+ All Categories
Home > Documents > On MARCH 23, 2020, the CONCESSIONS/PROCUREMENT …May 20, 2020  · This Contract includes a...

On MARCH 23, 2020, the CONCESSIONS/PROCUREMENT …May 20, 2020  · This Contract includes a...

Date post: 09-Oct-2020
Category:
Upload: others
View: 0 times
Download: 0 times
Share this document with a friend
211
1 On MARCH 23, 2020, the CONCESSIONS/PROCUREMENT COMMITTEE of the GREATER ORLANDO AVIATION AUTHORITY met in regular session telephonically with the meeting live streamed on You Tube (OrlandoAirports). Chairman Anderson called the meeting to order at 1:30 p.m. The meeting was posted in accordance with Florida Statutes with a quorum participating. Office of the Governor, Executive Order Number 20-69 Committee members present: Raymond Anderson, Chairman Kathleen Sharman, Vice Chair Thomas Draper, Senior Director of Airport Operations Bradley Friel, Director of Planning Brian Engle, Director of Customer Experience Staff/Others present: Bruce Gant, Manager of Purchasing Contracts Carl Weaver, Life Safety Manager, Maintenance Diana Hershner, Manager of Purchasing Pete Pelletier, Director of Information Technology Jo Thacker, Nelson Mullins Dan Gerber, Rumberger Kirk Larissa Bou, Recording Secretary Chairman Anderson announced to all present that if a bidder or proposer is aggrieved by any of the proceedings of today’s meeting and wishes to appeal the results of actions made by this Committee, they must file an appeal stating the item they wish to appeal and the basis for which they wish to appeal, and it must be received in writing by the Chief Executive Officer, Mr. Phillip N. Brown, in his office at One Jeff Fuqua Boulevard, Main Terminal Building, by Monday, March 30, 2020 at 4:00 p.m. For individuals who conduct lobbying activities with Aviation Authority employees or Board members, registration with the Aviation Authority is required each year prior to conducting any lobbying activities. A statement of expenditures incurred in connection with those lobbying instances should also be filed prior to April 1 of each year for the preceding year. As of January 16, 2013, lobbying any Aviation Authority Staff who are members of any committee responsible for ranking Proposals, Letters of Interest, Statements of Qualifications or Bids and thereafter forwarding those recommendations to the Board and/or Board Members is prohibited from the time that a Request for Proposals, Request for Letters of Interests, Request for Qualifications or Request for Bids is released to the time that the Board makes an award. As adopted by the Board on September 19, 2012, lobbyists are required to sign-in at the Aviation Authority offices prior to any meetings with Staff or Board members. In the event a lobbyist meets with or otherwise communicates with Staff or a Board member at a location other than the Aviation Authority offices, including the Mayor of the City of Orlando or the Mayor of Orange County, at their offices, the lobbyist shall file a Notice of Lobbying (Form 4) detailing each instance of lobbying to the Aviation Authority within 7 calendar days of such lobbying. As of January 16, 2013, lobbyists will also provide a notice to the Aviation Authority when meeting with the Mayor of the City of Orlando or the Mayor of Orange County at their offices. The policy, forms, and instructions are available in the Aviation Authority’s offices and the web site. Please contact the Director of Board Services with questions at (407) 825-2032. CONSENT AGENDA 1. Chairman Anderson asked if anyone in the audience would like to speak regarding any of the Consent Agenda items. Hearing none, he then asked if any Committee member had questions or wished to pull an item for discussion. Motion was moved by Mr. Draper, second by Mr. Friel to approve the following Consent Agenda items: A. recommendation to the Chief Executive Officer to approve the following: (1) award the Purchase of Two (2) Vehicles, pursuant to the State of Florida Contract #02- 25100000-G, to Coggin Ford in the total amount of $100,159.20; (2) authorize funding from previously-approved Capital Expenditure Funds; and (3) authorize the Purchasing Office to issue the necessary Purchase Order; B. recommendation to Chief Executive Officer to approve the following: (1) find the quotations received from Continental & Global Services LLC, A.M. Cleaning & Supplies LLC, Malor & Company Inc. and Michigan Expedited Logistics LLC as non-responsible, for the reason stated in the memorandum; (2) award Purchasing Request for Written Quotation 92980- 20, Folded Paper Towel to All Florida Paper for the not-to-exceed amount of $176,300; (3)
Transcript
  • 1

    On MARCH 23, 2020, the CONCESSIONS/PROCUREMENT COMMITTEE of the GREATER ORLANDO AVIATION AUTHORITY met in regular session telephonically with the meeting live streamed on You Tube (OrlandoAirports). Chairman Anderson called the meeting to order at 1:30 p.m. The meeting was posted in accordance with Florida Statutes with a quorum participating. Office of the Governor, Executive Order Number 20-69 Committee members present: Raymond Anderson, Chairman Kathleen Sharman, Vice Chair Thomas Draper, Senior Director of Airport Operations Bradley Friel, Director of Planning Brian Engle, Director of Customer Experience Staff/Others present: Bruce Gant, Manager of Purchasing Contracts Carl Weaver, Life Safety Manager, Maintenance Diana Hershner, Manager of Purchasing Pete Pelletier, Director of Information Technology Jo Thacker, Nelson Mullins Dan Gerber, Rumberger Kirk Larissa Bou, Recording Secretary Chairman Anderson announced to all present that if a bidder or proposer is aggrieved by any of the proceedings of today’s meeting and wishes to appeal the results of actions made by this Committee, they must file an appeal stating the item they wish to appeal and the basis for which they wish to appeal, and it must be received in writing by the Chief Executive Officer, Mr. Phillip N. Brown, in his office at One Jeff Fuqua Boulevard, Main Terminal Building, by Monday, March 30, 2020 at 4:00 p.m. For individuals who conduct lobbying activities with Aviation Authority employees or Board members, registration with the Aviation Authority is required each year prior to conducting any lobbying activities. A statement of expenditures incurred in connection with those lobbying instances should also be filed prior to April 1 of each year for the preceding year. As of January 16, 2013, lobbying any Aviation Authority Staff who are members of any committee responsible for ranking Proposals, Letters of Interest, Statements of Qualifications or Bids and thereafter forwarding those recommendations to the Board and/or Board Members is prohibited from the time that a Request for Proposals, Request for Letters of Interests, Request for Qualifications or Request for Bids is released to the time that the Board makes an award. As adopted by the Board on September 19, 2012, lobbyists are required to sign-in at the Aviation Authority offices prior to any meetings with Staff or Board members. In the event a lobbyist meets with or otherwise communicates with Staff or a Board member at a location other than the Aviation Authority offices, including the Mayor of the City of Orlando or the Mayor of Orange County, at their offices, the lobbyist shall file a Notice of Lobbying (Form 4) detailing each instance of lobbying to the Aviation Authority within 7 calendar days of such lobbying. As of January 16, 2013, lobbyists will also provide a notice to the Aviation Authority when meeting with the Mayor of the City of Orlando or the Mayor of Orange County at their offices. The policy, forms, and instructions are available in the Aviation Authority’s offices and the web site. Please contact the Director of Board Services with questions at (407) 825-2032. CONSENT AGENDA

    1. Chairman Anderson asked if anyone in the audience would like to speak regarding any of the Consent Agenda items. Hearing none, he then asked if any Committee member had questions or wished to pull an item for discussion. Motion was moved by Mr. Draper, second by Mr. Friel to approve the following Consent Agenda items:

    A. recommendation to the Chief Executive Officer to approve the following: (1) award the Purchase of Two (2) Vehicles, pursuant to the State of Florida Contract #02-25100000-G, to Coggin Ford in the total amount of $100,159.20; (2) authorize funding from previously-approved Capital Expenditure Funds; and (3) authorize the Purchasing Office to issue the necessary Purchase Order;

    B. recommendation to Chief Executive Officer to approve the following: (1) find the quotations received from Continental & Global Services LLC, A.M. Cleaning & Supplies LLC, Malor & Company Inc. and Michigan Expedited Logistics LLC as non-responsible, for the reason stated in the memorandum; (2) award Purchasing Request for Written Quotation 92980-20, Folded Paper Towel to All Florida Paper for the not-to-exceed amount of $176,300; (3)

  • MINUTES FOR THE MARCH 23, 2020, CONCESSIONS/PROCUREMENT COMMITTEE

    2

    CONSENT AGENDA (con’t) authorize funding from previously-approved Operations and Maintenance Fund; and (4) authorize the Purchasing Office to issue the necessary Blanket Purchase Agreement;

    C. recommendation to the Chief Executive Officer to approve the following: (1) authorize the purchase of 80 sets of Bunker Gear for Aircraft Rescue & Fire Fighting (ARFF) personnel from Bennett Fire Products Co., Inc. pursuant to the Lake County, Florida Contract #17-0606B, for the not-to-exceed total amount of $184,925.60; (2) authorize funding from previously-approved Operations and Maintenance Fund; and (3) authorize the Purchasing Office to issue the necessary Purchase Order;

    D. recommendation to the Chief Executive Officer to approve the following: (1) approve Amendment No. 2 for the Increase in Value for Purchasing Contract 05-19, Fire Sprinkler Systems Maintenance Services (Wet, Dry & Pre-Action), with Convergint Technologies LLC; (2) authorize funding in the not-to-exceed amount of $130,000.00 from the Capital Expenditure or Operations and Maintenance Fund; and (3) authorize an Aviation Authority officer or Chief Executive Officer to execute an Amendment following satisfactory review by legal counsel.

