jul-18 24-Jul-18 N/A 26-Jul-18 27-Jul-18 9-Jul-18 6-Jul-18 27-Jul-18 19-Mar-19 2REV 238 CO #2 VOIDED/Replaced by 2REV

BP-00474 T. Underwood 15 16,500.00$ 27-Aug-18 30-Aug-18 30-Aug-18 30-Aug-18 30-Aug-18 31-Aug-18 31-Aug-18 31-Aug-18 19-Mar-19 2REV 204 CO #2 VOIDED/Replaced by 2REV

BP-00474 T. Underwood 16 16,170.00$ 27-Aug-18 30-Aug-18 30-Aug-18 30-Aug-18 30-Aug-18 31-Aug-18 31-Aug-18 31-Aug-18 19-Mar-19 2REV 204 CO #2 VOIDED/Replaced by 2REV

BP-00474 T. Underwood 17 35,395.80$ 9-Oct-18 8-Oct-18 10-Oct-18 10-Oct-18 10-Oct-18 10-Oct-18 10-Oct-18 10-Oct-18 19-Mar-19 2REV 161 CO #2 VOIDED/Replaced by 2REV

BP-00474 T. Underwood 18 45,922.49$ 12-Oct-18 15-Oct-18 15-Oct-18 15-Oct-18 16-Oct-18 16-Oct-18 16-Oct-18 16-Oct-18 19-Mar-19 2REV 158 CO #2 VOIDED/Replaced by 2REV

BP-00474 T. Underwood 19 11,765.83$ 24-Oct-18 24-Oct-18 24-Oct-18 25-Oct-18 25-Oct-18 26-Oct-18 26-Oct-18 26-Oct-18 19-Mar-19 2REV 146 CO #2 VOIDED/Replaced by 2REV

BP-00474 T. Underwood 20 5,373.62$ 26-Oct-18 31-Oct-18 31-Oct-18 31-Oct-18 31-Oct-18 31-Oct-18 31-Oct-18 31-Oct-18 19-Mar-19 2REV 144 CO #2 VOIDED/Replaced by 2REV

BP-00474 T. Underwood 21 47,567.52$ 26-Oct-18 31-Oct-18 31-Oct-18 31-Oct-18 31-Oct-18 31-Oct-18 31-Oct-18 31-Oct-18 19-Mar-19 2REV 144 CO #2 VOIDED/Replaced by 2REV

BP-00474 T. Underwood 22 7,296.43$ 26-Oct-18 31-Oct-18 31-Oct-18 31-Oct-18 31-Oct-18 31-Oct-18 31-Oct-18 31-Oct-18 19-Mar-19 2REV 144 CO #2 VOIDED/Replaced by 2REV

BP-00474 T. Underwood 23 7,670.61$ 26-Oct-18 31-Oct-18 31-Oct-18 31-Oct-18 31-Oct-18 31-Oct-18 31-Oct-18 31-Oct-18 19-Mar-19 2REV 144 CO #2 VOIDED/Replaced by 2REV

BP-00474 T. Underwood 24 21,582.35$ 7-Nov-18 9-Nov-18 9-Nov-18 9-Nov-18 9-Nov-18 14-Nov-18 14-Nov-18 14-Nov-18 19-Mar-19 2REV 132 CO #2 VOIDED/Replaced by 2REV

BP-00474 T. Underwood 25 1,051.31$ 19-Nov-18 26-Nov-18 26-Nov-18 27-Nov-18 27-Nov-18 27-Nov-18 27-Nov-18 27-Nov-18 19-Mar-19 2REV 120 CO #2 VOIDED/Replaced by 2REV

BP-00474 T. Underwood 26 3,639.35$ 19-Nov-18 26-Nov-18 26-Nov-18 27-Nov-18 27-Nov-18 27-Nov-18 27-Nov-18 27-Nov-18 19-Mar-19 2REV 120 CO #2 VOIDED/Replaced by 2REV

BP-00474 T. Underwood 27 46,286.64$ 3-Dec-18 4-Dec-18 4-Dec-18 5-Dec-18 5-Dec-18 12-Dec-18 12-Dec-18 12-Dec-18 19-Mar-19 2REV 106 CO #2 VOIDED/Replaced by 2REV

BP-00474 T. Underwood 28 44,453.38$ 3-Dec-18 4-Dec-18 4-Dec-18 5-Dec-18 5-Dec-18 12-Dec-18 12-Dec-18 12-Dec-18 19-Mar-19 2REV 106 CO #2 VOIDED/Replaced by 2REV

BP-00474 T. Underwood 29 46,893.00$ 3-Dec-18 4-Dec-18 4-Dec-18 5-Dec-18 5-Dec-18 12-Dec-18 12-Dec-18 12-Dec-18 19-Mar-19 2REV 106 CO #2 VOIDED/Replaced by 2REV

BP-00474 T. Underwood 30 3,932.07$ 3-Dec-18 4-Dec-18 4-Dec-18 5-Dec-18 5-Dec-18 12-Dec-18 12-Dec-18 12-Dec-18 19-Mar-19 2REV 106 CO #2 VOIDED/Replaced by 2REV

BP-00474 T. Underwood 31 14,300.00$ 3-Dec-18 4-Dec-18 4-Dec-18 5-Dec-18 5-Dec-18 12-Dec-18 12-Dec-18 12-Dec-18 19-Mar-19 2REV 106 CO #2 VOIDED/Replaced by 2REV

BP-00474 T. Underwood 32 43,327.39$ 7-Dec-18 10-Dec-18 10-Dec-18 11-Dec-18 11-Dec-18 12-Dec-18 12-Dec-18 12-Dec-18 19-Mar-19 2REV 102 CO #2 VOIDED/Replaced by 2REV

BP-00474 T. Underwood 33 37,577.80$ 7-Jan-19 10-Jan-19 10-Jan-19 11-Jan-19 15-Jan-19 15-Jan-19 15-Jan-19 15-Jan-19 19-Mar-19 2REV 71 CO #2 VOIDED/Replaced by 2REV

BP-00474 T. Underwood 34 39,189.57$ 7-Jan-19 10-Jan-19 10-Jan-19 11-Jan-19 15-Jan-19 15-Jan-19 15-Jan-19 15-Jan-19 19-Mar-19 2REV 71 CO #2 VOIDED/Replaced by 2REV

