Construction Minutes - March 16, 2021...2021/03/16  · Turner-Kiewit Joint Venture is committed to...

54
On TUESDAY, MARCH 16, 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 8:34 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 Gary Hunt, Director of Maintenance Cyrus Callum, Director of General Aviation Brian Gilliam, Director of Security Also present: Karen Ryan, Legal Counsel (Nelson Mullins Broad & Cassel) George Morning, GOAA Director of Small Business Development Ian Brooks, GOAA Information Technology Alex Sorondo, HNTB Corporation Don Corthell, PSA Management, Inc. Tara Ciaglia, 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 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

Transcript of Construction Minutes - March 16, 2021...2021/03/16  · Turner-Kiewit Joint Venture is committed to...

Construction Minutes - March 16, 2021On TUESDAY, MARCH 16, 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 8:34 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 Gary Hunt, Director of Maintenance Cyrus Callum, Director of General Aviation Brian Gilliam, Director of Security
Also present: Karen Ryan, Legal Counsel (Nelson Mullins Broad & Cassel) George Morning, GOAA Director of Small Business Development Ian Brooks, GOAA Information Technology Alex Sorondo, HNTB Corporation Don Corthell, PSA Management, Inc. Tara Ciaglia, 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 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
tara.ciaglia
Minutes of the Construction Committee Meeting, March 16, 2021 Page 2 of 54
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. All attendees must wear a face covering.
MINUTES 1. The following minutes were presented for consideration:
CONSIDERATION OF MINUTES FROM MARCH 2, 2021 A. Upon motion of Ms. Sharman, second by Mr. Hunt, vote carried to approve the
Construction Committee Minutes from the meeting held on March 2, 2021, as presented, with inclusion of the minor revision provided by Ms. Sharman.
CONSIDERATION OF MINUTES FROM MARCH 4, 2021 B. Upon motion of Mr. Hunt, second by Ms. Sharman, vote carried to approve the
Construction Committee Minutes from the meeting held on March 4, 2021, as presented.
CHANGE ORDER AGENDA 2. The following Change Orders were presented for consideration:
A. Change Order BP-00482-05 for VARIOUS REVISIONS. Mr. Sorondo presented the attached request for Change Order No. 5 on BP-00482, Gate E-50 and Checkpoint Charlie Development with Carr & Collier, Inc.
Chairman Patterson asked if the project to patch the asphalt was completed. Mr. Sorondo responded yes, that the other project is also in closeout. Ms. Sharman asked if there was a checklist utilized for closeouts. Ms. McKeown answered yes. Chairman Patterson asked if a copy of the checklist could be provided to Ms. Sharman. Ms. McKeown replied yes. Ms. Sharman asked if there is a procedure to ensure final invoices are paid before the project is closed. Ms. McKeown answered yes, that Anser Advisory, LLC requests verification from the vendor that the final invoice has been processed. Once this verification is received, Project Controls notifies Construction Finance that the purchase order can be reduced to actuals and closed.
Upon motion of Ms. Sharman, second by Mr. Gilliam, vote carried to approve Change Order BP-00482-05, for a total amount of $127,556.48 and no time extension, with funding from previously-approved Capital Expenditure Funds.
CONSTRUCTION MANAGEMENT AT RISK (CM@R) GUARANTEED MAXIMUM PRICE (GMP) BUDGET, BUYOUT, AND CONTINGENCY MANAGEMENT REQUESTS AGENDA 3. The following GMP Budget, Buyout, and Contingency Management requests (related to the South Terminal C, Phase One Project) were presented for consideration:
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-S00139 (GMP No. 5-S.2) with Kiewit Infrastructure South Co. for CR651.1-5S.2-LSC-Temporary Utility Bypass Removal at P1X Footprint. 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-S00139, South Terminal C, Phase 1 – Landside Civil (GMP No. 5-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-S00139 (GMP No. 5-S.2) for this subcontract modification is Kiewit Infrastructure South Co. (Non-MWBE/LDB/VBE). There is 17% MWBE participation associated with this modification.
Chairman Patterson asked if this change was anticipated. Mr. Corthell answered yes.
Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L, 3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, and 3-V were considered in one motion.
Upon motion of Mr. Hunt, second by Mr. Callum, vote carried to approve Turner- Kiewit Joint Venture to issue a Subcontract Modification to Kiewit Infrastructure South Co. on BP-S00139, South Terminal C, Phase 1 – Landside Civil (GMP No. 5-S.2), for the total lump sum amount of $262,710.00, with funding from General Airport Revenue Bonds and Customer Facility Charges.
B. Subcontract Modification for BP-S00139 (GMP No. 5-S.2) with The Middlesex Corporation for CR1186.1-5S.2-LSC-RFI 4213 thru 4213.3-LST Loading Dock Design. Mr. Corthell presented the attached GMP Budget, Buyout and Contingency Form, requesting approval for Turner-Kiewit Joint Venture to issue a Subcontract Modification to The Middlesex Corporation on BP-S00139, South Terminal C, Phase 1 – Landside Civil (GMP No. 5-S.2), 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-S00139 (GMP No. 5-S.2) for this subcontract modification is The Middlesex Corporation (Non-MWBE/LDB/VBE). There is 66% MWBE participation associated with this modification.
Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L, 3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, and 3-V were considered in one motion.
Upon motion of Mr. Hunt, second by Mr. Callum, vote carried to approve Turner- Kiewit Joint Venture to issue a Subcontract Modification to The Middlesex Corporation on BP-S00139, South Terminal C, Phase 1 – Landside Civil (GMP No. 5-S.2), for the total lump sum amount of $33,351.00, with funding from General Airport Revenue Bonds and Customer Facility Charges.
C. Subcontract Modification for BP-S00139 (GMP No. 5-S.2) with The Middlesex Corporation for CR1366-5S.2-LSC-RFI 5214-Additional Racks for Fiber Termination. Mr. Corthell presented the attached GMP Budget, Buyout and Contingency Form, requesting approval for Turner-Kiewit Joint Venture to issue a Subcontract Modification to The Middlesex Corporation on BP-S00139, South Terminal C, Phase 1 – Landside Civil (GMP No. 5-S.2), 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-S00139 (GMP No. 5-S.2) for this subcontract modification is The Middlesex Corporation (Non-MWBE/LDB/VBE). There is 96% MWBE participation associated with this modification.
Minutes of the Construction Committee Meeting, March 16, 2021 Page 4 of 54
Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L, 3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, and 3-V were considered in one motion.
Upon motion of Mr. Hunt, second by Mr. Callum, vote carried to approve Turner- Kiewit Joint Venture to issue a Subcontract Modification to The Middlesex Corporation on BP-S00139, South Terminal C, Phase 1 – Landside Civil (GMP No. 5-S.2), for the total lump sum amount of $20,892.00, with funding from General Airport Revenue Bonds and Customer Facility Charges.
D. Subcontract Modification for BP-S00139 (GMP No. 5-S.2) with The Middlesex Corporation for CR1368-5S.2-LSC-RFI-5036.1-Alternate Fiber Pathway for S07. Mr. Corthell presented the attached GMP Budget, Buyout and Contingency Form, requesting approval for Turner-Kiewit Joint Venture to issue a Subcontract Modification to The Middlesex Corporation on BP-S00139, South Terminal C, Phase 1 – Landside Civil (GMP No. 5-S.2), 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-S00139 (GMP No. 5-S.2) for this subcontract modification is The Middlesex Corporation (Non-MWBE/LDB/VBE). There is 96% LDB participation associated with this modification.
Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L, 3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, and 3-V were considered in one motion.
Upon motion of Mr. Hunt, second by Mr. Callum, vote carried to approve Turner- Kiewit Joint Venture to issue a Subcontract Modification to The Middlesex Corporation on BP-S00139, South Terminal C, Phase 1 – Landside Civil (GMP No. 5-S.2), for the total lump sum amount of $14,279.00, with funding from General Airport Revenue Bonds and Customer Facility Charges.