    Chairman Anderson indicated that he had questions regarding Consent Agenda Items A, C, and D. In regards to Consent Agenda Item A, he asked Ms. Hershner to elaborate on Alan Jay’s quotation. Ms. Hershner indicated that the quotation received from Alan Jay, under the Sourcewell contract, was in an amount of $117,295. In regards to Consent Agenda Item C, Chairman Anderson asked Ms. Hershner if staff conducted a price comparison. Ms. Hershner responded that after staff reached out to Bennet Fire Products Co., they were able to determine that the discount under the Sheriff’s Association contract is 44%, whereas the discount under the Lake County Florida Contract #17-0606B is 50%. Moreover, staff reached out to Ten-8, who also sells bunker gear, and confirmed that they do not provide this product under any contract. Lastly, Chairman Anderson inquired about Consent Agenda Item D, and noticed that Attachment C shows that 25% of the 272 valves in the North Terminal required replacement. He followed by asking if this request is for 1/5 of those valves, which are approximately 14 or 15 valves. Mr. Weaver explained that they are looking to replace the remaining valves, which are a total of 90. Mr. Weaver clarified that they had previously replaced 30 valves through an Emergency Procurement (EP), and this request will allow them to finish all of the valves. Additionally, the Maintenance Department had set aside money that was to be used for sprinklers, head replacement and mains, and gave the money back in order to get the valves fixed. By roll call vote, motion passed unanimously. RECOMMENDATION TO AWARD INVITATION FOR BID (IFB) 10-20 ROADWAY LANDSCAPE MAINTENANCE AND IRRIGATION SERVICES

    2. Mr. Gant presented the item. The term of the contract is for thirty-six (36) months, with the initial service to commence on or about August 1, 2020, and with the Aviation Authority having options to renew the Contract for two (2) additional periods of one (1) year each. This contract Award will be to furnish all labor, supervision, materials (including any replacement plant material required), supplies, tools, equipment, licenses, permits, chemicals, fertilizer, mulch, and all other items necessary or proper for, or incidental to, performing exterior landscape maintenance and irrigation services of specified roadway landscape areas at the Orlando International Airport in accordance with the Contract Documents. On February 18, 2020, the following Bids were received: Name of Respondent Total Three (3) Year Bid Price Helping Hand Lawn Care $1,382,319.00 Millennium Services of Florida, LLC $1,471,425.00 Carol King Landscape Maintenance, Inc. $1,471,680.00 Groundteck of Central Florida, Inc. $1,611,387.00 ASI Landscape Management $1,795,602.42

  • MINUTES FOR THE MARCH 23, 2020, CONCESSIONS/PROCUREMENT COMMITTEE

    3

    RECOMMENDATION TO AWARD INVITATION FOR BID (IFB) 10-20 ROADWAY LANDSCAPE MAINTENANCE AND IRRIGATION SERVICES (cont’) References for the three lowest bidders were checked and based thereon, Helping Hand Lawn Care, Millennium Services of Florida, LLC, and Carol King Landscape Maintenance, Inc., were determined to be responsive and responsible. This Contract includes a Minority and Women Business Enterprise (MWBE) goal of 19% and a Local Developing Business (LDB) goal of 5%. The Office of Small Business Development reviewed all of the bids submitted for this procurement and determined that Helping Hand, Millenium of Florida, Carol King, and ASI Landscape were responsive to the MWBE and LDB requirements. Groundtek of Central Florida, Inc. did not meet the 19% MWBE goal and proposed to meet the LDB/VBE goal with a firm that is not a certified LDB/VBE; therefore, staff recommends they are deemed non-responsive as it pertains to the small business participation requirements. The services will be for commercial landscaping services. Pricing for the services are based on Unit Prices for the following: • Mowing • Edging and Trimming • Weeding • Pruning-Shrubs and Groundcover • Disease and Insect Control • Palm Weevil Treatments • Fertilization-Turf, Shrubs and Groundcover, Palms, and Trees • Irrigation and Maintenance • Shredded Mulch • Trash and Debris Removal • Additional Work • Annuals • Planting Soil • Plant Replacement Materials Pricing will also include hourly rates for additional work. The actual amount to be paid to the contractor will be based on actual landscape maintenance and irrigation services requested, the actual quantity of additional/replacement plant material requested, and the actual amount of additional work performed, and approved by the Aviation Authority. Helping Hand Lawn Care bid in the amount of $1,382,319 is to be funded from the Operations and Maintenance Fund 301.631.661.5340004.000.100263. Funds expected to be spent under the contract in the current fiscal year are within budget. Funding required in current and subsequent fiscal years will be allocated from the Operations and Maintenance Fund as approved through the budget process and when funds become available. It was respectfully requested that the Concessions/Procurement Committee approve that the following be recommended to the Aviation Authority Board: (1) deem the bid from Groundtek of Central Florida, Inc. as non-responsive due to the reasons stated above; (2) award Invitation for Bid (IFB) 10-20, Roadway Landscape Maintenance and Irrigation Services to Helping Hand Lawn Care as the lowest responsive and responsible bidder; (3) authorize funding from the Operations and Maintenance Fund in a not-to-exceed amount of $1,382,319; and (4) authorize an Aviation Authority Officer or the Chief Executive Officer to execute a Contract following satisfactory review by legal counsel. Chairman Anderson asked if anyone in the audience would like to speak regarding this item. Hearing none, he then asked if any Committee member had questions or comments. Vice Chair Sharman stated that, since Good Faith effort was not requested by the Office of Small Business Development, Groundteck of Central Florida, Inc. should not be deemed non-responsive. Ms. Thacker concurred with Vice Chair Sharman and requested that the language be stricken from staff’s memorandum, both under “Issues” and under “Recommended Action”. Chairman Anderson clarified that this does not impact the ranking or recommendation to award IFB to Helping Hand Lawn Care as the lowest responsive and responsible bidder. Upon motion by Vice Chair Sharman, second by Mr. Draper, motion passed unanimously by roll call vote, to approve staff’s recommendation, with inclusion of the corrections discussed.

  • MINUTES FOR THE MARCH 23, 2020, CONCESSIONS/PROCUREMENT COMMITTEE

    4

    RECOMMENDATION TO APPROVE AMENDMENT NO. 15, THE SIXTH RENEWAL OPTION AND A CONTRACT ADJUSTMENT OF PURCHASING CONTRACT 02-11, COMMON USE PASSENGER PROCESSING SYSTEM (CUPPS) AND COMMON USE SELF SERVICE (CUSS) OPERATIONS AND MAINTENANCE SERVICES WITH SITA INFORMATION NETWORKING COMPUTING USA, INC. (SITA)