BP-00474 T. Underwood 35 19,685.78$ 7-Jan-19 10-Jan-19 10-Jan-19 11-Jan-19 15-Jan-19 15-Jan-19 15-Jan-19 15-Jan-19 19-Mar-19 2REV 71 CO #2 VOIDED/Replaced by 2REV

BP-00474 T. Underwood 36 19,287.28$ 7-Jan-19 10-Jan-19 10-Jan-19 11-Jan-19 15-Jan-19 15-Jan-19 15-Jan-19 15-Jan-19 19-Mar-19 2REV 71 CO #2 VOIDED/Replaced by 2REV

BP-00474 T. Underwood 37 21,101.30$ 18-Jan-19 24-Jan-19 24-Jan-19 25-Jan-19 25-Jan-19 29-Jan-19 29-Jan-19 30-Jan-19 19-Mar-19 2REV 60 CO #2 VOIDED/Replaced by 2REV

BP-00474 T. Underwood 38 896.50$ 18-Jan-19 24-Jan-19 24-Jan-19 25-Jan-19 25-Jan-19 29-Jan-19 29-Jan-19 30-Jan-19 19-Mar-19 2REV 60 CO #2 VOIDED/Replaced by 2REV

BP-00474 T. Underwood 39 10,553.40$ 18-Jan-19 24-Jan-19 24-Jan-19 25-Jan-19 25-Jan-19 29-Jan-19 29-Jan-19 30-Jan-19 19-Mar-19 2REV 60 CO #2 VOIDED/Replaced by 2REV

BP-00474 T. Underwood 40 13,157.64$ 18-Jan-19 24-Jan-19 24-Jan-19 25-Jan-19 25-Jan-19 29-Jan-19 29-Jan-19 30-Jan-19 19-Mar-19 2REV 60 CO #2 VOIDED/Replaced by 2REV

BP-00474 T. Underwood 41 8,222.03$ 18-Jan-19 24-Jan-19 24-Jan-19 25-Jan-19 25-Jan-19 29-Jan-19 29-Jan-19 30-Jan-19 19-Mar-19 2REV 60 CO #2 VOIDED/Replaced by 2REV

BP-00474 T. Underwood 42 1,203.31$ 18-Jan-19 24-Jan-19 24-Jan-19 25-Jan-19 25-Jan-19 29-Jan-19 29-Jan-19 30-Jan-19 21-May-19 3 123

BP-00474 T. Underwood 43 5,680.05$ 28-Jan-19 30-Jan-19 30-Jan-19 31-Jan-19 31-Jan-19 31-Jan-19 31-Jan-19 1-Feb-19 21-May-19 3 113

BP-00474 T. Underwood 44 33,396.19$ 12-Feb-19 14-Feb-19 14-Feb-19 15-Feb-19 15-Feb-19 15-Feb-19 15-Feb-19 18-Feb-19 21-May-19 3 98

BP-00474 T. Underwood 45 42,377.90$ 12-Feb-19 14-Feb-19 14-Feb-19 15-Feb-19 15-Feb-19 15-Feb-19 15-Feb-19 18-Feb-19 21-May-19 3 98

BP-00474 T. Underwood 46 22,687.50$ 12-Feb-19 14-Feb-19 14-Feb-19 15-Feb-19 15-Feb-19 15-Feb-19 15-Feb-19 18-Feb-19 21-May-19 3 98

BP-00474 T. Underwood 47 18,732.29$ 12-Feb-19 14-Feb-19 14-Feb-19 15-Feb-19 15-Feb-19 15-Feb-19 15-Feb-19 18-Feb-19 21-May-19 3 98

BP-00474 T. Underwood 48 10,418.84$ 12-Feb-19 14-Feb-19 14-Feb-19 15-Feb-19 15-Feb-19 15-Feb-19 15-Feb-19 18-Feb-19 21-May-19 3 98

BP-00474 T. Underwood 49 21,596.52$ 19-Feb-19 22-Feb-19 22-Feb-19 22-Feb-19 26-Feb-19 26-Feb-19 26-Feb-19 27-Feb-19 21-May-19 3 91

Updated: 6/29/2021

Page 1 of 2

Project Controls

Field Change Order (FCO) Tracking Log

From May 2018 through June 2021

Project OAR or PM FCO No. Amount FCO Date

Date Received from

Contractor/OAR Date to CF

Date signed by

Sr. Dir.

Date sign by

CC Chair

Date Issued to

Contractor

Date to

RWBC

Date Fully

Executed

(w/RWBC sign-off)

CCM Date FCO

Converted to

Change Order CO #

Days to

Conversion

Days

currently

Open Comments

BP-00474 T. Underwood 50 3,980.15$ 19-Feb-19 22-Feb-19 22-Feb-19 22-Feb-19 26-Feb-19 26-Feb-19 26-Feb-19 27-Feb-19 21-May-19 3 91

BP-00474 T. Underwood 51 34,599.18$ 19-Feb-19 22-Feb-19 22-Feb-19 22-Feb-19 26-Feb-19 26-Feb-19 26-Feb-19 27-Feb-19 21-May-19 3 91

BP-00479 J. Pancoast 01 4,800.00$ 26-Nov-18 26-Nov-18 26-Nov-18 26-Nov-18 27-Nov-18 27-Nov-18 27-Nov-18 27-Nov-18 4-Jun-19 4 190

BP-00479 J. Pancoast 02 49,122.14$ 14-Feb-19 15-Feb-19 15-Feb-19 n/a n/a n/a n/a n/a 19-Feb-19 2 5 Converted to CO as walk-on to CCM per ST

BP-00480 P. Gula 01 15,000.00$ 11-Jul-18 12-Jul-18 N/A 12-Jul-18 12-Jul-18 13-Jul-18 13-Jul-18 18-Jul-18 16-Apr-19 1 279

BP-00482 J. McGonagill 01 19,909.54$ 26-Nov-19 26-Nov-19 2-Dec-19 2-Dec-19 3-Dec-19 3-Dec-19 3-Dec-19 3-Dec-19 7-Jan-20 1 42