E. Subcontract Modification for BP-S00141 (GMP No. 5-S.4) with Schindler Elevator Corporation for CR1543.1-LST-RFIs 5584 and 5584.1-BC Elevator Bearing Pads- Hung Pit. Mr. Corthell presented the attached GMP Budget, Buyout and Contingency Form, requesting approval for Turner-Kiewit Joint Venture to issue a Subcontract Modification to Schindler Elevator Corporation on BP-S00141, South Terminal C, Phase 1 – Elevators and Escalators Joint Procurement (GMP No. 5-S.4), 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-S00141 (GMP No. 5-S.4) for this subcontract modification is Schindler Elevator Corporation (Non-MWBE/LDB/VBE). There is no small business participation associated with this modification.
Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L, 3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, and 3-V were considered in one motion.
Upon motion of Mr. Hunt, second by Mr. Callum, vote carried to approve Turner- Kiewit Joint Venture to issue a Subcontract Modification to Schindler Elevator Corporation on BP-S00141, South Terminal C, Phase 1 – Elevators and Escalators Joint Procurement (GMP No. 5-S.4), for the total deductive lump sum amount of ($43,461.00), with funding credited to General Airport Revenue Bonds and Passenger Facility Charges.
Minutes of the Construction Committee Meeting, March 16, 2021 Page 5 of 54
F. Subcontract Modification for BP-S00143 (GMP No. 6-S.1) with T&T Construction of Central Fla., Inc. for CR0891-6S1-Ramp Level Passenger Boarding Piers (PBP) Door Frame Installation. Mr. Corthell presented the attached GMP Budget, Buyout and Contingency Form, requesting approval for Hensel Phelps Construction to issue a Subcontract Modification to T&T Construction of Central Fla., Inc. 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 T&T Construction of Central Florida, Inc. (MWBE). There is a 100% reduction in MWBE participation associated with this modification.
Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L, 3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, and 3-V were considered in one motion.
Upon motion of Mr. Hunt, second by Mr. Callum, vote carried to approve Hensel Phelps Construction (HPC) to issue a Subcontract Modification to T&T Construction of Central Fla., Inc. on BP-S00143, South Terminal C, Phase 1 - Airside Terminal, Structure and Enclosure (GMP No. 6-S.1), for the total deductive lump sum amount of ($30,142.00), with funding credited to Passenger Facility Charges and General Airport Revenue Bonds.
G. Subcontract Modification for BP-S00145 (GMP No. 6-S.3) with Cleveland Construction Inc. for CR0885-6S3-RFI 2890 ACT Clarification for Restrooms in Area 19. 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. (MWBE/LDB/VBE). There is no small business participation associated with this modification.
Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L, 3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, and 3-V were considered in one motion.
Upon motion of Mr. Hunt, second by Mr. Callum, 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 $9,549.00, with funding from Passenger Facility Charges and General Airport Revenue Bonds.
H. Subcontract Modification for BP-S00147 (GMP No. 7-S.1) with MSE2, Inc. dba Mader Southeast for CR1282-LST-RFI 4670 Stairway 2.2 Wall and Column Conflict. 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 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
Minutes of the Construction Committee Meeting, March 16, 2021 Page 6 of 54
participate on BP-S00147 (GMP No. 7-S.1) for this subcontract modification is MSE2, Inc. dba Mader Southeast (Non-MWBE/LDB/VBE). There is a 4% reduction in MWBE participation associated with this modification.
Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L, 3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, and 3-V were considered in one motion.
Upon motion of Mr. Hunt, second by Mr. Callum, 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 deductive lump sum amount of ($3,041.00), with funding credited to Passenger Facility Charges and General Airport Revenue Bonds.
I. Subcontract Modification for BP-S00147 (GMP No. 7-S.1) with MSE2, Inc. dba Mader Southeast for CR1605-LST-RFIs 5797 and 5797.1 BHS Ramp Beams at Column Covers. 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 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 a 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, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, and 3-V were considered in one motion.
Upon motion of Mr. Hunt, second by Mr. Callum, 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 $58,044.00, with funding from Passenger Facility Charges and General Airport Revenue Bonds.
J. Subcontract Modification for BP-S00148 (GMP No. 7-S.2) with ISEC, Incorporated for CR1175-LST-RFIs 4187 and 4187.1 Prefabricated Impact Rail, 4969 Wall Metal Base at TSA Expansion, and SS Cane Rail Credit. 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.
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-S00148 (GMP No. 7-S.2) for this subcontract modification is ISEC, Incorporated (Non-MWBE/LDB/VBE). There is no small business participation associated with this modification.
Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L, 3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, and 3-V were considered in one motion.
Minutes of the Construction Committee Meeting, March 16, 2021 Page 7 of 54
Upon motion of Mr. Hunt, second by Mr. Callum, 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 $24,395.00, with funding from Passenger Facility Charges and General Airport Revenue Bonds.
K. Subcontract Modifications for BP-S00148 (GMP No. 7-S.2) with ISEC, Incorporated; and Enclos Corp.; for CR1425.1-LST-RFI 5201 CCC Room Revised Design. Mr. Corthell presented the attached GMP Budget, Buyout and Contingency Form, requesting approval for Turner-Kiewit Joint Venture to issue Subcontract Modifications to ISEC, Incorporated; and Enclos 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 subcontractors identified and committed to participate on BP-S00148 (GMP No. 7-S.2) for these subcontract modifications are ISEC, Incorporated (Non-MWBE/LDB/VBE); and Enclos Corp. (Non- MWBE/LDB/VBE). There is no small business participation associated with this overall modification.
Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L, 3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, and 3-V were considered in one motion.
Upon motion of Mr. Hunt, second by Mr. Callum, 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 deductive amount of ($102,867.00), which includes the lump sum amount of $11,228.00 to ISEC, Incorporated; and the deductive lump sum amount of ($114,095.00) to Enclos Corp.; with funding credited to General Airport Revenue Bonds.
L. Subcontract Modification for BP-S00148 (GMP No. 7-S.2) with Commercial Fabricators, Inc. for CR1543-LST-RFIs 5584 and 5584.1-BC Elevator Bearing Pads- Hung Pit. Mr. Corthell presented the attached GMP Budget, Buyout and Contingency Form, requesting approval for Turner-Kiewit Joint Venture to issue a Subcontract Modification to Commercial Fabricators, 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-S00148 (GMP No. 7-S.2) for this subcontract modification is Commercial Fabricators, Inc. (MWBE). There is 4% LDB participation associated with this modification.
Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L, 3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, and 3-V were considered in one motion.
Upon motion of Mr. Hunt, second by Mr. Callum, vote carried to approve Turner- Kiewit Joint Venture to issue a Subcontract Modification to Commercial Fabricators, Inc. on BP-S00148, South Terminal C, Phase 1, Landside Terminal Finishes (GMP No. 7-S.2), for the total lump sum amount of $43,461.00, with funding from Passenger Facility Charges and General Airport Revenue Bonds.
M. Subcontract Modification for BP-S00149 (GMP No. 8-S) with Aireko Energy Solutions US, LLC for CR1308-8S-GTF RFI 5031-LST-LV Underground Signage Conduit. 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 88% DBE participation associated with this modification.
Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L, 3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, and 3-V were considered in one motion.
Upon motion of Mr. Hunt, second by Mr. Callum, 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 $11,235.00, 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 CR1396-8S-GTF-RFI 5036-LST-Fiber Backbone Coordination. 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-J, 3-K, 3-L, 3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, and 3-V were considered in one motion.
Upon motion of Mr. Hunt, second by Mr. Callum, 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 $4,325.00, with funding from Customer Facility Charges and FDOT Grants to the extent eligible.
O. Budget Reallocation for BP-S00149 (GMP No. 8-S) for CR01664-8S-GTF-Transfer Remaining Unbought Concrete Scope. [A handout was presented, which included an Office of Small Business Development Participation Memorandum.] 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-S00149, South Terminal C, Phase 1-Ground Transportation Facility-FDOT (GMP No. 8-S), at the Orlando International Airport.
Minutes of the Construction Committee Meeting, March 16, 2021 Page 9 of 54
The Office of Small Business Development has determined that the proposed budget reallocation of funds does not have any impact on the small business participation.
Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L, 3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, and 3-V were considered in one motion.
Upon motion of Mr. Hunt, second by Mr. Callum, vote carried to approve Turner- Kiewit Joint Venture to issue a Budget Reallocation on BP-S00149, South Terminal C, Phase 1-Ground Transportation Facility-FDOT (GMP No. 8-S), for the total deductive amount of ($209,811.00), with funding credited to Customer Facility Charges and FDOT Grants to the extent eligible.