    3. Mr. Gant presented the item.

    The initial project under this contract commenced on November 1, 2011 with Final Acceptance effective May 21, 2012. The initial term of the contract was for thirty-six (36) months, effective May 22, 2012, expiring May 21, 2015, with the Aviation Authority having an indefinite number of options to renew the contract for additional periods of one (1) year each. The fifth renewal option will expire on May 21, 2020. The contract requires SITA to furnish to the Aviation Authority detailed technical design, development, hardware, firmware, software, software licenses, installation integration, implementation, training, user manuals and documentation, operation, support and maintenance services for the CUPPS and CUSS, warranty, testing of the hardware and software, and all other items necessary or proper for, or incidental to, providing an operable and acceptable CUPPS and CUSS, including associated gateways for each airline that is dependent on a remote host computer for departure control, and a Local Departure Control System for each airline that operates independent of a remote host computer and other related components, all in accordance with the Contract Documents. Sixth Renewal Option – May 22, 2020 – May 21, 2021. Contract Adjustment- Staff is requesting to implement Windows 10 upgrade. Department – Concurs with the Sixth Renewal Option and Contract Adjustment. Contractor – Based on the information known at this time, the Contractor has performed satisfactorily during the Initial Term and during the first five Renewal Options. This is a service contract for the support and maintenance of the CUPPS and CUSS. The renewal option pricing is based on existing hourly labor rates for support with a 1.9% allowable CPI increase, maintenance and operating services as requested by the Aviation Authority; and unit prices for various components. Some of the components are new items and some of the component prices have changed. This Contract did not include a Minority and Women Business Enterprise (MWBE) or Local Developing Business (LDB) participation requirement. The total fiscal impact for the Sixth Renewal Option and the Contract Adjustment is a total not-to-exceed amount of $2,530,652. Funding for the Sixth Renewal Option will be from Operations and Maintenance Funds 301.521.214.5340007.000.100425 in the amount of $911,580; 301.521.214.5340007.000.100483 in the amount of $812,900; 301.521.214.5520002.000.100483 in the amount of $200,000; and an amount of $234,000 from Capital Expenditure Fund 308.521.214.5640003.000.501400. Funding for the Contract Adjustment will be from the General Airport Revenue Bond ZC-319 in the amount of $372,172. Funds expected to be spent under the contract in the current fiscal year are within budget. Funding required in current and subsequent fiscal year will be allocated from the Operations and Maintenance Fund and Project Funds as approved through the budget process and when funds become available. It was respectfully requested that the Concessions/Procurement Committee approve that the following be recommended to the Aviation Authority Board: (1) approve Amendment No. 15, Sixth Renewal Option and Contract Adjustment to Purchasing Contract 02-11 with SITA Information Networking Computing USA, Inc.; (2) authorize funding in the total not-to-exceed amount of $2,530,652.00, which includes a not-to-exceed amount of $1,724,680 from Operation and Maintenance Funds, a not-to-exceed amount of $234,000 from Capital Expenditure Fund, and a not-to-exceed amount of $372,172 from General Airport Revenue Bond; and (3) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel. Chairman Anderson asked if anyone in the audience would like to speak regarding this item. Hearing none, he then asked if any Committee member had questions or comments. There was no response to either inquiry.

  • MINUTES FOR THE MARCH 23, 2020, CONCESSIONS/PROCUREMENT COMMITTEE

    5

    RECOMMENDATION TO APPROVE AMENDMENT NO. 15, THE SIXTH RENEWAL OPTION AND A CONTRACT ADJUSTMENT OF PURCHASING CONTRACT 02-11, COMMON USE PASSENGER PROCESSING SYSTEM (CUPPS) AND COMMON USE SELF SERVICE (CUSS) OPERATIONS AND MAINTENANCE SERVICES WITH SITA INFORMATION NETWORKING COMPUTING USA, INC. (SITA) - (con’t) Motion was moved by Mr. Engle to approve staff’s recommendation. Vice Chair Sharman noticed that, when subtracting the purchase amount of the Windows Upgrade under Amendment No. 13, there is an increase of $627,000 dollars. She asked Mr. Pelletier to provide the reason for the increase. Mr. Pelletier stated that there were a few reasons for the increase. First, there was a project that completed with 64 E-gate lanes that are coming off the first year of maintenance support. Additionally, it includes effort to add the Common Use equipment for all gates in combination with some proprietary airline equipment, which increases the Common Use footprint. Lastly, he indicated that there have also been general increases of CUSS and CUPPS equipment. Vice Chair Sharman followed by asking if these increases are reasonable. Mr. Pelletier responded in the affirmative. Chairman Anderson asked if the contract allows for changes in components’ prices. Mr. Pelletier confirmed yes. Furthermore, Chairman Anderson asked if staff was satisfied with SITA’s price when compared to prices given to other airports. Mr. Pelletier responded that staff reviewed the price list to ensure that prices were fair market value and indicated that he could not speak to other airports’ prices. Mr. Draper second the motion. By roll call vote, motion passed unanimously to approve staff recommendation. OLD BUSINESS

    4. The status of this item was updated: A. Recommendation to Approve Amendment No. 14, Contract Adjustment for

    Purchasing Contract 02-11, Common Use Passenger Processing System (CUPPS) and Common Use Self Service (CUSS) with SITA Information Networking Computing USA, Inc. (SITA)- [February 24, 2020, Concessions/Procurement Committee New Business Item A, which was subject to funding ratification by the Construction Finance Oversight Committee at its March 10, 2020, meeting]

    ADJOURNMENT

    5. Chairman Anderson asked if there was further business to discuss before the Committee. Having no further business to discuss, he adjourned the meeting at 2:05 p.m. The next scheduled CPC meeting will be held on Monday, March 24, 2020 at 1:30 p.m.

    (Digitally signed on April 22, 2020)

    _______________________________ ____________________________________ Larissa Bou Raymond Anderson Recording Secretary Chairman

    larissa.bou-vazquezLarissa Bou

    larissa.bou-vazquezRay Anderson

  • On TUESDAY, FEBRUARY 4, 2020, the CONSTRUCTION COMMITTEE of the Greater Orlando Aviation Authority met in Conference Room Apollo/Gemini/Taurus, 5855 Cargo Road, Orlando International Airport, Orlando, Florida. Vice Chair Sharman called the meeting to order at 8:36 a.m. The meeting was posted in accordance with Florida Statutes and a quorum was present. Committee Members present:

    Kathleen Sharman, Chief Financial Officer Mike Patterson, Director of Construction Gary Hunt, Director of Maintenance Denise Schneider, Assistant Director of Purchasing and Material Control

    Also present: Davin Ruohomaki, GOAA Senior Director of Planning, Engineering, and Construction Tom Draper, GOAA Senior Director of Airport Operations Robert Alfert, Jr., Legal Counsel (Nelson Mullins Broad and Cassel) Karen Ryan, Legal Counsel (Nelson Mullins Broad and Cassel) Brad Friel, GOAA Planning Marie Dennis, GOAA Finance Mark Birkebak, GOAA Engineering Pam L’Heureux, GOAA Finance Pete Pelletier, GOAA IT Debbie McKeown, GOAA Project Controls Arlene Grant, GOAA Planning, Engineering, and Construction Davi Nicholson, GOAA Finance Diana Hershner, GOAA Purchasing Edelis Molina, GOAA Small Business Greg Watson, GOAA Construction Ian Brooks, GOAA IT Jason Gross, GOAA IT Kathy Anderson, GOAA Contracts and Grants Kevin Thompson, GOAA Airfield Operations Larry Ell, GOAA Public Affairs Margie Callahan, GOAA IT Paul R. Haust, GOAA IT Scott Shedek, GOAA Construction Somdat Jiawan, GOAA Small Business Steve Pue, GOAA Maintenance Tuan Nguyen, GOAA Engineering Vendla Davermann, GOAA Finance Venus Hinds, GOAA Construction Finance Alex Sorondo, HNTB Corporation Ben Brown, A2 Group, Inc. Bill Brooks, HNTB Corporation Blake Herold, WSP USA Brandon Rutterford, Hensel Phelps Construction Brent Haworth, Geotech Consultants International, Inc. dba GCI, Inc. Charles Sukanek, Page One Consultants, Inc. Christina Taylor, Geotech Consultants International, Inc. dba GCI, Inc. Dan Willems, AECOM Technical Services, Inc. David Benouaich, R.W. Block Consulting Duy Dao, Dao Consultants Ejaz Ahmad, CMTS/Hanson JV Fritz Girault, PSA Management, Inc. Garry White, Hahn Integrated Systems Inc. Ishne Hobbs, CMTS Construction Management Services, LLC James Pancoast, Geotech Consultants International, Inc. dba GCI, Inc. Jim Kriss, Avcon, Inc. John Goodbody, PSA Management, Inc. John Guirges, Geotech Consultants International, Inc. dba GCI, Inc. Krista Stockerl, R.W. Block Consulting, Inc.