BP-00482 J. McGonagill 02 38,669.37$ 26-Nov-19 26-Nov-19 2-Dec-19 2-Dec-19 3-Dec-19 3-Dec-19 3-Dec-19 3-Dec-19 7-Jan-20 1 42

BP-00484 J. McGonagill 01 5,268.71$ 29-May-20 29-May-20 29-May-20 2-Jun-20 2-Jun-20 8-Jun-20 8-Jun-20 25-Jun-20 28-Jul-20 1 60

BP-00486 B. Brown 01 15,000.00$ 29-Jan-20 31-Jan-20 31-Jan-20 31-Jan-20 31-Jan-20 11-Feb-20 11-Feb-20 11-Feb-20 21-Apr-20 1 83

BP-00488 S. Shedek 01 36,041.00$ 22-Oct-18 22-Oct-18 22-Oct-18 24-Oct-18 24-Oct-18 25-Oct-18 25-Oct-18 25-Oct-18 26-Feb-19 3 127

BP-00488 S. Shedek 02 50,000.00$ 22-Oct-18 22-Oct-18 22-Oct-18 24-Oct-18 24-Oct-18 25-Oct-18 25-Oct-18 25-Oct-18 4-Jun-19 7 225

BP-00491 S. Shedek 01 18,000.00$ 31-Oct-19 31-Oct-19 1-Nov-19 4-Nov-19 4-Nov-19 6-Nov-19 6-Nov-19 23-Jun-20 9 236

BP-00491 S. Shedek 02 3,520.00$ 5-May-20 5-May-20 5-May-20 6-May-20 12-May-20 15-May-20 15-May-20 28-May-20 3-Jun-20 8 29

BP-00491 S. Shedek 03 11,104.00$ 22-May-20 29-May-20 29-May-20 2-Jun-20 3-Jun-20 9-Jun-20 9-Jun-20 28-Jul-20 10 67

BP-S00175 C. Taylor 01 33,140.00$ 4-Jun-20 8-Jun-20 9-Jun-20 10-Jun-20 10-Jun-20 15-Jun-20 15-Jun-20 15-Jun-20 28-Jul-20 1 54

BP-S00175 C. Taylor 02 50,000.00$ 18-Jun-20 19-Jun-20 19-Jun-20 23-Jun-20 23-Jun-20 25-Jun-20 25-Jun-20 25-Jun-20 28-Jul-20 1 40

E-00143 N. Johnson 01 11,725.00$ 22-Jul-19 22-Jul-19 22-Jul-19 23-Jul-19 23-Jul-19 23-Jul-19 23-Jul-19 24-Jul-19 13-Aug-19 1 22

E-00238 J. McGonagill 01 6,471.65$ 8-May-20 8-May-20 8-May-20 11-May-20 11-May-20 13-May-20 13-May-20 23-Jun-20 1 46

E-00239 J. McGonagill 01 49,952.11$ 7-Apr-20 9-Apr-20 9-Apr-20 9-Apr-20 9-Apr-20 16-Apr-20 16-Apr-20 16-Apr-20 5-May-20 1 28

E-00244 G. Watson 01 3,770.25$ 19-Aug-19 22-Aug-19 22-Aug-19 23-Aug-19 23-Aug-19 26-Aug-19 26-Aug-19 27-Aug-19 4-Feb-20 4 169

E-00247 J. Pancoast 01 10,000.00$ 1-Nov-18 5-Nov-18 5-Nov-18 5-Nov-18 6-Nov-18 6-Nov-18 6-Nov-18 6-Nov-18 8-Jan-19 1 68

E-00251 J. McGonagill 01 15,200.00$ 6-Feb-19 8-Feb-19 8-Feb-19 8-Feb-19 11-Feb-19 13-Feb-19 13-Feb-19 14-Feb-19 25-Jun-19 1 139

E-S00010 C. Kieffer 01 6,393.00$ 27-Jan-20 29-Jan-20 30-Jan-20 31-Jan-20 31-Jan-20 3-Feb-20 4-Feb-20 4-Feb-20 26-May-20 1 120

E-S00010 C. Kieffer 02 19,777.00$ 11-Mar-20 12-Mar-20 12-Mar-20 13-Mar-20 13-Mar-20 17-Mar-20 17-Mar-20 19-Mar-20 26-May-20 1 76

H-00295 B. Brown 01 8,000.00$ 5-Oct-18 5-Oct-18 5-Oct-18 5-Oct-18 5-Oct-18 9-Oct-18 8-Oct-18 9-Oct-18 15-Jan-19 2 102

H-00304 C. Kieffer 01 3,836.65$ 22-Oct-18 25-Oct-18 25-Oct-18 26-Oct-18 26-Oct-18 29-Oct-18 29-Oct-18 29-Oct-18 6-Nov-18 1 15

H-00304 C.Kieffer 02 7,829.42$ 15-Apr-19 15-Apr-19 16-Apr-19 16-Apr-19 16-Apr-19 16-Apr-19 16-Apr-19 17-Apr-19 4-Jun-19 1 50

H-00307 C. Kieffer 01 2,067.46$ 10-Sep-18 14-Sep-18 13-Sep-18 13-Sep-18 19-Sep-18 20-Sep-18 20-Sep-18 20-Sep-18 2-Oct-18 1 22

H-00332 S. Shedek 01 2,042.22$ 7-May-20 15-May-20 15-May-20 18-May-20 20-May-20 28-May-20 28-May-20 29-May-20 23-Jun-20 1 47

H-S00012 C. Kieffer 01 6,000.00$ 3-Oct-18 11-Oct-18 11-Oct-18 12-Oct-18 12-Oct-18 15-Oct-18 15-Oct-18 15-Oct-18 2-Jan-19 2 91

H-S00012 C. Kieffer 02 -$ 11-Oct-18 15-Oct-18 15-Oct-18 15-Oct-18 Rejected by Sr. Director 10/16/18 n/a n/a VOID n/a

H-S00012 C. Kieffer 03 -$ 12-Oct-18 15-Oct-18 15-Oct-18 15-Oct-18 Rejected by Sr. Director 10/16/18 n/a n/a VOID n/a