P. Subcontract Modification for BP-S00150 (GMP No. 9-S) with MSE2, Inc. dba Mader Southeast for CR1651-9S-PKG-PKG Promenade Columns-Refinishing Option A (CWA BP-S150-019). 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-S00150, South Terminal C, Phase 1, Parking Facility Phase 1 (GMP No. 9-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-S00150 (GMP No 9-S) for this subcontract modification is MSE2, Inc. dba Mader Southeast (Non-MWBE/LDB/VBE). There is 85% MWBE participation associated with this modification
Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L, 3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, and 3-V were considered in one motion.
Upon motion of Mr. Hunt, second by Mr. Callum, vote carried to approve Turner- Kiewit Joint Venture to issue a Subcontract Modification to MSE2, Inc. dba Mader Southeast on BP-S00150, South Terminal C, Phase 1, Parking Facility Phase 1 (GMP No. 9-S), for the total lump sum amount of $14,019.00, with funding from Customer Facility Charges.
Q. Subcontract Modification for BP-S00151 (GMP No. 9-S.1) with Quality Cable Contractors, Inc. for CR 1574-9S.1-Parking Facility – QCCI Final Settlement. Mr. Corthell presented the attached GMP Budget, Buyout and Contingency Form, requesting approval for Turner-Kiewit Joint Venture to issue a Subcontract Modification to Quality Cable Contractors, Inc. on BP-S00151, South Terminal C, Phase 1 - Parking Facility Phase 2 (GMP No. 9-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-S00151 (GMP No. 9-S.1) for this subcontract modification is Quality Cable Contractors, Inc. (MWBE/LDB). There is 100% MWBE participation associated with this modification.
Chairman Patterson asked if the Hahn Group had reviewed this request. Mr. Corthell replied yes, that Mr. White has been involved. Legal Counsel, Ms. Ryan, added that this only pertains to the garage so there should not be an issue.
Minutes of the Construction Committee Meeting, March 16, 2021 Page 10 of 54
Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L, 3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, and 3-V were considered in one motion.
Upon motion of Mr. Hunt, second by Mr. Callum, vote carried to approve Turner- Kiewit Joint Venture to issue a Subcontract Modification to Quality Cable Contractors, Inc. on BP-S00151, South Terminal C, Phase 1 - Parking Facility Phase 2 (GMP No. 9-S.1), for the total lump sum amount of $65,605.00, with funding from Customer Facility Charges and General Airport Revenue Bonds.
R. Subcontract Modification for BP-S00154 (GMP No. 11-S) Cherokee Enterprises, Inc. for CR0887-11S-RFI 2949 Access Road for Block Valves BV-A and BV-B. Mr. Corthell presented the attached GMP Budget, Buyout and Contingency Form, requesting approval for Hensel Phelps Construction to issue a Subcontract Modification to Cherokee Enterprises, Inc. on BP-S00154, South Terminal C, Phase 1 - South Terminal C, Phase 1 - Fueling System (GMP No. 11-S), 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-S00154 (GMP No. 11-S) for this subcontract modification is Cherokee Enterprises, Inc. (MWBE). There is 18% MWBE participation associated with this modification.
Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L, 3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, and 3-V were considered in one motion.
Upon motion of Mr. Hunt, second by Mr. Callum, vote carried to approve Hensel Phelps Construction to issue a Subcontract Modification to Cherokee Enterprises, Inc. on BP-S00154, South Terminal C, Phase 1 - South Terminal C, Phase 1 - Fueling System (GMP No. 11-S), for the total lump sum amount of $37,068.00, with funding from General Airport Revenue Bonds.
S. Subcontract Modification for BP-S00168 (GMP No. 6-S.4) Empire Office, Inc. for CR0674-6S4-RFI 2414 Elevators Control Rooms Floor Finish. Mr. Corthell presented the attached GMP Budget, Buyout and Contingency Form, requesting approval for Hensel Phelps Construction to issue a Subcontract Modification to Empire Office, 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 Empire Office, Inc. (Non-MWBE/LDB/VBE). There is no small business participation associated with this modification.
Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L, 3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, and 3-V were considered in one motion.
Upon motion of Mr. Hunt, second by Mr. Callum, vote carried to approve Hensel Phelps Construction to issue a Subcontract Modification to Empire Office, Inc. on BP-S00168, South Terminal C, Phase 1 - Interior Finishes and Specialties (GMP No. 6-S.4), for the total lump sum amount of $10,520.00, with funding from Passenger Facility Charges and General Airport Revenue Bonds.
T. Subcontract Modification for BP-S00181 (GMP No. 8-S.1) with Randall Mechanical, Inc. for CR1386.4-8S.1-GTF-Bulletin 13-Scope of Work Deferment for Plumbing Systems. [A handout was presented, which included an Office of Small Business Development Participation Memorandum.] Mr. Corthell presented the attached GMP Budget, Buyout and Contingency Form, requesting approval for Turner-Kiewit Joint Venture to issue a Subcontract Modification to Randall Mechanical, Inc. 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-S00181 (GMP No. 8-S.1) for this subcontract modification is Randall Mechanical, Inc. (Non-MWBE/LDB/VBE). There is a 14% reduction in MWBE participation associated with this modification.
Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L, 3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, and 3-V were considered in one motion.
Upon motion of Mr. Hunt, second by Mr. Callum, vote carried to approve Turner- Kiewit Joint Venture to issue a Subcontract Modification to Randall Mechanical, Inc. on BP-S00181, South Terminal C, Phase 1 - Ground Transportation Facility (GMP No. 8-S.1), for the total deductive lump sum amount of ($133,959.00), with funding credited to Customer Facility Charges and General Airport Revenue Bonds.
U. Subcontract Modification for BP-S00181 (GMP No. 8-S.1) with Cleveland Construction, Inc. for CR1386.5-8S.1-GTF-Bulletin 13-Scope of Work Deferment for Interior Wall and Ceiling Systems. Mr. Corthell presented the attached GMP Budget, Buyout and Contingency Form, requesting approval for Turner-Kiewit Joint Venture to issue a Subcontract Modification to Cleveland Construction, Inc. 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-S00181 (GMP No. 8-S.1) for this subcontract modification is Cleveland Construction, Inc. (Non-MWBE/LDB/VBE). There is a reduction of 30.2% MWBE and 6.5% LDB participation associated with this modification.
Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L, 3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, and 3-V were considered in one motion.
Upon motion of Mr. Hunt, second by Mr. Callum, vote carried to approve Turner- Kiewit Joint Venture to issue a Subcontract Modification to Cleveland Construction, Inc. on BP-S00181, South Terminal C, Phase 1 - Ground Transportation Facility (GMP No. 8-S.1), for the total deductive lump sum amount of ($844,966.00), with funding credited to Customer Facility Charges and General Airport Revenue Bonds.
V. Subcontractor Modifications for BP-S00181 (GMP No. 8-S.1) with MSE2, Inc. dba Mader Southeast; and VSC Fire & Security, Inc.; for CR1569.1-8S1-GTF-RFI 5923- Area 1 FD Access-EWS & Fire Suppression. Mr. Corthell presented the attached GMP Budget, Buyout and Contingency Form, requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue Subcontract Modifications to MSE2, Inc. dba Mader Southeast; and VSC Fire & Security, Inc.; 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 subcontractors identified and committed to participate on BP-S00181 (GMP No. 8-S.1) for these subcontract modifications are MSE2, Inc. dba Mader Southeast (Non-MWBE/LDB/VBE); and VSC Fire & Security, Inc. (Non-MWBE/LDB/VBE). There is 11.5% MWBE participation associated with this overall modification.
Agenda Item Nos. 3-A, 3-B, 3-C, 3-D, 3-E, 3-F, 3-G, 3-H, 3-I, 3-J, 3-K, 3-L, 3-M, 3-N, 3-O, 3-P, 3-Q, 3-R, 3-S, 3-T, 3-U, and 3-V were considered in one motion.