  • Minutes of the Construction Committee Meeting, February 4, 2020 Page 2 of 53

    Ksenia Merck, K. Merck and Associates Lance Quick, R.W. Block Consulting, Inc. Lisa Rainey, R.W. Block Consulting, Inc. Michael Kurek, R. W. Block Consulting Nadege Cadet, AECOM Technical Services, Inc. Nils Johnson, Chace Construction Services, LLC Paul Gula, Geotech Consultants International, Inc. dba GCI, Inc. Rhonda Fischetti, Hahn Integrated Systems, Inc. Rob Jarvis, Artistic Identity, LLC Ryan Allen, R.W. Block Consulting, Inc. Teresa Andrecheck, AECOM Technical Services, Inc. Tracey Goff, R.W. Block Consulting, Inc. Vicki Harvey, Hahn Integrated Systems, Inc. Win Beltran, Geotech Consultants International, Inc. dba GCI, Inc. Tara Ciaglia, Recording Secretary

    LOBBYIST DISCLOSURE Parties present were reminded that for individuals who conduct lobbying activities with Aviation Authority employees or Board members, registration with the Aviation Authority is required each year prior to conducting any lobbying activities. A statement of expenditures incurred in connection with those lobbying instances should also be filed prior to April 1st of each year for the preceding year. As of January 16, 2013, lobbying any Aviation Authority Staff who are members of any committee responsible for ranking Proposals, Letters of Interest, Statements of Qualifications or Bids and thereafter forwarding those recommendations to the Board and/or Board Members is prohibited from the time that a Request for Proposals, Request for Letters of Interests, Request for Qualifications or Request for Bids is released to the time that the Board makes an award. As adopted by the Board on September 19, 2012, lobbyists are now required to sign-in at the Aviation Authority offices prior to any meetings with Staff or Board members. In the event a lobbyist meets with or otherwise communicates with Staff or a Board member at a location other than the Aviation Authority offices, the lobbyist shall file a Notice of Lobbying (Form 4) detailing each instance of lobbying to the Aviation Authority within 7 calendar days of such lobbying. As of January 16, 2013, lobbyists will also provide a notice to the Aviation Authority when meeting with the Mayor of the City of Orlando or the Mayor of Orange County at their offices. The policy, forms, and instructions are available in the Aviation Authority’s offices and the website. Please contact the Director of Board Services with questions at (407) 825-2032. ANNOUNCEMENT Any appeals of decisions made by the Construction Committee must be filed with the Chief Executive Officer within five business days (no later than 4:00 p.m. on the fifth business day) of the rendering of that decision. CHANGE ORDER AGENDA 1. The following Change Orders were presented for consideration:

    A. Change Order E-00244-04 VARIOUS REVISIONS. This change order to the contract with Gomez Construction Company for Communication Center Improvements is to: 1. Reduce the Allowance for Flooring by ($3,500.00), from $3,500.00 to $0.00, for the unused portion of the allowance. DEDUCT: ($3,500.00); 2. (a) Provide all labor, equipment and material to install plastic panel trims. ADD: $5,089.22; and, (b) Reduce the Allowance for Millwork (Plastic Panel Trim Only) by ($5,000.00), from $5,000.00 to $0.00, to offset the costs associated with Item No. 2a above. DEDUCT: ($5,000.00). NET AMOUNT FOR ITEM NO. 2: ADD: $89.22; 3. (a) Provide all labor, equipment and material to install stainless steel base and vertical trims. ADD: $2,843.56; and, (b) Reduce the Allowance for Miscellaneous Metals by ($2,500.00), from $2,500.00 to $0.00, to offset the costs associated with Item No. 3a above. DEDUCT: ($2,500.00). NET AMOUNT

  • Minutes of the Construction Committee Meeting, February 4, 2020 Page 3 of 53

    FOR ITEM NO. 3: ADD: $343.56; 4. (a) Provide all labor, equipment and material to install new signs. ADD: $1,605.85; and, (b) Reduce the Allowance for Miscellaneous Signage/Specialties by ($500.00), from $500.00 to $0.00, to offset the costs associated with Item No. 4a above. DEDUCT: ($500.00). NET AMOUNT FOR ITEM NO. 4: ADD: $1,105.85; 5. Reduce the Allowance for Permit by ($1,260.38), from $1,260.38 to $0.00, for the unused portion of the allowance. DEDUCT: ($1,260.38); 6. Reduce the Allowance for Drywall/Framing by ($4,951.36), from $4,951.36 to $0.00, for the unused portion of the allowance. DEDUCT: ($4,951.36); 7. Reduce the Allowance for Painting/Wall Coverings by ($900.94), from $900.94 to $0.00, for the unused portion of the allowance. DEDUCT: ($900.94); 8. Provide equipment and labor to disable/enable the fire suppression system in the Communications Center. This change order replaces the Field Change Order No. 1. ADD: $379.50; and, 9. Provide all labor, equipment and material to: (a) install cable and module to allow NCIC/FCCI to stay at the workstation; (b) add PDUs with dual power to the racks; (c) replace 4-port glider switches and install 8-port switches including rewire and testing; (d) install 8-port glider switch in the Incident Briefing Room (IBR), including running cable to six displays; and, (e) relocate the two 30-amp receptacles. ADD: $15,802.29.

    Upon motion of Ms. Schneider, second by Mr. Hunt, vote carried to approve Change Order E-00244-04, for a total amount of $7,107.74 and no time extension, with funding from previously-approved Capital Expenditure Fund.

    CONSTRUCTION MANAGEMENT AT RISK (CM@R) GUARANTEED MAXIMUM PRICE (GMP) BUDGET, BUYOUT, AND CONTINGENCY MANAGEMENT REQUESTS AGENDA 2. The following GMP Budget, Buyout, and Contingency Management requests (related to the South Terminal C, Phase One Project) were presented for consideration:

    A. Subcontractor Award for BP-S00138 (GMP No. 5-S.1) with Turner Construction Company for CR0638-GTF-Campus Wide Direct Bore Temporary Power Feeder Locating Shoring-Award. Mr. Guirges presented the memorandum, requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontractor Award on BP-S00138, South Terminal C, Phase 1 – Landside Deep Foundations (GMP No. 5-S.1), at the Orlando International Airport, in the total amount of $16,055.00 to Turner Construction Company, for CR0638-GTF-Campus Wide Direct Bore Temporary Power Feeder Locating Shoring-Award. GMP No. 5-S.1 was previously awarded to Turner-Kiewit Joint Venture via Addendum No. 05, CC No. 20171010.013. TKJV is proposing a subcontractor award to Turner Construction Company in the total lump sum amount of $16,055.00 for CR0638-GTF-Campus Wide Direct Bore Temporary Power Feeder Locating Shoring-Award. The scope of work consists of excavation, shoring installation and dewatering to allow the hydro excavator contractor to uncover the top of the power feeder. The previously described scope is required due to that the Campus wide direct bore temporary feeder was installed through the footprint of the GTF building. The line runs approximately 20 feet below grade. TKJV performed a signal tracing of the line on November 11, 2019. The signal tracing indicates that the line runs approximately one foot from GTF Pile 1494. To confirm the exact location, Turner Construction Company will excavate and provide shoring to uncover the line in this location. The approval of this subcontract award to Turner Construction Company resolves all requests for costs and time associated with GTF campus wide direct bore temporary power feeder locating shoring scope as described above. TKJV has submitted documentation including the subcontractor's proposal to support their request. An independent cost estimate is included. By approving

  • Minutes of the Construction Committee Meeting, February 4, 2020 Page 4 of 53

    this request, the Owner does not waive its right to enforce the contract requirements for other requests for cost or time. The effect of this Subcontractor Award for this project is as follows:

    Current GMP No. 5-S.1 P1X Line Item 12 value: $ 284,878.00 TKJV to issue a subcontract award to Turner Construction Company in the lump sum amount of: $ 16,055.00 Deduct from GMP No. 5-S.1 P1X Line Item 12 value: $ (16,055.00) Remaining GMP No. 5-S.1 P1X Line Item 12 value: $ 268,823.00

    Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation for Construction Services. The subcontractor identified and committed to participate on BP-S00138 (GMP No. 5-S.1) for this subcontract award is Turner Construction Company (Non-MWBE/LDB/VBE). There is no small business participation associated with this award. Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L, 2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W and 2-X were considered in one motion. Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Award to Turner Construction Company on BP-S00138, South Terminal C, Phase 1 – Landside Deep Foundations (GMP No. 5-S.1), for the total lump sum amount of $16,055.00, with funding from Customer Facility Charges and General Airport Revenue Bonds.