H-S00012 C. Kieffer 04 -$ 13-Oct-18 15-Oct-18 15-Oct-18 15-Oct-18 Rejected by Sr. Director 10/16/18 n/a n/a VOID n/a

H-S00012 C. Kieffer 02R 38,097.13$ 17-Oct-18 17-Oct-18 17-Oct-18 18-Oct-18 18-Oct-18 18-Oct-18 18-Oct-18 18-Oct-18 2-Jan-19 2 77

H-S00013 C. Taylor 01 26,650.50$ 4-Dec-18 4-Dec-18 4-Dec-18 5-Dec-18 5-Dec-18 12-Dec-18 12-Dec-18 12-Dec-18 18-Dec-18 1 14

H-S00014 C. McNutt 01 8,750.00$ 2-Jul-18 3-Jul-18 18-Jul-18 18-Jul-18 18-Jul-18 19-Jul-18 3-Jul-18 3-Jul-18 10-Aug-18 1 39

R-00096 S. Shedek 1 7,959.00$ 30-Jun-20 30-Jun-20 30-Jun-20 30-Jun-20 10-Jul-20 10-Jul-20 15-Jul-20 15-Jul-20 21-Jul-20 1 21

V-00745 J. Pancoast 01 1,477.00$ 15-May-19 15-May-19 15-May-19 15-May-19 16-May-19 20-May-19 20-May-19 21-May-19 29-Oct-19 5 167

V-00823 A. Ramirez 01 7,103.07$ 4-Jan-19 4-Jan-19 4-Jan-19 7-Jan-19 8-Jan-19 8-Jan-19 8-Jan-19 8-Jan-19 16-Apr-19 1 102

V-00859 S. Shedek 01 50,000.00$ 22-Aug-18 22-Aug-18 22-Aug-18 22-Aug-18 23-Aug-18 24-Aug-18 24-Aug-18 24-Aug-18 5-Mar-19 8 195

V-00864 C. Kieffer 01 3,080.00$ 23-Oct-18 25-Oct-18 25-Oct-18 25-Oct-18 26-Oct-18 29-Oct-18 29-Oct-18 29-Oct-18 2-Jan-19 1 71

V-00864 C. Kieffer 02 6,362.40$ 12-Nov-18 15-Nov-18 15-Nov-18 16-Nov-18 17-Nov-18 19-Nov-18 19-Nov-18 19-Nov-18 2-Jan-19 1 51

V-00864 C. Kieffer 03 20,776.43$ 11-Mar-19 11-Mar-19 11-Mar-19 13-Mar-19 14-Mar-19 14-Mar-19 14-Mar-19 15-Mar-19 14-May-19 2 64

V-00864 C. Kieffer 04 -$ 14-May-19 14-May-19 15-May-19 16-May-19 17-May-19 21-May-19 22-May-19 22-May-19 4-Jun-19 3-Jan-00 21-Jan-00 CF is accepting this after all even tho it's AL.

V-00867 C. Kieffer 01 17,534.00$ 15-May-19 20-May-19 20-May-19 21-May-19 22-May-19 23-May-19 24-May-19 29-May-19 26-Nov-19 2 195

V-00867 C. Kieffer 02 19,093.80$ 12-Sep-19 17-Sep-19 17-Sep-19 17-Sep-19 17-Sep-19 19-Sep-19 19-Sep-19 19-Sep-19 26-Nov-19 2 75

V-00867 C. Kieffer 03 23,909.62$ 30-Oct-19 1-Nov-19 4-Nov-19 5-Nov-19 5-Nov-19 5-Nov-19 5-Nov-19 3-Jun-20 3 217

V-00867 C. Kieffer 4 -$ 1-Nov-19 3-Nov-19 3-Nov-19 5-Nov-19 VOID Pulled by OAR

V-00867 C. Kieffer 04R 2,000.00$ 6-Nov-19 6-Nov-19 6-Nov-19 7-Nov-19 8-Nov-19 11-Nov-19 11-Nov-19 12-Nov-19 3-Jun-20 3 210

V-00868 Phil Whisenant 01 15,386.31$ 14-Feb-19 13-Feb-19 13-Feb-19 13-Feb-19 14-Feb-19 15-Feb-19 15-Feb-19 15-Feb-19 7-May-19 2 82

V-00871 K. Merck 01 49,179.75$ 17-Aug-18 20-Aug-18 20-Aug-18 20-Aug-18 21-Aug-18 21-Aug-18 21-Aug-18 21-Aug-18 26-Feb-19 2 193

V-00911 Don Corthell 01 50,000.00$ 29-Apr-19 2-May-19 3-May-19 6-Apr-19 7-May-19 7-May-19 7-May-19 8-May-19 1-Oct-19 1 155

V-00920 J. Pancoast 01 10,396.45$ 8-May-19 10-May-19 11-May-19 14-May-19 15-May-19 8-May-19 16-May-19 17-May-19 4-Jun-19 1 27

V-00923 G. Watson 01 2,000.00$ 12-May-20 8-May-20 8-May-20 11-May-20 11-May-20 14-May-20 14-May-20 28-May-20 25-Aug-20 2 105

V-00943 N. Johnson 01 2,214.44$ 30-Apr-20 30-Apr-20 1-May-20 1-May-20 4-May-20 7-May-20 7-May-20 12-May-20 26-May-20 2 26

V-00952 C. Kieffer 01 11,155.00$ 6-Aug-20 12-Aug-20 12-Aug-20 12-Aug-20 12-Aug-20 17-Aug-20 18-Aug-20 18-Aug-20 9-Feb-21 1 187

V-00952 C. Kieffer 02 2,560.00$ 4-Sep-20 14-Sep-20 15-Sep-20 16-Sep-20 16-Sep-20 23-Sep-20 n/a n/a 9-Feb-21 1 158

V-00952 C. Kieffer 03 -$ 16-Sep-20 26-Oct-20 28-Oct-20 16-Sep-20 24-Sep-20 24-Sep-20 n/a n/a 9-Feb-21 1 146 10/26-B/U was not provided. Requested via email to CK.