Upon motion of Mr. Hunt, second by Mr. Callum, vote carried to approve Turner- Kiewit Joint Venture to issue Subcontract Modifications on BP-S00181, South Terminal C, Phase 1 - Ground Transportation Facility (GMP No. 8-S.1), for the total amount of $5,227.00, which includes the lump sum amount of $2,600.00 to MSE2, Inc. dba Mader Southeast; and the lump sum amount of $2,627.00 to VSC Fire & Security, Inc.; with funding from Customer Facility Charges and General Airport Revenue Bonds.
GENERAL
REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO. 20 TO THE TECHNOLOGY AND MULTI- MEDIA SYSTEMS ENGINEER FOR THE SOUTH TERMINAL C, PHASE 1 AGREEMENT WITH BURNS ENGINEERING, INC. FOR ADDITIONAL SERVICES FOR W-S00113, SOUTH TERMINAL C, PHASE 1 – TECHNOLOGY AND MULTI-MEDIA SERVICES, AT THE ORLANDO INTERNATIONAL AIRPORT. 4. This item was deferred.
REQUEST FOR APPROVAL OF AN AMENDMENT TO PURCHASING CONTRACT 16-15, SECURITY AREA MONITOR SERVICES (SAMS) WITH HSS, INC. FOR BP-00486, RUNWAY 18L-36R REHABILITATION AND RELATED WORK, AT THE ORLANDO INTERNATIONAL AIRPORT. 5. This item was deferred.
REQUEST FOR APPROVAL OF THE PURCHASE OF MICROSOFT SQL DATABASE SERVER AND MICROSOFT SERVER OS LICENSES FROM SHI INTERNATIONAL CORP. FOR ZC-00318, COMMON USE INFRASTRUCTURE REFRESH PROJECT, AT THE ORLANDO INTERNATIONAL AIRPORT. 6. Mr. Brooks presented the attached memorandum, dated March 16, 2021, along with a quote from SHI International Corp, dated January 19, 2021.
The Office of Small Business Development has determined that there is no small business participation associated with the subject purchase request because of the limited scope of the services to be provided.
Ms. Sharman asked if this is for the North Terminal. Mr. Brooks answered yes. Ms. Sharman asked if this makes everything common-use. Mr. Brooks answered no, that this is not an addition and only a refresh of what is existing. Ms. Sharman asked if there was any issue with there being only one bidder. Ms. Hershner answered that it is acceptable and that SHI International Corp. is the only authorized reseller by Microsoft. Ms. Sharman asked if the licenses are only purchased as needed. Mr. Brooks answered yes.
Upon motion of Ms. Sharman, second by Mr. Hunt, vote carried to approve the Purchase of Microsoft SQL Database Server and Microsoft Server OS Licenses from SHI International Corp. for the ZC-00318 Common Use Infrastructure Refresh Project, for the total not-to-exceed expense amount of $46,976.96 with funding from General Airport Revenue Bonds.
INFORMATION ITEMS
A. Field Change Order (FCO) Log
B. COVID-19 CCM Item Log
C. Revised GMP Budget, Buyout & Contingency Form and New Supporting Documentation for BP-S00156, South Terminal C, Phase 1 – CEP and EPG (GMP No. 14-S) with Turner-Kiewit Joint Venture, at the Orlando International Airport. [From the Construction Committee on March 2, 2021, Item No. 3-P]
D. Revised Office of Small Business Participation Memorandum for the GMP Budget, Buyout & Contingency Form for BP-S00143, South Terminal C, Phase 1 – Airside Terminal, Structure and Enclosure (GMP No. 6-S.1) with Hensel Phelps Construction, at the Orlando International Airport. [From the Construction Committee on March 9, 2021, Item No. 3-B]
E. Revised Office of Small Business Participation Memorandum for the GMP Budget, Buyout & Contingency Form for BP-S00144, South Terminal C, Phase 1 – Airside Enclosure and Exterior Finishes (GMP No. 6-S.2) with Hensel Phelps Construction, at the Orlando International Airport. [From the Construction Committee on March 9, 2021, Item No. 3-C]
F. New Office of Small Business Participation Memorandum for the GMP Budget, Buyout & Contingency Form for BP-S00145, South Terminal C, Phase 1 – Airside Early Interiors (GMP No. 6-S.3) with Hensel Phelps Construction, at the Orlando International Airport. [From the Construction Committee on March 9, 2021, Item No. 3-J]
G. New Office of Small Business Participation Memorandum for the GMP Budget, Buyout & Contingency Form for BP-S00154, South Terminal C, Phase 1 – Airfield Fueling Systems (GMP No. 11-S) with Hensel Phelps Construction, at the Orlando International Airport. [From the Construction Committee on March 9, 2021, Item No. 3-X]
H. New Office of Small Business Participation Memorandum for the GMP Budget, Buyout & Contingency Form for BP-S00173, South Terminal C, Phase 1 – Landside Terminal, MEP Systems - FDOT (GMP No. 7-S.3) with Hensel Phelps Construction, at the Orlando International Airport. [From the Construction Committee on March 9, 2021, Item No. 3-FF]
I. New Office of Small Business Participation Memorandum for the GMP Budget, Buyout & Contingency Form for BP-S00179, South Terminal C, Phase 1 – Airside Concourse (GMP No. 6-S.6) with Hensel Phelps Construction, at the Orlando International Airport. [From the Construction Committee on March 9, 2021, Item No. 3-GG]
J. New Office of Small Business Participation Memorandum for the Request for Approval of a Job Order Construction Services Addendum to the Continuing Horizontal Construction Services Agreement with Prime Construction Group, Inc. for H-S00024, Jeff Fuqua Boulevard over Automated People Mover, Brightline, and Future Rail Repairs, at the Orlando International Airport. [From the Construction Committee on March 9, 2021, Item No. 4]
GREATER RLAND AVIATI N AUTH RITY
Orlan o International Airport, One Jeff Fuqua Boulevar Orlan o, Flori a 32827-4399
CHANG ORD R AG NDA FOR CONSTRUCTION COMMITT
Extension f Time (Subst.): 0 Days AM UNT $127,556.48CHANGE RDER N . 5 FINAL
Extension f Time (Final): 0 Days
CONTRACT NO. &
descr pt on: BP-482, Gate E-50 & Checkpoint Charlie Development DATE: 3/16/2021
CONTRACTOR: Carr & Collier, Inc.
DESCRIPTION OF CHANGE TO CONTRACT: FINAL CHANGE RDER
1. Final negotiate settlement for all pen ing requests for change or ers, inclu ing but not limite to: • Ceramic floor tile was installe in the restroom, in lieu of the coate concrete floor. • A ceiling access panel was require in the restroom. • A itional Fiber Optic Cabling, Cameras, an Channeling were require to integrate the new
checkpoint's security system with GOAA s terminal. • Electrical circuits were a e to the bay columns, to accommo ate the GOAA-supplie fans. • A itional Circuits for BAS (Buil ing Automation System) were a e to accommo ate the BAS. • An a itional CCTV Camera was installe in the back office, for increase security. • An interruption button was installe at the kiosk for Gate 4R. • An a itional circuit, plug, an S/O cor was requeste an installe on the buil ing s exterior, to
accommo ate a trailer-mounte X-ray machine. • The camera on the eastern si e of the buil ing require relocation to improve visibility an safety. • The electrical circuitry was relocate to the kiosks, to improve staff accessibility within the bays. • Cleare an grubbe trees an shrubs from aroun the perimeter of the new checkpoint, to improve
visibility.
• Installe a itional pavement markings, to improve vehicle movement efficiency. • Remove fence gates at the ol checkpoint facility an installe fencing that close off the ol checkpoint
access point. • Furnishe an installe a itional regulatory signs. • Installe an electrical circuit for a GOAA-supplie microwave oven an coffeemaker. • Furnishe an installe WiFi Access Point an bracket har ware • Furnishe an installe racks in the Communications Room for the Gatekeeper Security System server. • Furnishe an installe asphalt spee bumps in the rive lanes, to notify rivers of clearance from
security gates. • A e a hot water heater in the Janitor s Room was erroneously elete by Change Or er #4. • Painte the light pole bases safety yellow to make them more visible, an to improve safety. • Rewire the gate arms to bypass the PACs control unit, an eliminate sequencing errors. • Final bon reconciliation.