    B. Subcontractor Modification for BP-S00141 (GMP No. 5-S.4) with Schindler Elevator Corporation for CR0534.1-LST-RFIs 1401 and 1401.1-Fiber Optic at Elevator 12.1 New Control Room Location. Mr. Guirges presented the memorandum, requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontractor Modification on BP-S00141, South Terminal C, Phase 1 – Landside Conveying Equipment (GMP No. 5-S.4), at the Orlando International Airport, in the total amount of $104,442.00 to Schindler Elevator Corporation, for CR0534.1-LST-RFIs 1401 and 1401.1-Fiber Optic at Elevator 12.1 New Control Room Location. Bid Package 14.0.0 "Elevators and Escalators" was previously awarded within the GMP No. 5-S.4 to Schindler Elevator Corporation, CC No. 20180410.007. TKJV is proposing a subcontract modification to Schindler Elevator Corporation in the total lump sum amount of $104,442.00 for CR0534.1-LST-RFIs 1401 and 1401.1-Fiber Optic at Elevator 12.1 New Control Room Location. This modified scope of work consists of all costs associated with the Fiber Optic Kit to be installed at the new Control Room 01-0014A added for Elevator 12.1, per RFIs 1401 and 1401.1 responses, and includes costs for Fiber Optic Kits for Elevators 10.1,10.2 and 12.1,12.2, and wire and conduit for Elevator 4.1. The response to RFI 1401 added new Control Room 01-0014A for Elevator 12.1 controllers after it was discovered that the Control Room 07-0020 was not large enough to fit both elevators' controllers, EL-12.1 and EL-12.2. The RFI 1401.1 response confirmed the electrical layout of the room, and the room dimensions as defined on the revised Contract Documents. The approval of this subcontract modification to Schindler Elevator Corporation resolves all requests for costs and time for RFIs 1401 and 1401.1 in GMP No. 5-S.4. CR0526.1-LST Electrical Revisions for BHS, was approved (CC No. 20191119.03U) for RFI 1401.1 in GMP No. 5-S.4. Impacts for RFIs 1401 and 1401.1 in GMP No. 7-S.1 were submitted in CR0534.

  • Minutes of the Construction Committee Meeting, February 4, 2020 Page 5 of 53

    TKJV has submitted documentation including the subcontractor's proposal to support this request. An independent cost estimate is included. By approving this request, the Owner does not waive its right to enforce the contract requirements for other requests for cost or time. The effect of this Subcontractor Modification for this project is as follows:

    TKJV to issue a subcontract modification to Schindler Elevator Corporation in the lump sum amount of: $ 104,442.00 Deduct from CMAR Contingency: $ (104,442.00)

    Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation for Construction Services. The subcontractor identified and committed to participate on BP-S00141 (GMP No. 5-S.4) for this subcontract modification is Schindler Elevator Corporation (Non-MWBE/LDB/VBE). There is no small business participation associated with this modification. Vice Chair Sharman stated that this item is subject to the Construction Finance Oversight Committee (CFOC). Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L, 2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W and 2-X were considered in one motion. Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Schindler Elevator Corporation on BP-S00141, South Terminal C, Phase 1 – Landside Conveying Equipment (GMP No. 5-S.4), for the total lump sum amount of $104,442.00, with funding from General Airport Revenue Bonds; subject to the CFOC. [Subsequent to the Construction Committee meeting, the CFOC consensed the funding at the meeting held on February 7, 2020, as outlined above.]

    C. Subcontractor Modification for BP-S00142 (GMP No. 6-S) with Kirlin Florida,

    LLC for CR0309-6S Trench Drain Deletion from HPC's Scope of Work. Mr. Guirges presented the memorandum, requesting approval for Hensel Phelps Construction (HPC) to issue a Subcontractor Modification on BP-S00142, South Terminal C, Phase 1 - Airside Terminal Foundations (GMP No. 6-S), at the Orlando International Airport, in the total deductive amount of ($46,615.00) to Kirlin Florida, LLC for CR0309-6S Trench Drain Deletion from HPC's Scope of Work. Bid Package for BP-S00142 22.01 "Underground Plumbing" has been previously awarded within GMP No. 6-S to Kirlin Florida, LLC, CC No. 20180522.04F. HPC is requesting to issue a Subcontractor Modification to Kirlin Florida, LLC in the total deductive Lump Sum amount of ($46,615.00) for CR0309-6S Trench Drain Deletion from HPC's Scope of Work. The modified scope of work consists of the deletion of the Trench Drains scope of work from the Airside Concourse. Through various RFIs, namely RFIs 0752, 0752.1, and 1176, and the Baggage Handling System (BHS) design evolution, the design has moved to the outside of the ASC building slab which is in the Airfield Civil Paving scope of work. The approval of this Subcontractor Modification Kirlin Florida, LLC resolves all requests for cost and time resulting from CR0309-6S Trench Drain Deletion from HPC's Scope of Work. There is no cost impact to HPC for ASC RFIs 0752, 0752.1, and 1176 associated with this request. HPC has submitted documentation including the subcontractor's proposal to support this request. An independent cost estimate is included. By approving this request, the Owner does not waive its right to enforce the contract requirements for other requests for cost or time.

  • Minutes of the Construction Committee Meeting, February 4, 2020 Page 6 of 53

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

    HPC to issue a subcontract modification to Kirlin Florida, LLC in the deductive lump sum amount of:

    $ (46,615.00)

    Add to Owner Contingency: $ 46,615.00

    Hensel Phelps Construction is committed to 20% MWBE and 4% LDB participation for Construction Services. The subcontractor identified and committed to participate on BP-S00142 (GMP No. 6-S) for this subcontract modification is Kirlin Florida, LLC (Non-MWBE/LDB/VBE). There is a 52.6% reduction in MWBE participation associated with this modification. Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L, 2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W and 2-X were considered in one motion. Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to Kirlin Florida, LLC on BP-S00142, South Terminal C, Phase 1 - Airside Terminal Foundations (GMP No. 6-S), for the total deductive lump sum amount of ($46,615.00), with funding credited to Passenger Facility Charges and General Airport Revenue Bonds.

    D. Subcontractor Modification for BP-S00143 (GMP No. 6-S.1) with Randall Mechanical, Inc. for CR0297-6S1-Fire Protection Redesign Due to Baggage Handling System (BHS) Steel Supports. Mr. Guirges presented the memorandum, requesting approval for Hensel Phelps Construction (HPC) to issue a Subcontractor Modification on BP-S00143, South Terminal C, Phase 1 - Airside Terminal, Structure and Enclosure (GMP No. 6-S.1), at the Orlando International Airport, in the total amount of $14,344.00 to Randall Mechanical, Inc. for CR0297-6S1-Fire Protection Redesign Due to Baggage Handling System (BHS) Steel Supports. Bid Package for BP-S00143 21.01 "Fire Suppression" has been previously awarded within GMP No. 6-S.1 to Randall Mechanical, Inc., CC No. 20180410.008. HPC is requesting to issue a Subcontractor Modification to Randall Mechanical, Inc. in the total Lump Sum amount of $14,344.00 for CR0297-6S1-Fire Protection Redesign Due to Baggage Handling System (BHS) Steel Support. The modified scope of work consists of the costs associated with the re-design of the Fire Protection System components due to the added and revised BHS steel supports on the Ramp Level. HPC will submit Time Impact Analysis (TIA-066) requesting additional time with this scope of work. The approval of this Subcontractor Modification to Randall Mechanical, Inc. resolves all requests for cost resulting from CR0297-6S1-Fire Protection Redesign Due to BHS Steel Supports scope of work. There are no cost impacts to GMP Nos. 6-S, 6-S.2, 6-S.3, 6-S.4, 6-S.5, and 6-S.6. The OAR will evaluate TIA-066 and any additional time recommended to be granted will be submitted at a future CCM. HPC has submitted documentation, including the subcontractor's proposal, to support their request. An independent cost estimate is included. By approving this request, the Owner does not waive its right to enforce the contract requirements for other requests for costs or time.

  • Minutes of the Construction Committee Meeting, February 4, 2020 Page 7 of 53

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

    HPC to issue a subcontract modification to Randall Mechanical, Inc. in the lump sum amount of: $ 14,344.00 Deduct from Owner Contingency: $ (14,344.00)

    Hensel Phelps Construction is committed to 20% MWBE and 4% LDB participation for Construction Services. The subcontractor identified and committed to participate on BP-S00143 (GMP No. 6-S.1) for this subcontract modification is Randall Mechanical, Inc. (Non-MWBE/LDB/VBE). There is no small business participation associated with this modification. Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L, 2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W and 2-X were considered in one motion. Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to Randall Mechanical, Inc. on BP-S00143, South Terminal C, Phase 1 - Airside Terminal, Structure and Enclosure (GMP No. 6-S.1), for the total lump sum amount of $14,344.00, with funding from Passenger Facility Charges and General Airport Revenue Bonds.