V-00952 J. McGonagill 04 (2,581.00)$ 24-Sep-20 26-Oct-20 26-Oct-20 10-Nov-20 10-Nov-20 12-Nov-20 n/a n/a 25-May-21 2 243

V-00952 J. McGonagill 05 45,483.00$ 25-Sep-20 14-Oct-20 19-Oct-20 21-Oct-20 21-Oct-20 21-Oct-20 n/a n/a 25-May-21 2 242 10/19-Resubmitted per CF; 10/15-Rejected by CF due to insufficient funds

V-00952 J. McGonagill 06 -$ 1-Oct-20 15-Oct-20 15-Oct-20 21-Oct-20 21-Oct-20 21-Oct-20 n/a n/a 25-May-21 2 236

V-00952 J. McGonagill 07 -$ 12-Nov-20 7-Dec-20 7-Dec-20 10-Dec-20 23-Dec-20 23-Dec-20 n/a n/a 25-May-21 2 194

V-00953 J. McGonagill 01 -$ 3-Sep-20 8-Sep-20 8-Sep-20 15-Sep-20 16-Sep-20 23-Sep-20 23-Sep-20 24-Sep-20 22-Dec-20 1 110

V-S00008 S. Shedek 01 1,764.50$ 20-Dec-19 20-Dec-19 20-Dec-19 20-Dec-19 20-Dec-19 20-Dec-19 20-Dec-19 20-Dec-19 26-May-20 6 158

V-S00010 S. Shedek 01 36,464.64$ 4-Dec-18 5-Dec-18 5-Dec-18 5-Dec-18 5-Dec-18 12-Dec-18 12-Dec-18 12-Dec-18 18-Dec-18 1 14

V-S00010 S. Shedek 02 22,185.51$ 5-Aug-20 11-Aug-20 11-Aug-20 11-Aug-20 12-Aug-20 14-Aug-20 18-Aug-20 18-Aug-20 30-Mar-21 12 237

V-S00010 S. Shedek 03 14,037.00$ 11-Feb-21 11-Feb-21 11-Feb-21 - - - - - VOID - Pulled by OAR Requested to be cancelled 2/16/21

V-S00011 J. Guirges 01 36,000.00$ 22-Jan-19 22-Jan-19 22-Jan-19 23-Jan-19 23-Jan-19 24-Jan-19 24-Jan-19 24-Jan-19 9-Apr-19 1 & 2 77

Updated: 6/29/2021

Page 2 of 2

Project Controls

Contingency Work Authorization (CWA) Tracking Log

From May 2021 through June 2021

Project FCO # CWA # GMP #

CWA/FCO

Date

Amount of

CWA/FCO

CMAR

Contingency

Balance

Owner

Contingency

Balance CMAR Date OAR Date

CCM Date CWA

converted to

BBC*

BP-S00139 NA 7 5S-2 11/24/20 50,000.00$ 1,868,478.00$ 11/25/20 12/01/20 Open

BP-S00139 NA 8 5S-2 12/09/20 50,000.00$ 456,788.00$ 12/10/20 12/10/20 Open

BP-S00139 NA 12 5S-2 04/08/21 100,000.00$ 2,122,649.75$ 04/08/21 04/09/21 Open

BP-S00139 NA 13 5S-2 06/15/21 20,000.00$ 2,010,100.75$ 06/16/21 06/17/21 Open

BP-S00139 NA 13 5S-2 06/15/21 20,000.00$ 2,010,100.75$ 06/16/21 06/17/21 Open

BP-S00143 NA 43 6-S.1 08/04/20 7,000.00$ 1,488,114.00$ 08/04/20 08/04/20 Open

BP-S00143 NA 58 6-S.1 12/17/20 38,000.00$ 643,730.00$ 12/17/20 12/17/20 Open

BP-S00143 NA 63 6S-1 05/20/21 4,500.00$ 998,501.00$ 05/20/21 05/21/21 Open

BP-S00144 NA 29 6S-2 01/04/21 6,500.00$ 1,430,437.00$ 12/29/20 12/29/20 Open

BP-S00144 NA 32 6S-2 02/04/21 71,763.00$ 1,373,859.00$ 02/04/21 02/04/21 Open

BP-S00144 NA 35 6S-2 03/17/21 1,143.00$ 1,648,076.00$ 03/23/21 03/22/21 Open

BP-S00144 NA 36 6S-2 3/31/214 4,500.00$ 1,646,933.00$ 04/02/21 03/31/21 Open

BP-S00144 NA 37 6S-2 04/07/21 10,000.00$ 1,612,326.00$ 04/08/21 04/08/21 Open

BP-S00144 NA 38 6S-2 04/20/21 4,000.00$ 1,628,414.00$ 04/21/21 04/21/21 Open

BP-S00144 NA 39 6S-2 05/21/21 7,200.00$ 1,169,786.00$ 05/21/21 05/20/21 Open

BP-S00144 NA 41 6S-2 05/27/21 36,000.00$ 1,158,563.00$ 05/27/21 05/27/21 Open

BP-S00144 NA 42 6S-2 05/27/21 60,000.00$ 1,122,563.00$ 05/28/21 05/27/21 Open

BP-S00144 NA 43 6S-2 06/17/21 30,000.00$ 3,941,920.00$ 06/18/21 06/17/21 Open

BP-S00147 NA 2 7S-1 06/08/20 12,848.00$ 1,280,279.00$ 06/08/20 06/08/20 Open

BP-S00147 NA 5 7S-1 02/04/21 72,621.00$ 834,105.00$ 02/04/21 02/04/21 Open

BP-S00156 NA 1 14S 07/08/19 15,000.00$ 541,002.00$ 07/08/19 07/08/19 Open

BP-S00168 NA 15 6S-4 04/19/21 5,000.00$ 879,553.27$ 04/20/21 04/20/21 Open

BP-S00178 NA 6 19S 06/05/20 50,000.00$ 147,807.00$ 06/05/20 06/05/20 Open

*BBC: GMP Budget, Buyout and Contingency ManagementUpdated: 6/29/2021

Page 1 of 1

nadege.cadet
Text Box
INFORMATION ITEM SUPPLEMENTAL INFORMATION
tara.ciaglia
Text Box
ITEM 16-B 7/6/2021