This final change or er completely resolves all costs an time extensions on this Project. All changes are or will be inclu e in the as-built ocumentation. Contractor represents an warrants that neither Contractor nor its subcontractors, suppliers, materialmen, or any other persons supplying materials, supplies, services, or labor irectly or in irectly in the prosecution of the work provi e in the Contract have or are aware of any claims or potential claims on this Project. Contractor further covenants that all subcontractors, suppliers, materialmen, an all other persons supplying material, supplies, services, or labor use irectly or in irectly in the prosecution of the work provi e in the Contract shall be pai in full, an that Contractor shall efen , in emnify an hol harmless GOAA from any an all ebts an accounts, promises, amages, liens, encumbrances, causes of action, suits, bon s, ju gements, claims an eman s whatsoever, in law or in equity, which any subcontractor, supplier, materialmen, or any other persons supplying material, supplies, services, or labor use , irectly or in irectly, in the prosecution of the work, ha , now has, or may ever have. ADD: $127,556.48
GOAA Construction Form 004 (Rev. #14, 05/18/18)
-



ITEM 2-A 3/16/2021
REASON FOR CHANGE:
1. Final Negotiated Settlement. The parties have agree to a final negotiate change or er to fully resolve all matters on this Project, inclu ing all requeste mo ifications to make the unique facility operational an to improve its functionality.
SOURCE OF FUNDS: Previously Approve Capital Expen iture Fun s
Is above change within the inten e scope of the original contract? Yes £<] No
EXPLAIN:
Previously Approve Fiel Change Or er(s): N/A (Copy Attache )
Contractor's Original RCO Submission $ 147,608.88
GOAA/OAR Estimate $ N/A
$(a) Change Contract Amount By 127,556.48
(b) Amount of Associate A itional A/E Fees $ 0.00(Not for Approval! For Info. Only) (c) Amount of Associate A itional OAR Fees $ 0.00(Not for Approval / For Info Only)
$( ) Total Cost Impact of this Change ( a + b + c) 127, 6.48 $Omissions 0.00
Is there any potential backcharge to the A/E? Yes No $Errors 0.00
PREPARED BY: Alex Soron o PHONE: xt 3142
NOTE ll genda Items are to be submitted to GO 's Construction-Engineering-Financial (CEF) Consultant ire. R W Block Consulting Inc.) The deadline for the agenda iterns is no later than 3:00 p.m. on Tuesdays, two weeks preceding the intended Construction Committee meeting
Date Receive : Date Review Complete : 3/Q9/21
Initials of Reviewer: Verification of Fun ing by CF O0JOAGOAA's CEF Consultant ZTG3/02/21Anser Advisory
GOAA Construction Form 004 (Rev. #14, 05/18/18)
=
Minutes of the Construction Committee Meeting, March 16, 2021 Page 17 of 54
GMP Budget, Buyout & Contingency Management BP-S139 GMP 5-S.2 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-S139 (GMP 5-S.2) South Terminal C, Phase 1-Landside Civil
Committee Date: March 16, 2021 CCM Reference #: 20191001.02A
CMAR: Turner-Kiewit Joint Venture Subcontractor(s): Kiewit Infrastructure South Co.
Title/Description: CR651.1-5S.2-LSC-Temporary Utility Bypass Removal at P1X Footprint
PROPOSED ACTION (select all that apply) P1X Owner Contingency: P1X CMAR Contingency: $(262,710.00) Budget Reallocation: Subcontract Award: Subcontract Modification: $262,710.00 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 31.0.0 “GTF Site logistics costs” was previously awarded via CR0550 to Kiewit Infrastructure South Co., CC No. 20191001.02A.
Turner-Kiewit Joint Venture (TKJV) is proposing a subcontract modification to Kiewit Infrastructure South Co. in the lump sum amount of $262,710.00 for CR651.1-5S.2-LSC-Temporary Utility Bypass Removal at P1X Footprint. Phase 1 Expansion increased the footprint of the airside terminal which caused existing utilities to the APM and ITF to interfere with the expansion work. Previously approved items CR0552 (20191105- 2-A) and CR0552.1 (20200526-3-B) included the costs to install a temporary utility bypass around the footprint. The modified scope of work consists of the labor, material and equipment costs associated with the removal of the temporary utilities that are adjacent to the P1X building footprint after the permanent utilities are completed.
The approval of this subcontract modification to Kiewit Infrastructure South Co. resolves all requests for costs and time associated with CR651.1- 5S.2-LSC-Temporary Utility Bypass Removal at P1X Footprint. there are no forthcoming CR's for Temporary Utility Bypass Removal at P1X Footprint scope in any other GMP's.
TKJV has submitted documentation including the subcontractor’s proposal to support their request. An independent cost Estimate is included. By approving this request, the Owner does not waive its right to enforce the contract requirements for other requests for cost or time.
REASON: Buyout-necessary removal of existing utilities at P1X footprint after the APM & ITF utility bypass was completed.
TKJV to issue a subcontract award to Kiewit Infrastructure South Co. in the lump sum amount of: $262,710.00 Deduct from P1X CMAR Contingency: $(262,710.00)
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:
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 CEF Consultant:
kryan
KMR2
tara.ciaglia
ITEM 3-A 3/16/2021
Minutes of the Construction Committee Meeting, March 16, 2021 Page 18 of 54
GMP Budget, Buyout & Contingency Management BP-S139 GMP 5-S.2 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-S139 (GMP 5-S.2) South Terminal C, Phase 1-Landside Civil
Committee Date: March 16, 2021 CCM Reference #: 20180504.05A
CMAR: Turner-Kiewit Joint Venture Subcontractor(s): The Middlesex Corporation Title/Description: CR1186.1-5S.2-LSC-RFI 4213 thru 4213.3-LST Loading Dock Design.
PROPOSED ACTION (select all that apply) P1 Owner Contingency: $(17,917.00) P1X Owner Contingency: $(15,437.00) X P1 CMAR Contingency:
Budget Reallocation: Subcontract Award: Subcontract Modification: $33,351.00 If Owner Contingency is selected, is work required to complete job? Yes No (Note: If no, then SMF is required.) RFIs 4213-4213.1 If Owner Contingency is selected, is work required to complete job? Yes No (Note: If no, then SMF is required.) RFIs 4213.2 -4213.3
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 31.0.0 “Sitework” was previously awarded within GMP 5-S.2 to The Middlesex Corporation, CC No. 20180504.05A.
Turner-Kiewit Joint Venture (TKJV) is proposing a subcontract modification to The Middlesex Corporation in the lump sum amount of $33,351.00 for CR1186.1-5S.2-LSC-RFI 4213 thru 4213.3-LST Loading Dock Design. RFIs 4213-4213.1 removed a portion of the sidewalk at the parking lot under LST in coordination with the BHS design requirements. RFIs 4213.2-4213.3 introduced revisions to the loading dock design to make it more suited to support terminal deliveries, trash/ recycling servicing and baggage truck operations.
The modified scope of work consists of:
• RFIs 4213-4213.1 -A credit associated with the portion of the sidewalk at the parking lot under LST that was removed from the LSC in coordination with the Baggage Handling System requirements, as set forth in RFIs 4213-4213.1.
• RFIs 4213.2 -4213.3. Additional labor, material and equipment costs associated with the loading dock design progression to support large truck deliveries, as set forth in RFIs 4213.2 -4213.3.
The approval of this subcontract modification to The Middlesex Corporation resolves all requests for costs and time associated with RFI 4213 -4213.3 in GMP 5S2. CR1186 for the Concrete scope in GMP 7S was approved at CCM (CC ref. 20200811.02J). No other CRs associated with RFIs 4213 -4213.3 are forthcoming in any other GMP.