    E. Subcontractor Modification for BP-S00144 (GMP No. 6-S.2) with BergElectric Corp. dba BergElectric Corp. Contractors and Engineers for CR0333, CR0333.1 and CR0333.2-6S.2-ASC Bulletin 026 Electrical Updates. [A handout was presented, which includes a new Office of Small Business Development Participation Memorandum.] Mr. Guirges presented the memorandum, requesting approval for Hensel Phelps Construction (HPC) to issue a Subcontractor Modification on BP-S00144, South Terminal C, Phase 1 - Airside Enclosure and Exterior Finishes (GMP No. 6-S.2), at the Orlando International Airport, in the total amount of $1,075,000.00 to BergElectric Corp. dba BergElectric Corp. Contractors and Engineers for CR0333, CR0333.1 and CR0333.2-6S.2-ASC Bulletin 026 Electrical Updates. Bid Package for BP-S00144 26.01 "Airside Concourse Electrical Systems" has been previously awarded within GMP No. 6-S.2 to BergElectric Corp. dba BergElectric Corp. Contractors and Engineers, CC No. 20180605.006. HPC is requesting to issue a Subcontractor Modification to BergElectric Corp. dba BergElectric Corp. Contractors and Engineers in the total Lump Sum amount of $1,075,000.00 for ASC Bulletin 026 Electrical Updates. The additional scope of work consists of the necessary labor, material and equipment costs associated with the changes to power, equipment, light fixtures, lighting control, feeders and branch circuits throughout all levels of the building, per ASC Bulletin 026 scope of work. HPC will submit Time Impact Analysis (TIA-063) requesting additional time associated with this scope of work for ASC Bulletin 026. The OAR will evaluate TIA-063 and any additional time recommended to be granted will be submitted at a future CCM. The approval of this Subcontractor Modification to BergElectric Corp. dba BergElectric Corp. Contractors and Engineers resolves all requests for costs resulting from ASC Bulletin 026 Electrical Updates, including, but not limited to, the remainder of the RFI 0969 scope and all RFIs listed in the Bulletin with the exception of a portion of RFI 0957 series and RFI 1829 which will be priced at a later date. Costs for ASC B026 in GMP No. 6-S.1 and GMP No. 6-S.4 were submitted in CR0332-6S1-0151 and CR0334-6S4-0063, respectively. There are no costs to GMP Nos. 6-S, 6-S.3, and 6-S.5.

  • Minutes of the Construction Committee Meeting, February 4, 2020 Page 8 of 53

    HPC has submitted documentation including the subcontractor's proposal to support this request. An independent cost estimate is included. By approving this request, the Owner does not waive its right to enforce the contract requirements for other requests for cost or time. The effect of this Subcontractor Modification for this project is as follows:

    HPC to issue a subcontract modification to BergElectric Corp. dba BergElectric Corp. Contractors and Engineers in the lump sum amount of: $ 1,075,000.00 Deduct from Owner Contingency: $(1,075,000.00)

    Hensel Phelps Construction is committed to 20% MWBE and 4% LDB participation for Construction Services. The subcontractor identified and committed to participate on BP-S00144 (GMP No. 6-S.2) for this subcontract modification is BergElectric Corp. dba BergElectric Corp. Contractors and Engineers (Non-MWBE/LDB/VBE). There is no small business participation associated with this modification. Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L, 2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W and 2-X were considered in one motion. Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to approve Hensel Phelps Construction to issue a Subcontractor 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 $1,075,000.00, with funding from Passenger Facility Charges and General Airport Revenue Bonds.

    F. Subcontractor Modification for BP-S00144 (GMP No. 6-S.2) with BergElectric Corp. dba BergElectric Corp. Contractors and Engineers for CR0344-6S.2-ASC RFIs 0299 and 0448 Transformer's Secondary Duct Bank. Mr. Guirges presented the memorandum, requesting approval for Hensel Phelps Construction (HPC) to issue a Subcontractor Modification on BP-S00144, South Terminal C, Phase 1 - Airside Enclosure and Exterior Finishes (GMP No. 6-S.2), at the Orlando International Airport, in the total deductive amount of ($114,000.00) to BergElectric Corp. dba BergElectric Corp. Contractors and Engineers for CR0344-6S.2-ASC RFIs 0299 and 0448 Transformer's Secondary Duct Bank. Bid Package for BP-S00144 26.01 "Airside Concourse Electrical Systems" has been previously awarded within GMP No. 6-S.2 to BergElectric Corp. dba BergElectric Corp. Contractors and Engineers, CC No. 20180605.006. HPC is requesting to issue a Subcontractor Modification to BergElectric Corp. dba BergElectric Corp. Contractors and Engineers in the total deductive lump sum amount of ($114,000.00) for CR0344-6S.2-ASC RFIs 0299 and 0448 Transformer's Secondary Duct Bank. The modified scope of work consists of the labor, material and equipment credits associated with the deleted two 4-inch conduits for secondary feeds, per RFI 0448 response. RFI 0299 initially confirmed the Design Team's intent to have the maximum number of conduits per transformer which was 14. RFI 0448 later confirmed that the duct bank should consist of only 12 4-inch conduits in lieu of 14 conduits to fit the secondary area of the OUC and GOAA transformers. The approval of this Subcontractor Modification to BergElectric Corp. dba BergElectric Corp. Contractors and Engineers resolves all requests for costs and time resulting from CR0344-6S.2-ASC RFIs 0299 and 0448 Transformer's Secondary Duct Bank.

  • Minutes of the Construction Committee Meeting, February 4, 2020 Page 9 of 53

    HPC has submitted documentation including the subcontractor's proposal to support their request. An independent cost estimate is included. By approving this request, the Owner does not waive its right to enforce the contract requirements for other requests for costs or time. The effect of this Subcontractor Modification for this project is as follows:

    HPC to issue a subcontract modification to BergElectric Corp. dba BergElectric Corp. Contractors and Engineers in the deductive lump sum amount of: $ (114,000.00) Add to Owner Contingency: $ 114,000.00

    Hensel Phelps Construction is committed to 20% MWBE and 4% LDB participation for Construction Services. The subcontractor identified and committed to participate on BP-S00144 (GMP No. 6-S.2) for this subcontract modification is BergElectric Corp. dba BergElectric Corp. Contractors and Engineers (Non-MWBE/LDB/VBE). There is no small business participation associated with this modification. Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L, 2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W and 2-X were considered in one motion. Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to approve Hensel Phelps Construction to issue a Subcontractor 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 ($114,000.00), with funding credited to Passenger Facility Charges and General Airport Revenue Bonds.

    G. Subcontractor Modifications for BP-S00144 (GMP No. 6-S.2) with Wal-Mark Contracting Group, LLC; and, BergElectric Corp. dba BergElectric Corp. Contractors and Engineers for CR0385-6S.2-ASC Bulletin 028 Framing and Drywall and Electrical Updates. Mr. Guirges presented the memorandum, requesting approval for Hensel Phelps Construction (HPC) to issue Subcontractor Modifications on BP-S00144, South Terminal C, Phase 1 - Airside Enclosure and Exterior Finishes (GMP No. 6-S.2), at the Orlando International Airport, in the total deductive amount of ($102,133.00) to Wal-Mark Contracting Group, LLC; and, BergElectric Corp. dba BergElectric Corp. Contractors and Engineers, for CR0385-6S.2-ASC Bulletin 028 Framing and Drywall and Electrical Updates. Bid Package for 09.02 "Framing and Drywall" and Bid Package for 26.01 "ASC Electrical Systems" have been previously awarded within GMP No. 6-S.2 to Wal-Mark Contracting Group LLC, and BergElectric Corp. dba BergElectric Corp. Contractors and Engineers, respectively, CC No. 20180605.006. HPC is requesting to issue the following Subcontractors Modifications:

    1. Wal-Mark Contracting Group, LLC in the deductive lump sum amount of ($3,133.00) for CR0385-6S.2-ASC Bulletin 028 Framing and Drywall and Electrical Updates. The modified scope of work consists of the credits associated with the deletion of Gypsum Ceilings in Ramp Level restrooms 01-0247 and 01-0248 in Area 27; 01-0019A and 01-0019B in Area 28; and 01-0256 and 01-0257 in Area 29.

    2. BergElectric Corp. dba BergElectric Corp. Contractors and Engineers in

    the deductive lump sum amount of ($99,000.00) for CR0385-6S.2-ASC Bulletin 028 Framing and Drywall and Electrical Updates. The modified scope of work consists of the credits associated with the deletion of

  • Minutes of the Construction Committee Meeting, February 4, 2020 Page 10 of 53

    electrical power, light fixtures, lighting controls and branch circuits at the tenant spaces in Ramp Level Areas 27, 28, 29 and 33. Electrical credits include the conduit, wiring and pathways in their entirety.