Project Controls

Contingency Work Authorization (CWA) Tracking Log

From May 2021 through June 2021

Project FCO # CWA # GMP #

CWA/FCO

Date

Date from

Contractor/OAR Contract Modified

Amount of

CWA/FCO

CMAR

Contingency

Balance

Owner

Contingency

Balance CMAR Date OAR Date

CCM Date CWA

converted to

BBC* BBC #

BP-S00139 NA 7 5S-2 11/24/20 11/24/20 The Middlesex Corp 50,000.00$ 1,868,478.00$ 11/25/20 12/01/20 Open

BP-S00139 NA 8 5S-2 12/09/20 12/10/20 The Middlesex Corp 50,000.00$ 456,788.00$ 12/10/20 12/10/20 Open

BP-S00139 NA 12 5S-2 04/08/21 04/09/21 The Middlesex Corp 100,000.00$ 2,122,649.75$ 04/08/21 04/09/21 Open

BP-S00139 NA 13 5S-2 06/15/21 06/16/21 The Middlesex Corp 20,000.00$ 2,010,100.75$ 06/16/21 06/17/21 Open

BP-S00139 NA 13 5S-2 06/15/21 06/16/21 The Middlesex Corp 20,000.00$ 2,010,100.75$ 06/16/21 06/17/21 Open

BP-S00143 NA 43 6-S.1 08/04/20 08/04/20 Odyssey Global 7,000.00$ 1,488,114.00$ 08/04/20 08/04/20 Open

BP-S00143 NA 58 6-S.1 12/17/20 12/17/20 Randall Mechanical 38,000.00$ 643,730.00$ 12/17/20 12/17/20 Open

BP-S00143 NA 61 6S-1 03/10/21 03/12/21 Leesburg Concrete Company, Inc. 10,000.00$ 1,133,924.65$ 03/11/21 03/11/21 6/8/2021 20180410.01

BP-S00143 NA 62 6S-1 04/20/21 04/21/21 Banker Steel 1,700.00$ 1,039,683.65$ 04/21/21 04/21/21 6/1/2021 20180410.01

BP-S00143 NA 63 6S-1 05/20/21 05/24/21 Randall Mechanical 4,500.00$ 998,501.00$ 05/20/21 05/21/21 Open

BP-S00144 NA 24 6S-2 10/01/20 10/01/20 BergElectric 20,000.00$ 718,597.00$ 10/2/200 10/01/20 5/11/2021 20180605.01

BP-S00144 NA 29 6S-2 01/04/21 01/04/21 BergElectric 6,500.00$ 1,430,437.00$ 12/29/20 12/29/20 Open

BP-S00144 NA 32 6S-2 02/04/21 02/04/21 BergElectric 71,763.00$ 1,373,859.00$ 02/04/21 02/04/21 Open

BP-S00144 NA 33 6S-2 02/26/21 03/01/21 Wal-Mark Contracting Group 20,000.00$ 1,398,357.00$ 02/26/21 02/26/21 5/25/2021 20180605.01

BP-S00144 NA 35 6S-2 03/17/21 03/23/21 BergElectric 1,143.00$ 1,648,076.00$ 03/23/21 03/22/21 Open

BP-S00144 NA 36 6S-2 3/31/214 04/02/21 BergElectric 4,500.00$ 1,646,933.00$ 04/02/21 03/31/21 Open

BP-S00144 NA 37 6S-2 04/07/21 04/09/21 BergElectric 10,000.00$ 1,612,326.00$ 04/08/21 04/08/21 Open

BP-S00144 NA 38 6S-2 04/20/21 04/21/21 BergElectric 4,000.00$ 1,628,414.00$ 04/21/21 04/21/21 Open

BP-S00144 NA 39 6S-2 05/21/21 05/21/21 BergElectric 7,200.00$ 1,169,786.00$ 05/21/21 05/20/21 Open

BP-S00144 NA 40 6S-2 05/20/21 05/21/21 BergElectric 4,000.00$ 1,173,786.00$ 05/21/21 05/20/21 5/25/2021 2018605.006

BP-S00144 NA 41 6S-2 05/27/21 05/27/21 Skybuilders USA LLC 36,000.00$ 1,158,563.00$ 05/27/21 05/27/21 Open

BP-S00144 NA 42 6S-2 05/27/21 05/28/21 BergElectric 60,000.00$ 1,122,563.00$ 05/28/21 05/27/21 Open

BP-S00144 NA 43 6S-2 06/17/21 06/17/21 Wal-Mark Contracting Group 30,000.00$ 3,941,920.00$ 06/18/21 06/17/21 Open

BP-S00147 NA 2 7S-1 06/08/20 06/09/20 Mader Southeast 12,848.00$ 1,280,279.00$ 06/08/20 06/08/20 Open

BP-S00147 NA 3 7S-1 07/13/20 07/13/20 Mader Southeast 34,000.00$ 1,553,087.00$ 07/13/20 07/13/20 6/1/2021 20181002.09

BP-S00147 NA 5 7S-1 02/04/21 02/04/21 Mader Southeast 72,621.00$ 834,105.00$ 02/04/21 02/04/21 Open

BP-S00156 NA 1 14S 07/08/19 07/03/19 TK/MDM Services 15,000.00$ 541,002.00$ 07/08/19 07/08/19 Open

BP-S00168 NA 8 6S-4 10/01/20 10/01/20 Mc Dean 54,500.00$ 616,666.00$ 10/02/20 10/02/20 5/11/2021 20181002.01

BP-S00168 NA 14 6S-4 04/07/21 04/09/21 Mc Dean 7,500.00$ 887,053.27$ 04/08/21 04/08/21 5/25/2021 20181002.01

BP-S00168 NA 15 6S-4 04/19/21 04/20/21 Mc Dean 5,000.00$ 879,553.27$ 04/20/21 04/20/21 Open

BP-S00178 NA 6 19S 06/05/20 06/05/20 Kiewit Infastructure 50,000.00$ 147,807.00$ 06/05/20 06/05/20 Open

*BBC: GMP Budget, Buyout and Contingency ManagementUpdated: 6/29/2021

Page 1 of 1

CCM Date Project/GMP CCM Item # Vendor COVID‐19 Costs Only

04/07/20 BP‐S00146/GMP 7S 3E Turner‐Kiewit Joint Venture 150,000.00$                10/06/20 BP‐S00143/GMP 6S.1 3D Hensel Phelps Construction 154,957.00$                

RW Block Consulting, Inc. 