TKJV has submitted documentation including the subcontractor’s proposal to supp-ort 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 4213 thru 4213.1- removal from the LSC scope of a portion of the sidewalk at the parking lot under LST in coordination with the BHS design requirements. $(23,256.00) Owner Requested - RFI 4213.2 thru 4213.3-Changes to curbing, parking space dimensions, pavement markings, bollard and water stops count part of the loading dock optimizations. $56,607.00
TKJ to issue a subcontract award to The Middlesex Corporation in the lump sum amount of: $33,351.00 • RFI 4213-4213.1 Owner Requested Design Progression (sidewalk removal due to BHS): $(23,256.00) P1 $(23,256.00) • RFI 4213.2-4213.3 Owner Requested (Loading Dock optimizations): $41,170.00 P1 / $15,437.00 P1X $56,607.00
Deduct from P1 Owner Contingency: $(17,914.00) Deduct from P1X Owner Contingency: $(15,437.00)
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:
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 CEF Consultant:
kryan
KMR2
KristaStockerl
ITEM 3-B 3/16/2021
GMP Bu get, Buyout & Contingency Management BP-S139 GMP 5- .2Greater rlando Aviation Authority SOUTH TERMINAL C, PHASE ONE PROJECT
This F rm cann t be used t change the Pr ject guaranteedmaximum price r substantial c mpleti n date(s).
Project/GMP: BP- 139 (GMP 5- .2) outh
Terminal C, Phase 1-Landside Civil
Committee Date: March 16, 2021 CCM Reference #: 2018050 .05A
Subcontractor(s): The Middlesex CorporationCMAR: Turner-Kiewit Joint Venture
Title/Description: CR1366-5 .2-L C-RFI 5214-Additional Racks for Fiber Termination.
H P1 Owner Contingency: $(15,195.00)
H P1X Owner Contingency: $(5,697.00) P1 CMAR Contingency:PROPOSED ACTION (select all that apply)
Bu get Reallocation: Subcontract Awar : H Subcontract Mo ification: $20,892.00
If Owner Contingency is selecte , is work require to complete job? H Yes No (N te: Ifn , then SMF is required.)
Is there a sche ule impact to the critical path associate with this action? Yes H No (N te: If yes, OAR schedule analysis pr vided.)
SUMMARY DESCRIPTION OF SUBCONTRACT MODIFICATION/AWARD:
Bid Package 31.0.0 " itework" was previously awarded within GMP 5- .2 to The Middlesex Corporation, CC No. 20180504.05A.
Turner-Kiewit Joint Venture (TKJV) is proposing a subcontract modification to The Middlesex Corporation in the lump sum amount of $20,892.00 for
CR1366-5 .2-L C-RFI 5214-Additional Racks for Fiber Termination. The modified scope of work consists of additional labor, material and equipment costs
associated with furnishing and installing additional Light Interface Unit (LIU) Communication racks for fiber termination for the fiber loop which is for the
entire TC fiber system as set forth in RFI 5214 response.
The approval of this subcontract modification to The Middlesex Corporation resolves all costs and time associated with RFI 5214 in GMP 5 2. No other
CRs associated with RFI 5214 are forthcoming 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.
REA ON: Owner Requested-Design Progression RFI 5214 confirmed that additional racks for fiber termination in multiple rooms were necessary as a part of the
continuing field installation assessment and adjustments for finalization of the site fiber backbone cable segments.
$20,892.00 $(15,195.00) $(5,697.00)
TKJ to issue a subcontract award to The Middlesex Corporation in the lump sum amount of:
Deduct from P1 Owner Contingency:
Deduct from P1X Owner Contingency:
Bi Package Quotes Receive Directly Negotiate
Committe MWBE Percentage: 0% Committe LDB Percentage: ee memo Committe DBE Percentage: 0% CM approve by: Signature: Date:
Wende Morgan-Elliot 3/8/2021 OAR approve by: Signature: Date:
David Pilon 3/9/2021 Signature ab ve indicates c ncurrence with all acti ns pr p sed within this f rm. AllAgen a items are to be submitte to GOAA's Construction-Engineering-Financial (CEF) Consultant.
Source of Fun s: P1/1XGarb,CFC GOAA's Legal Consultant: Verification of Fun ing by CF: ignature: Date:
Nelson Mullins (W3/9/21 ;JJA-
Anser Advisory 3/9/21
_______
-
ITEM 3-C 3/16/2021
Minutes of the Construction Committee Meeting, March 16, 2021 Page 20 of 54
GMP Budget, Buyout & Contingency Management BP-S139 GMP 5-S.2 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-S139 (GMP 5-S.2) South Terminal C, Phase 1-Landside Civil
Committee Date: March 16, 2021 CCM Reference #: 20180504.05A
CMAR: Turner-Kiewit Joint Venture Subcontractor(s): The Middlesex Corporation Title/Description: CR1368-5S.2-LSC-RFI-5036.1-Alternate Fiber Pathway for S07
PROPOSED ACTION (select all that apply) P1 Owner Contingency: P1 CMAR Contingency: $(14,279.00) Budget Reallocation: Subcontract Award: Subcontract Modification: $14,279.00 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 31.0.0 “Sitework” was previously awarded within GMP 5-S.2 to The Middlesex Corporation, CC No. 20180504.05A. Turner-Kiewit Joint Venture (TKJV) is proposing a subcontract modification to The Middlesex Corporation in the lump sum amount of $14,279.00 for CR1368-5S.2-LSC-RFI-5036.1-Alternate Fiber Pathway for S07. During a review of the fiber interconnect between the LST and GTF buildings it was determined there was a scope gap between the conduit tie-ins between the two buildings, which would have required an added deep sub-grade fiber pullbox necessary for conduit bend requirements. Rough in for conduits under the LST and GTF buildings is complete and therefore RFI 5036 confirmed an alternate fiber route utilizing LSC manhole S122. The modified scope of work consists of all additional labor, material and equipment costs to furnish and install additional conduit, concrete and excavation for the alternative fiber pathway S07 as set forth in RFI 5036.1. The approval of this subcontract modification to The Middlesex Corporation resolves all requests for costs and time associated with RFI 5036.1 in GMP 5S.2. CR1396 has been submitted for the cost impacts associated with RFI 5036 in GMP 8S. There are no forthcoming CRs associated with RFIs 5036 and 5036.1 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: Buyout- RFI 5036.1-Addtional scope resulting from the CMAR proposed alternative fiber pathway between the LST and GTF Buildings.
TKJ to issue a subcontract award to The Middlesex Corporation in the lump sum amount of: $14,279.00 Deduct from CMAR P1 Contingency: $(14,279.00)
Bid Package Quotes Received Directly Negotiated
Committed MWBE Percentage: 0% Committed LDB Percentage: See memo Committed DBE Percentage: 0% CM approved by:
Wende Morgan-Elliot
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 CEF Consultant:
kryan
KMR2
tara.ciaglia
ITEM 3-D 3/16/2021
Minutes of the Construction Committee Meeting, March 16, 2021 Page 21 of 54
GMP Budget, Buyout & Contingency Management BP- S141 GMP 5S.4 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-S141 (GMP 5S.4) South Terminal C, Phase 1, Elevators & Escalators Joint Procurement
Committee Date: March 16, 2021 CCM Reference #: 20181004.007
CM@R: Turner-Kiewit Joint Venture Subcontractor(s): Schindler Elevator Corporation Title/Description: CR1543.1-LST-RFI 5584 & 5584.1-BC Elevator Bearing Pads- Hung Pit
PROPOSED ACTION: (select all that apply) Owner Contingency P1: CMAR Contingency: $43,461.00 Budget Reallocation: Subcontract Award: Subcontract Modification: $(43,461.00) 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 14.0.0 “Conveying Systems” was previously awarded within GMP 5S.4 to Schindler Elevator Corporation, CC No. 20181004.007.
Turner-Kiewit Joint Venture (TKJV) is proposing a subcontract modification to Schindler Elevator Corporation in the lump sum amount of $(43,461.00) for CR1543.1-LST-RFI 5584 & 5584.1-BC Elevator Bearing Pads- Hung Pit. RFI 5584 and 5584.1 confirmed the addition of bearing and stiffener plates required for the top of shaft elevator machinery supports in addition to existing support steel. The modified scope of work consists of a deductive change order to Schindler Elevator Corporation for the costs of the additional labor, material and equipment costs associated with the additional bearing and stiffener plates at LST elevators 6.5, 6.6, 6.7 and 6.8. CR1543 is being submitted for these costs for Commercial Fabricators, Inc to perform this work.
The approval of this subcontract modification to Schindler Elevator Corporation resolves all requests for costs and time associated with RFI 5584 and 5584.1 scope of work in GMP 5S.4. CR1543 is being submitted in GMP 7S.2 for the costs for Commercial Fabricators, Inc. to perform this work. There are no forthcoming CR’s associated with RFIs 5584 and 5584.1 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 -Costs for the work to be performed by Commercial Fabricators, Inc. associated with the scope of this deductive change order have been submitted in CR 1543 in GMP 7S.2.