    HPC will submit Time Impact Analysis (TIA-070) requesting additional time associated with this scope of work for ASC Bulletin 028. ASC Bulletin 028 affected the scope of work in GMP Nos. 6-S.1, 6-S.2, 6-S.3, 6-S.4, and 6-S.6. The approval of these Subcontractors Modifications to Wal-Mark Contracting Group, LLC; and BergElectric Corp. dba BergElectric Corp. Contractors and Engineers, resolves all requests for costs resulting from ASC Bulletin 028 in GMP No. 6-S.2. Costs for Patching of Fireproofing and Insulation, if any, are excluded and will be submitted in future CRs. Costs of RFIs 0818, 0818.1, 0818.2 and 0818.3 are excluded and will be submitted in future CRs. All impacts associated with RFI 1681 in GMP No. 6-S.2 are included. Impacts associated with RFI 1684.1 are included only for the Doors, Frames and Hardware trade and were submitted in CR0386-6S3-0074. Impacts to GMP No. 6-S.4 Low Voltage associated with RFI 1684.1 were approved via CC No. 20200114.03P. Impacts to GMP No. 6-S.1 Masonry associated with RFI 1684.1 were submitted in CR0440.1-6S1-0198. All other trades impacted by RFI 1684.1 are to be submitted in future CRs. There are no costs to GMP Nos. 6-S or 6-S.5. The OAR will evaluate TIA-070 and any additional time recommended to be granted will be submitted at a future CCM. HPC has submitted documentation including the subcontractor's proposal to support this request. An independent cost estimate is included. By approving this request, the Owner does not waive its right to enforce the contract requirements for other requests for cost or time. The effect of these Subcontractor Modifications for this project is as follows:

    HPC to issue a subcontract modification to Wal-Mark Contracting Group, LLC in the deductive lump sum amount of: $ (3,133.00) HPC to issue a subcontract modification to BergElectric Corp. dba BergElectric Corp. Contractors and Engineers in the deductive lump sum amount of: $ (99,000.00) Add to Owner Contingency: $ 102,133.00

    Hensel Phelps Construction is committed to 20% MWBE and 4% LDB participation for Construction Services. The subcontractors identified and committed to participate on BP-S00144 (GMP No. 6-S.2) for these subcontract modifications are Wal-Mark Contracting Group, LLC (Non-MWBE/LDB/VBE); and BergElectric Corp. dba BergElectric Corp. Contractors and Engineers (Non-MWBE/LDB/VBE). There is an overall reduction of 2.3% MWBE participation associated with these modifications. Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L, 2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W and 2-X were considered in one motion. Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to approve Hensel Phelps Construction to issue Subcontractor Modifications 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 ($102,133.00), which includes the deductive lump sum amount of ($3,133.00) to Wal-Mark Contracting Group, LLC; and the deductive lump sum amount of ($99,000.00) to BergElectric Corp. dba BergElectric Corp. Contractors and Engineers, with funding credited to Passenger Facility Charges and General Airport Revenue Bonds.

  • Minutes of the Construction Committee Meeting, February 4, 2020 Page 11 of 53

    H. Subcontractor Modification for BP-S00144 (GMP No. 6-S.2) with BergElectric

    Corp. dba BergElectric Corp. Contractors and Engineers for CR0313-6S.2-RFI 1011 Revisions to Switchboard 7NMSBFBHUB1. Mr. Guirges presented the memorandum, requesting approval for Hensel Phelps Construction (HPC) to issue a Subcontractor Modification on BP-S00144, South Terminal C, Phase 1 - Airside Enclosure and Exterior Finishes (GMP No. 6-S.2), at the Orlando International Airport, in the total amount of $72,933.00 to BergElectric Corp. dba BergElectric Corp. Contractors and Engineers for CR0313-6S.2-RFI 1011 Revisions to Switchboard 7NMSBFBHUB1. Bid Package for BP-S00144 26.01 "Airside Concourse Electrical Systems" has been previously awarded within GMP No. 6-S.2 to BergElectric Corp. dba BergElectric Corp. Contractors and Engineers, CC No. 20180605.006. HPC is requesting to issue a Subcontractor Modification to BergElectric Corp. dba BergElectric Corp. Contractors and Engineers, in the total Lump Sum amount of $72,933.00 for CR0313-6S.2-RFI 1011 Revisions to Switchboard 7NMSBFBHUB1. The modified scope of work consists of costs for providing the up-sized feeders for TX-AS7-U4 to Switchboard 7NMSBFBHUB1, and replacement of 3-inch PVC conduits with 4-inch PVC conduits, per RFI 1011 response. The approval of this Subcontractor Modification to BergElectric Corp. dba BergElectric Corp. Contractors and Engineers, resolves all requests for costs and time resulting from RFI 1011 scope of work. There are no cost or time impacts to GMP Nos. 6-S, 6-S.1, 6-S.3, 6-S.4, 6-S.5, 6-S.6 and 11-S. Costs for Patching of Fireproofing and Insulation, and Testing and Inspection, if any, will be submitted via future CR. HPC has submitted documentation including the subcontractor's proposal showing necessary back-up to support their request. An independent cost estimate is included. By approving this request, the Owner does not waive its right to enforce the contract requirements for other requests for costs or time. The effect of this Subcontractor Modification for this project is as follows:

    HPC to issue a subcontract modification to BergElectric Corp. dba BergElectric Corp. Contractors and Engineers in the lump sum amount of: $ 72,933.00 Deduct from Owner Contingency: $ (72,933.00)

    Hensel Phelps Construction is committed to 20% MWBE and 4% LDB participation for Construction Services. The subcontractor identified and committed to participate on BP-S00144 (GMP No. 6-S.2) for this subcontract modification is BergElectric Corp. dba BergElectric Corp. Contractors and Engineers (Non-MWBE/LDB/VBE). There is no small business participation associated with this modification. Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L, 2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W and 2-X were considered in one motion. Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to approve Hensel Phelps Construction to issue a Subcontractor 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 $72,933.00, with funding from Passenger Facility Charges and General Airport Revenue Bonds.

  • Minutes of the Construction Committee Meeting, February 4, 2020 Page 12 of 53

    I. Subcontractor Modification for BP-S00145 (GMP No. 6-S.3) with Alpha Insulation and Waterproofing, Inc. for CR0310-6S3-RFIs 1156 and 1844 Exterior Columns Fireproofing. Mr. Guirges presented the memorandum, requesting approval for Hensel Phelps Construction (HPC) to issue a Subcontract Modification on BP-S00145, South Terminal C, Phase 1 - Airside Early Interiors (GMP No. 6-S.3), at the Orlando International Airport, in the total amount of $25,739.00 to Alpha Insulation and Waterproofing, Inc., for CR0310-6S3-RFIs 1156 and 1844 Exterior Columns Fireproofing. Bid Package for BP-S00145 07.07 "Intumescent Fireproofing" has been previously awarded within GMP No. 6-S.3 to Alpha Insulation and Waterproofing, Inc., CC No. 20180807.010. HPC is requesting to issue a Subcontractor Modification to Alpha Insulation and Waterproofing, Inc. in the total Lump Sum amount of $25,739.00 for CR0310-6S3-RFIs 1156 and 1844 Exterior Columns Fireproofing. The additional scope of work includes costs for the Intumescent Fire-Resistive Coating at 5 columns in Phase 1 to allow for the Baggage Handling System equipment clearance. RFI 1156 response confirmed the Design Intent of applying the Intumescent Fire-Resistive Coating at 2 locations, and RFI 1844 response confirmed the 3 other locations. The approval of this Subcontractor Modification to Alpha Insulation and Waterproofing, Inc. resolves all requests for cost and time resulting from RFIs 1156 and 1844 in GMP No. 6-S.3 for Phase 1. Impacts of RFIs 1156 and 1844 to GMP No. 6-S.6 in Phase 1 Expansion will be submitted via future CR. HPC has submitted documentation including the subcontractor's proposal to support this request. An independent cost estimate is included. By approving this request, the Owner does not waive its right to enforce the contract requirements for other requests for cost or time. The effect of this Subcontractor Modification for this project is as follows:

    HPC to issue a subcontract modification to Alpha Insulation and Waterproofing, Inc. in the Lump Sum amount of: $ 25,739.00 Deduct from Owner Contingency: $ (25,739.00)

    Hensel Phelps Construction is committed to 20% MWBE and 4% LDB participation for Construction Services. The subcontractor identified and committed to participate on BP-S00145 (GMP No. 6-S.3) for this subcontract modification is Alpha Insulation and Waterproofing, Inc. (Non-MWBE/LDB/VBE). There is no small business participation associated with this modification.

    Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L, 2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W and 2-X were considered in one motion. Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to Alpha Insulation and Waterproofing, Inc. on BP-S00145, South Terminal C, Phase 1 - Airside Early Interiors (GMP No. 6-S.3), for the total lump sum amount of $25,739.00, with funding from Passenger Facility Charges and General Airport Revenue Bonds.