COVID‐19 CCM Items Tracking Log

From April 2020

nadege.cadet
Text Box
INFORMATION ITEM SUPPLEMENTAL INFORMATION
nadege.cadet
Typewritten Text
Item 16-C 7/6/2021
nadege.cadet
Typewritten Text

� GMP Budget, Buyout & Contingency Management BP-S146

-:::.... GREATER ORLANDO AVIATION AUTHORITY I SOUTH TERMINAL C, PHASE ONE PROJECT GMP 7-5

This Form cannot be used to change the Project guaranteed maximum price or substantial completion date(s).

Project/GMP: BP-S146 (GMP 7-S) South Terminal C,

I Committee Date: September 22, 2020

Phase 1- Landside Terminal, Structure & Enclosure I CCM Reference#: 20180313.010

CMAR: Turner-Kiewit Joint Venture Subcontractor(s): Tierra, Inc; United Rentals, Inc.

Title/Description: CR1232-LST-External Envelope Testing

PROPOSED ACTION (select all that apply) I □ Owner Contingency: I 181 Pl CMAR Contingency: {$38,195.00)

D Budget Reallocation: I 181 Subcontract Award: $141,087.00 I 181 Subcontract Modification: $25,272.00

If Owner Contingency is selected, is work required to complete job? D Yes D No (Note: If no, then SMF is required.)

Is there a schedule impact to the critical path associated with this action? □ Yes 181 No (Note: If yes, OAR schedule analysis provided.)

SUMMARY DESCRIPTION OF SUBCONTRACT MODIFICATION/AWARD:

GMP Package for "BP-S146 Landside Terminal" has been previously awarded to Turner-Kiewit, Joint Venture (TK), reference CCM No. 20180313.010.

Turner-Kiewit Joint Venture (TKJV) is proposing a directly negotiated subcontract award to Tierra Inc. in the Not-To-Exceed (NTE) amount of $141,087.00 for CR1232-LST-External Envelope Testing. The subcontract scope of work consists of necessary external envelope testing for the LST building, as captured in TKJV's Exterior Envelope Testing scope of work dated July 23, 2020 with Attachment "A" and RFI 4426 & 4426.2 responses.

Turner-Kiewit Joint Venture (TKJV) is proposing a subcontract modification to United Rentals, Inc. in the lump sum amount of $25,272.00 for CR1232-LST-External Envelope Testing. The additional scope of work consists of necessary equipment and lifts to accommodate the external envelope testing, as captured in RFI 4426 & 4426.2.

The approval of this directly negotiated subcontract award to Tierra, Inc. and the approval of this subcontract modification to United Rentals, Inc. resolves all requests for cost and time associated with RFI 4426 & 4426.2 scope of work in GMP 7S for the External Envelope Testing. This change request does not include costs for the performance of hose testing. There are no cost impacts to GMP 7S, 7S.l, 7S.2, 7S.3 and 7S.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.

REASON: Buyout - GMP 7S Allowance Line Item 14 "Chamber Test" - RFl's 4426 and 4426.2 confirmed scope and location for the External Envelope Testing at the LST building.

GMP 7S Allowance Line Item 14 current value: $128,164.00 TKJV to issue a directly negotiated subcontract award to Tierra Inc. in the NTE amount of: $141,087.00 TKJV to issue a subcontract modification to United Rentals, Inc. in the lump sum amount of: $25,272.00 Deduct from GMP 75 Allowance Line Item 14: ($128,164.00) Deduct from CMAR Contingency Pl: {$38,195.00) GMP 75 Allowance Line Item 14 remaining balance: $0.00

D Bid Package I D Quotes Received I 181 Directly Negotiated

Committed MWBE Percentage: See memo I Committed LOB Percentage: 0% I Committed DBE Percentage: 0% CM approved by: Signature:

I I Date:

Wende Morgan-Elliott l�I 9/14/2020

OAR approved by: Signature:

1..-r irvu> � I Date:

Torie Brooks 9/14/20

Signature above indicates concurrence with all actions proposed within this form. All Agenda items are to be submitted Source of Funds: to GOAA 's Construction-Engineering-Financial (CEF} Consultant.

GOAA's Legal Consu ltant:

k:

u

:

I I

Date:

Nelson Mullins 9/14/2020

GOAA's CEF Consultant: Signatu re: I I Date:

hl�i�, Anser Advisory 9/15/2020

GMP Budget, Buyout & Contingency Form

P1 PFC, Garb Verification of Funding by CF:

.•.

T\J.l•t>-.. '(iv,_ -

Page 1 of 1

tara.ciaglia
Text Box
ITEM 16-D 7/6/2021
Hamlet Gomez
Text Box
This NTE subcontract Award will start on 7/1/2020 and will finish on 2/28/2022.
tara.ciaglia
Text Box
INFORMATION ITEM Original CCM 9/22/2020 Item No. 2-I Revised Coversheet

GMP Budget, Buyout & Contingency Management BP-S181 GMP 8-S.1 GREATER ORLANDO AVIATION AUTHORITY SOUTH TERMINAL C, PHASE ONE PROJECT

GMP Budget, Buyout & Contingency Form Page 1 of 1

This Form cannot be used to change the Project guaranteed maximum price or substantial completion date(s). Project/GMP: BP-S181 (GMP 8-S.1) South Terminal C, Phase 1-Ground Transportation Facility

Committee Date: June 29, 2021 CCM Reference #: 20191217.010

CMAR: Turner-Kiewit Joint Venture Subcontractor(s): Cleveland Construction, Inc. Title/Description: CR1855-8S.1-GTF-RFI 6598- Remove 2 G1 Thermal Walls- Lvl2 Area 1.

PROPOSED ACTION (select all that apply) ☒ Owner Contingency: $4,949.00 ☐CMAR Contingency:☐ Budget Reallocation: ☐ Subcontract Award: ☒ Subcontract Modification: $(4,949.00) If Owner Contingency is selected, is work required to complete job? ☐ Yes ☐ No (Note: If no, then SMF is required.)