TKJV to issue subcontract modification to Schindler Elevator Corporation in the lump sum amount of: $(43,461.00) Add to CMAR Contingency P1: $43,461.00
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:
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 CEF Consultant:
kryan
KMR2
tara.ciaglia
ITEM 3-E 3/16/2021
GMP Bu get, Buyout & Contingency Management BP-S143 GMP 6S 1Greater rlando Aviation Authority SOUTH T RMINAL C, PHAS ON PROJ CT
This F rm cann t be used t change the Pr ject guaranteedmaximum price r substantial c mpleti n date(s). Project/GMP: BP-S143 (GMP 6S 1) South Terminal C,
Phase 1 Airside Terminal, Structure & Enclosure Committee Date: March 16, 2021 CCM Reference #: 20180410 008
CM@R: Hensel Phelps Construction Subcontractor(s): T&T Construction of Central Fla , Inc Title/Description: CR0891-6S1-Ramp Level Passenger Boarding Piers (PBP) Door Frame Installation
M P1 Owner Contingency: $30,142 00 CMAR Contingency:PROPOSED ACTION (select all that apply) Bu get Reallocation: Subcontract Awar : M Subcontract Mo ification: ($30,142 00)
If Owner Contingency is selecte , is work require to complete job? M Yes No (Note If no, then SMF is required)
Is there a sche ule impact to the critical path associate with this action? Yes M No (Note If yes, OAR Schedule Analysis Provided) SUMMARY DESCRIPTION OF SUBCONTRACT MODIFICATION/AWARD:
Bid Package for BP-S143 03 02 "Building Concrete" was previously awarded within GMP 6S 1 to T&T Construction of Central Fla , Inc , CC No
201800410 008
Hensel Phelps Construction is requesting to issue a Subcontract Modification to T&T Construction of Central Fla , Inc in the Lump Sum amount of
($30,142 00) for CR0891-6S1-Ramp Level Passenger Boarding Piers (PBP) Door Frame Installation The scope of work for the installation of twenty-
eight (28) door frames at the Ramp Level Passenger Boarding Piers was purchased in both Bid Package 03 02 "Building Concrete" and Bid Package
03 03 "Precast" The modified scope of work consists of the labor, material, and equipment credits for the installation of the twenty-eight (28)
Ramp Level door frames from the Building Concrete subcontractor The installation of the door frames will be completed by the Precast
subcontractor, Leesburg Concrete Company, Incorporated
The approval of this Subcontractor Modification to T&T Construction of Central Fla , Inc resolves all requests for cost and time associated with
CR0891-6S1-Ramp Level Passenger Boarding Piers (PBP) Door Frame Installation
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: Owner Requeste Credits due for scope overlap between BP 03 02 "Building Concrete" and BP 03 03 "Precast", which will now be
performed by the Precast Subcontractor
($30, 42.00)
$30, 42.00 HP to issue a Subcontract Modification to T&T Construction of Central Fla , Inc in the lump sum amount of:
Add to P1 Owner C ntingency:
Bi Package Quotes Receive Directly Negotiate
Committe MWBE Percentage: See Memo Committe LDB Percentage: 0% Committe DBE Percentage: 0%
CM approve by: Signature: Date:
David Busch 03/09/202
Scott Mizell 03/05/202
Signature ab ve indicates c ncurrence with all acti ns pr p sedwithin thisf rm. AllAgenda items are to be submitted to GOAAs Construction-Engineering-Financial (CEF) Consultant.
Source of Fun s:
GOAA's Legal Consultant: Verification of Fun ing by CF:Signature: Date:
3/9/2 Nelson Mullins
3/9/2Anser Advisory
Page 1 of 1GMP Bu get, Buyout & Contingency Form
-
-
'
ITEM 3-F 3/16/2021
Minutes of the Construction Committee Meeting, March 16, 2021 Page 23 of 54
GMP Budget, Buyout & Contingency Management BP-S145
GMP 6S.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-S145 (GMP 6S.3) South Terminal C, Phase 1 – Airside Early Interiors
Committee Date: March 16, 2021 CCM Reference #: 20180807.010
CM@R: Hensel Phelps Construction Subcontractor(s): Cleveland Construction Inc.
Title/Description: CR0885-6S3-RFI 2890 ACT Clarification for Restrooms in Area 19
PROPOSED ACTION (select all that apply) P1 Owner Contingency: ($9,549.00) CMAR Contingency:
Budget Reallocation: Subcontract Award: Subcontract Modification: $9,549.00
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-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 $9,549.00
for CR0885-6S3-RFI 2890 ACT Clarification for Restrooms in Area 19. The ceiling type shown to be installed in Women’s Restroom 02-0320 and
Men’s Restroom 02-0319 in Area 19 on the Transfer Level is labeled for ceiling type ACL4, an insulated acoustical panel ceiling. All other
restrooms on the transfer level are designated to have ACL1 acoustical metal pan ceilings installed. RFI 2890 response confirmed the correct
ceiling designation should be ACL1. The modified scope of work consists of the net added costs associated with the revision in ceiling type in the
referenced restrooms from type ACL4 to type ACL1, per RFI 2890 response and sketches.
The approval of this Subcontract Modification to Cleveland Construction Inc. resolves all requests for cost and time resulting from RFI 2890 in
GMP 6S.3. There are no impacts to GMPs 6S, 6S.1, 6S.2, 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.
REASON: Design Error – Confirmation of the Acoustical Ceiling Tiles (ACT) in Transfer Level Area 19 Restrooms to fulfill the Design Intent.
HP to issue a subcontract modification to Cleveland Construction Inc. in the lump sum amount of: $9,549.00
Deduct from P1 Owner Contingency: ($9,549.00)
Bid Package Quotes Received Directly Negotiated
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 CEF Consultant:
kryan
KMR2
tara.ciaglia
ITEM 3-G 3/16/2021
Minutes of the Construction Committee Meeting, March 16, 2021 Page 24 of 54
GMP Budget, Buyout & Contingency Management BP-S147
GMP 7-S.1 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-S147 (GMP 7-S.1) South Terminal C, Phase 1 - Landside Terminal, Remaining Structures and Systems
Committee Date: March 16, 2021 CCM Reference #: 20181002.09
CMAR: Turner-Kiewit Joint Venture Subcontractor(s): MSE2, Inc, dba Mader Southeast
Title/Description: CR1282-LST-RFI 4670 Stairway 2.2 Wall & Column Conflict
PROPOSED ACTION (select all that apply) Owner Contingency P1: CMAR Contingency P1: $3,041.00
Budget Reallocation: Subcontract Award: Subcontract Modifications: ($3,041.00)
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. 20181002.09.
Turner-Kiewit Joint Venture (TKJV) is proposing a subcontract modification MSE2, Inc. dba Mader Southeast in the lump sum amount of ($3,041.00) for CR1282-LST-RFI 4670 Stairway 2.2 Wall & Column Conflict. RFI 4670 was issued to address the conflict between location of Stair 2.2 support column and location of South CMU wall of the stairway. The modified scope of work includes a net credit for the deletion of a section of shaft wall and addition of a section of non-rated G1 walls, as captured in RFI 4670.
The approval of this subcontract modification to MSE2, Inc. dba Mader Southeast resolves all requests for cost and time associated with RFI 4670 scope of work in GMP 7S.1. Cost impacts to GMP 7S for the Structural Steel scope were approved at 20201103.1G under CR1319. Cost impacts to GMP 7S.1 for the Masonry scope were submitted for CCM review under CR1324. There are no forthcoming CRs for RFI 4670 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 – Revised stairway CMU wall location, removal of shaft wall section and addition of non-rated G1 type wall at Stair 2.2 to avoid conflict with stair support column due to coordination with stair delegated design, per RFI 4670.