Is there a schedule impact to the critical path associated with this action? ☐ Yes ☒ No (Note: If yes, OAR schedule analysis provided.)

SUMMARY DESCRIPTION OF SUBCONTRACT MODIFICATION/AWARD:

Bid Package 9.1.0 “Interior Partition and Assemblies” was previously awarded within GMP 8S.1 to CC No. 20191217.010

Turner-Kiewit Joint Venture (TKJV) is proposing a subcontract modification to Cleveland Construction, Inc. in the lump sum amount of $(4,949.00) for CR1855-8S.1-GTF-RFI 6598- Remove 2 G1 Thermal Walls- Lvl2 Area 1. RFI 6598 response confirmed a cost saving proposal discussed during an Owner, Architect and Contractor (OAC) meeting, which deleted two thermal walls from the GTF Area 1 level 2 HVAC chase. The modified scope of work consists of labor and material credits associated with the removal of two interior thermal walls as set forth in RFI 6598.

The approval of this subcontract modification to Cleveland Construction, Inc. resolves all requests for costs and time associated with GTF RFI 6598 for GMP 8S.1. There are no forthcoming costs associated with RFI 6598 in any other GMP.

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.

REASON: Owner Requested-Design Progression-RFI 6598-Credit for the removal of (2) interior G1 walls at Area 1 HVAC vertical chase.

TKJV to issue a subcontract modification to Cleveland Construction, Inc. in the lump sum amount of: $(4,949.00) Add to Owner Contingency: $4,949.00

☐ Bid Package ☐ Quotes Received ☐ Directly Negotiated

Committed MWBE Percentage: 0% Committed LDB Percentage: 0% Committed DBE Percentage: 0% CM approved by:

Wende Morgan Elliott

Signature: Date:

OAR approved by:

Carl McNutt

Signature: Date:

Signature above indicates concurrence with all actions proposed within this form. All Agenda items are to be submitted to GOAA's Construction-Engineering-Financial (CEF) Consultant.

Source of Funds:

GOAA’s Legal Consultant:

Nelson Mullins

Signature: Date: Verification of Funding by CF:

GOAA’s CEF Consultant:

Anser Advisory

Signature: Date:

'1_ == I

6/21/2021

6/21/2021

P1/X CFC,Garb

6/21/21

6/22/21

kryan
KMR2
tara.ciaglia
Text Box
ITEM 16-E 7/6/2021
Hamlet Gomez
Text Box
Cleveland Construction, Inc.,
tara.ciaglia
Text Box
INFORMATION ITEM Original CCM 6/29/2021 Item No. 2-N Revised Coversheet

GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport

One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

MEMORANDUM TO: Members of the Construction Committee FROM: George I. Morning, Director of Small Business Development Department DATE: July 06, 2021 RE: CO #02 to Gomez Construction Company for project BP-S00184, Buildout of

LST Level 1 North & South (D/B), at Orlando International Airport.

The Aviation Authority established small business participation goals of 20% MWBE and 5% LDB/VBE of total contract cost and Gomez Construction Company is committed to meet both goals during Design and Construction Phases.

With the approval of CO #02 to convert the Construction Allowance to a Change Order, Gomez Construction Company’s cumulative participation for the Design and Construction Phases is 28% MWBE and 8% LDB/VBE.

MWBE LDB/VBE Scope

Design Cost 259,837 SGM Engineering, Inc. 23,944 Plumbing CO #02. Approved on 06/22/21 CCM 2,990,677 J. B. Mechanical, Inc. 364,500 HVAC Towers Construction Company 401,535 Drywall and framing Designers West Interiors, Inc. 84,096 Flooring Quality Cable Contractors, Inc. 265,325 Telecom/Data Castle Constructors Company 31,944 Concrete TOTAL 3,250,514 906,019 265,325 Percentage 28% 8%

tara.ciaglia
Text Box
INFORMATION ITEM Original CCM 6/22/2021 Item No. 2-B New OSBD Memo
tara.ciaglia
Text Box
HANDOUT 7/6/2021 CCM Item 16-F New Info Item

Greater Orlando Aviation Authority (6/18) Construction Committee Memorandums EDC-18b

Memorandum To: Members of the Construction Committee From: Scott Shedek, Senior Project Manager Date: June 22, 2021 Re: Request for Recommendation of Approval of an Addendum to the Program

and Project Management Services for the South Terminal C, Phase 1 Agreement with GCI Inc. to provide Construction Phase Owner Authorized Representative (OAR) Services for BP-S00191, STC Buildout of Tenant Space Program Soft Costs, Orlando International Airport

Consultant’s proposal, dated June 22, 2021, is to provide is to provide Construction Phase Owner Authorized Representative (OAR) Services for six (6) tenant buildout projects for new airline and tenant spaces at the South Terminal Complex Landside Terminal and Airside Concourse. This proposal will provide OAR Construction Phase services through completion and closeout of the tenant buildout projects, which is currently anticipated as substantial completion by December 31, 2021, plus ninety days for close-out. If approved, these services would be effective July 21, 2021. This continuing consultant was selected for this task based on ( all that apply):

Experience Available Personnel Current Workload Expertise Equitable Distribution Other:_______________

The MWBE/LDB participation has been reviewed by the Office of Small Business Development. Their findings and recommendation are attached. Funding is from General Airport Revenue Bonds. Funding source verified by _________________ of Construction Finance on ___/___/___ as correct and available. It is respectfully requested that the Construction Committee recommend to the Aviation Authority Board approval of an Addendum to the Program and Project Management Services for South Terminal C, Phase 1 Agreement with GCI Inc. for the services contained herein and amount as shown below: Not to Exceed Fees $419,842.00 Lump Sum Fees $0.00 Not to Exceed Expenses $20,000.00 TOTAL $439,842.00 Reviewed by AAC

jmcgonagill
Polygon
tara.ciaglia
Text Box
INFORMATION ITEM Original CCM 6/22/2021 Item No. 4 Revised Memo
tara.ciaglia
Text Box
HANDOUT 7/6/2021 CCM Item 16-G New Info Item

Greater Orlando Aviation Authority (6/18) Construction Committee Memorandums EDC-18b