TKJV to issue a subcontract modification to MSE2, Inc. dba Mader Southeast in the lump sum amount of: ($3,041.00) Add to CMAR Contingency P1: $3,041.00
Bid Package Quotes Received Directly Negotiated
Committed MWBE Percentage: See memo Committed LDB Percentage: 0% Committed DBE Percentage: 0%
CM approved by:
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 CEF Consultant:
kryan
KMR2
tara.ciaglia
ITEM 3-H 3/16/2021
Minutes of the Construction Committee Meeting, March 16, 2021 Page 25 of 54
GMP Budget, Buyout & Contingency Management BP-S147
GMP 7-S.1 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-S147 (GMP 7-S.1) South Terminal C, Phase 1 - Landside Terminal Remaining Structure & Systems
Committee Date: March 16, 2021 CCM Reference #: 20181002.009
CM@R: Turner-Kiewit Joint Venture Subcontractor(s): MSE2, Inc. dba Mader Southeast.
Title/Description: CR1605-LST-RFI 5797 & 5797.1 BHS Ramp Beams at Column Covers
PROPOSED ACTION (select all that apply) Owner Contingency P1: ($58,044.00) P1 CMAR Contingency:
Budget Reallocation: Subcontract Award: Subcontract Modification: $58,044.00
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 $58,044.00 for CR1605-LST-RFI 5797 & 5797.1 BHS Ramp Beams at Column Covers. LST Bulletin 27 added steel for BHS Right-Of-Way (ROW) that were not part of the contract documents. These steel beams penetrate finished column covers. RFIs 5797 & 5797.1 confirmed finishing materials for this condition. The modified scope of work consists of labor, material and equipment costs for additional drywall, framing and continuous aluminum reveals at straight segments of column covers in Areas 7 and 8, as captured in RFIs 5797 & 5797.1.
The approval of this subcontract modification to MSE2, Inc. dba Mader Southeast resolves all requests for cost and time associated with RFIs 5797 & 5797.1 Drywall & Framing scope of work in GMP 7S.1. Cost impacts to GMP 7S.2 for Column Covers and Painting scopes will be submitted in a future CR. 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.
REASONS: Owner Requested – Design Progression; RFIs 5797 & 5797.1 confirmed finish materials for BHS ROW beams added in LST Bulletin 27 that penetrate existing column covers in Areas 7 and 8, which affected the Drywall & Framing scope.
TKJV to issue a subcontract modification to MSE2, Inc. dba Mader Southeast., Inc. in the lump sum amount of: $58,044.00 Deduct from Owner Contingency P1: ($58,044.00)
Bid Package Quotes Received Directly Negotiated
Committed MWBE Percentage: See memo Committed LDB Percentage: See memo Committed DBE Percentage: See memo
CM approved by:
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 CEF Consultant:
kryan
KMR2
tara.ciaglia
ITEM 3-I 3/16/2021
Minutes of the Construction Committee Meeting, March 16, 2021 Page 26 of 54
GMP Budget, Buyout & Contingency Management BP-S148
GMP 7-S.2 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-S148 (GMP 7-S.2) South Terminal C, Phase 1 - Landside Terminal Finishes
Committee Date: March 16, 2021 CCM Reference #: 20190702.05
CMAR: Turner-Kiewit Joint Venture Subcontractor(s): ISEC, Incorporated
Title/Description: CR1175-LST-RFI 4187 & 4187.1 Prefabricated Impact Rail, 4969 Wall Metal Base at TSA Expansion, and SS Cane Rail Credit.
PROPOSED ACTION (select all that apply) Owner Contingency P1: $6,487.00
Owner Contingency P1X: ($17,384.00) CMAR Contingency P1: ($13,498.00)
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.)
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 5.8.0 “Ornamental Metals” was previously awarded within GMP 7S.2 to ISEC, Incorporated, CC No. 20190702.05.
Turner-Kiewit Joint Venture (TKJV) is proposing the following subcontract modifications to ISEC, Incorporated in the lump sum amount of:
- $13,498.00 for CR1359-LST-RFI 4187 & 4187.1 Prefabricated Impact Rail. The modified scope of work consists of labor and material costs for the additional prefabricated impact protection rail for the exterior Resort Loading Dock at Level 1, Areas 7 and 11, as captured in RFIs 4187 & 4187.1.
- ($7,488.00) for CR1359-LST-SS Cane Rail. The modified scope of work includes credits for the pipe cane detection rail at Level 6, Area 5, which will be provided by the Decorative Handrail trade partner.
- $18,385.00 for CR1359-LST-RFI 4969 Wall Metal Base at TSA Expansion. The modified scope of work consists of added metal base type DM1 at TSA Expansion Room 02.4204.
The approval of this subcontract modification to ISEC, Incorporated resolves all requests for costs and time associated with RFIs 4187, 4187.1, 4969 and Pipe Cane Detection Rail Credit scopes of work in GMP 7S.2. There are no forthcoming CRs for RFIs 4187, 4187.1 & 4969 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: Buyout – Additional prefabricated impact protection rail is required for the exterior Resort Loading Dock at Level 1, Areas 7 & 11, per RFIs 4187 & 4187.1. Owner Requested – Design Progression; Credit is provided for the pipe cane detection rail that was bought out through a different subcontractor. Owner Requested – Design Progression; Metal wall base type DM1 has been included for TSA Expansion Room 02.4204 (02-626X), per RFI 4969
TKJV to issue a subcontract modification to ISEC, Incorporated in the lump sum amount of: $13,498.00 Deduct from CMAR Contingency P1: ($13,498.00)
TKJV to issue a subcontract modification to ISEC, Incorporated in the lump sum amount of: ($7,488.00) Add to Owner Contingency P1: $6,487.00 Add to Owner Contingency P1X: $1,001.00
TKJV to issue a subcontract modification to ISEC, Incorporated in the lump sum amount of: $18,385.00 Deduct from Owner Contingency P1X: ($18,385.00)
Bid Package Quotes Received Directly Negotiated
Committed MWBE Percentage: 0% 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:
P1/P1X PFC, Garb
Signature: Date: Verification of Funding by CF:
GOAA’s CEF Consultant: Anser Advisory
Signature: Date:
kryan
KMR2
tara.ciaglia
ITEM 3-J 3/16/2021
Minutes of the Construction Committee Meeting, March 16, 2021 Page 27 of 54
GMP Budget, Buyout & Contingency Management BP-S148
GMP 7-S.2 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-S148 (GMP 7-S.2) South Terminal C, Phase 1 - Landside Terminal Finishes
Committee Date: March 16, 2021 CCM Reference #: 20190702.05
CMAR: Turner-Kiewit Joint Venture Subcontractor(s): ISEC, Incorporated; Enclos Corp.
Title/Description: CR1425.1-LST-RFI 5201 Communication Control Center (CCC) Room Revised Design
PROPOSED ACTION (select all that apply) Owner Contingency P1: $102,867.00 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.)
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 5.8.0 “Ornamental Metals” and 13.0.0 “Transparent Bullet Resistant Assemblies” were previously awarded within GMP 7S.2 to ISEC, Incorporated and Enclos Corp. CC No. 20190702.05.
RFI 5201 response provided updated plans and details for the revised design of CCC Room. Turner-Kiewit Joint Venture (TKJV) is proposing the following subcontract modifications:
1- ISEC, Incorporated in the lump sum amount of $11,228.00 for CR1425.1-LST-RFI 5201 CCC Room Revised Design. The modified scope of work consists of all labor, material and equipment costs associated with added Decorative formed stainless steel DM1 base at CCC Room perimeter, as captured in RFI 5201 response.
2- Enclos Corp. in the lump sum amount of ($114,095.00) for CR1425.1-LST-RFI 5201 CCC Room Revised Design. The modified scope of work includes credits for the revised skirt base from DM2 to DM1, and installation of Mirror Glass panels in lieu of Bullet Resistant panels, as captured in RFI 5201 response.
The approval of this subcontract modification to ISEC, Incorporated and Enclos Corp. resolves all requests for costs and time associated with RFI 5201 in GMP 7S.2. Cost impacts to GMP 7S.1 will be submitted for CCM review under CR1425. There are no forthcoming CRs for RFI 5201 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; RFI 5201 confirmed revised design of CCC Room to address Customs and Border Protection (CBP) comments.
TKJV to issue a subcontract modification to ISEC, Incorporated in the lump sum amount of: $11,228.00 TKJV to issue a subcontract modification to Enclos Corp. in the lump sum amount of: ($114,095.00) Add to Owner Cont