  • Minutes of the Construction Committee Meeting, February 4, 2020 Page 13 of 53

    J. Subcontractor Modification for BP-S00145 (GMP No. 6-S.3) with MULE Engineering and Construction, Inc. for CR0428-6S3-RFI 1918 Door Hardware Physical Access Control System (PACS) Discrepancy in Area 24. Mr. Guirges presented the memorandum, requesting approval for Hensel Phelps Construction (HPC) to issue a Subcontract Modification on BP-S00145, South Terminal C, Phase 1 - Airside Early Interiors (GMP No. 6-S.3), at the Orlando International Airport, in the total deductive amount of ($1,000.00) to MULE Engineering and Construction, Inc., for CR0428-6S3-RFI 1918 Door Hardware Physical Access Control System (PACS) Discrepancy in Area 24. Bid Package for BP-S00145 08.03 "Doors, Frames and Hardware" has been previously awarded within GMP No. 6-S.3 to MULE Engineering and Construction, Inc., CC No. 20181009.03C. HPC is requesting to issue a Subcontractor Modification to MULE Engineering and Construction, Inc. in the total deductive lump sum amount of ($1,000.00) for CR0428-6S3-Door Hardware Physical Access Control System (PACS) Discrepancy in Area 24. The modified scope of work revises the hardware of Door 02-0783 from Type IHC-23B to Type IHM-26, per RFI 1918. The approval of this Subcontractor Modification to MULE Engineering and Construction, Inc. resolves all requests for cost and time resulting from RFI 1918 scope of work. There are no cost impacts to GMP Nos. 6-S, 6-S.1, 6-S.2, 6-S.4, 6-S.5 and 11-S. HPC has submitted documentation including the subcontractor's proposal showing materials, equipment, and labor pricing to support their request. An independent cost estimate is included. By approving this request, the Owner does not waive its right to enforce the contract requirements for other requests for costs or time. The effect of this Subcontractor Modification for this project is as follows:

    HPC to issue a subcontract modification to MULE Engineering and Construction, Inc. in the deductive lump sum amount of: $ ($1,000.00) Add to Owner Contingency: $ $1,000.00

    Hensel Phelps Construction is committed to 20% MWBE and 4% LDB participation for Construction Services. The subcontractor identified and committed to participate on BP-S00145 (GMP No. 6-S.3) for this subcontract modification is MULE Engineering and Construction, Inc. (MWBE/LDB). There is no small business participation associated with this modification.

    Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L, 2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W and 2-X were considered in one motion. Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to MULE Engineering and Construction, Inc. on BP-S00145, South Terminal C, Phase 1 - Airside Early Interiors (GMP No. 6-S.3), for the total deductive lump sum amount of ($1,000.00), with funding credited to Passenger Facility Charges and General Airport Revenue Bonds.

    K. Subcontractor Modification for BP-S00147 (GMP No. 7-S.1) with M.C. Dean, Inc. for CR0615-LST-RFI 2814-Backbone Pathways 010076 and 010045 Clarification. Mr. Guirges presented the memorandum, requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00147, South Terminal C, Phase 1 - Landside Terminal Remaining Structure and Systems (GMP No. 7-S.1), at the Orlando International Airport, in the total amount of

  • Minutes of the Construction Committee Meeting, February 4, 2020 Page 14 of 53

    $91,955.00 to M.C. Dean, Inc. for CR0615-LST-RFI 2814-Backbone Pathways 010076 and 010045 Clarification. Bid Package 28.0.0 "Low Voltage" was previously awarded within GMP No. 7-S.1 to M.C. Dean, Inc., CC No. 20181002.009. TKJV is proposing a subcontract modification to M.C. Dean, Inc. in the total lump sum amount of $91,955.00 for CR0615-LST-RFI 2814-Backbone Pathways 010076 and 010045 Clarification. The modified scope of work consists of additional installation of raceway pathway, and installation of fiber backbone with testing and labeling as required per RFI 2814 clarifications. The approval of this subcontract modification to M.C. Dean, Inc. resolves all requests for cost and time associated with RFI 2814. TKJV has submitted documentation including the subcontractor's proposal with supporting back-up to substantiate this request. An independent cost estimate is included. By approving this request, the Owner does not waive its right to enforce the contract requirements for other requests for cost or time. The effect of this Subcontractor Modification for this project is as follows:

    TKJV to issue a subcontract modification to M.C. Dean, Inc. in the lump sum amount of: $ 91,955.00 Deduct from Owner Contingency: $ (91,955.00)

    Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation for Construction Services. The subcontractor identified and committed to participate on BP-S00147 (GMP No. 7-S.1) for this subcontract modification is M.C. Dean, Inc. (Non-MWBE/LDB/VBE). There is 16.5% MWBE participation associated with this modification.

    Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L, 2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W and 2-X were considered in one motion. Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to M.C. Dean, Inc. on BP-S00147, South Terminal C, Phase 1 - Landside Terminal Remaining Structure and Systems (GMP No. 7-S.1), for the total lump sum amount of $91,955.00, with funding from Passenger Facility Charges and General Airport Revenue Bonds. [Subsequent to the Construction Committee meeting, Agenda Item No. 13 was approved at the Construction Committee meeting held February 25, 2020, correcting the Scrivener’s error from $91,148.00 to $91,955.00.]

    L. Subcontractor Modification for BP-S00147 (GMP No. 7-S.1) with M.C. Dean, Inc. for CR0688-LST-RFIs 2425 and 2425.1-Modifications to Electrical Room 04-0070. Mr. Guirges presented the memorandum, requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00147, South Terminal C, Phase 1 - Landside Terminal Remaining Structure and Systems (GMP No. 7-S.1), at the Orlando International Airport, in the total amount of $5,431.00 to M.C. Dean, Inc. for CR0688-LST-RFIs 2425 and 2425.1-Modifications to Electrical Room 04-0070. Bid Package 28.0.0 "Low Voltage" was previously awarded within GMP No. 7-S.1 to M.C. Dean, Inc., CC No. 20181002.009. TKJV is proposing a subcontract modification to M.C. Dean, Inc. in the total lump sum amount of $5,431.00 for CR0688-LST-RFIs 2425 and 2425.1-Modifications to Electrical Room 04-0070. The modified scope of work consists of additional material and labor associated with low voltage scope of work as captured in RFIs 2425 and 2425.1, inclusive of PACS Door 03-0635 (Type 1A) in Room 04-0635 and connection to PACS cabinet in Room 04-0001.

  • Minutes of the Construction Committee Meeting, February 4, 2020 Page 15 of 53

    The approval of this subcontract modification to M.C. Dean, Inc. resolves all requests for cost and time associated with RFIs 2425 and 2425.1 for low voltage only. The CRs associated with RFI 2425.1 for the following scopes are forth coming:

    • HVAC and Plumbing - GMP No. 7-S.3. • Electrical - GMP No. 7-S.3.

    TKJV has submitted documentation including the subcontractor's proposal to support their request. An independent cost estimate is included. By approving this request, the Owner does not waive its right to enforce the contract requirements for other requests for cost or time. The effect of this Subcontractor Modification for this project is as follows:

    TKJV to issue a subcontract modification to M.C. Dean, Inc. in the lump sum amount of: $ 5,431.00 Deduct from Owner Contingency: $ (5,431.00)

    Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation for Construction Services. The subcontractor identified and committed to participate on BP-S00147 (GMP No. 7-S.1) for this subcontract modification is M.C. Dean, Inc. (Non-MWBE/LDB/VBE). There is no small business participation associated with this modification.

    Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L, 2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W and 2-X were considered in one motion. Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to M.C. Dean, Inc. on BP-S00147, South Terminal C, Phase 1 - Landside Terminal Remaining Structure and Systems (GMP No. 7-S.1), for the total lump sum amount of $5,431.00, with funding from Passenger Facility Charges and General Airport Revenue Bonds.

    M. Subcontractor Modification for BP-S00147 (GMP No. 7-S.1) with Hommes Masonry, Inc. dba Toltec Construction for CR0534-LST-RFIs 1401, 1401.1 and 1401.4-Added CMU Walls at Elevator Control Room. Mr. Guirges presented the memorandum, requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00147, South Terminal C, Phase 1 - Landside Terminal Remaining Structure and Systems (GMP No. 7-S.1), at the Orlando International Airport, in the total amount of $8,070.00 to Hommes Masonry, Inc. dba Toltec Construction for CR0534-LST-RFIs 1401, 1401.1 and 1401.4-Added CMU Walls at Elevator Control Room. Bid Packages 4.0.0 "Masonry" was previously awarded within GMP No. 7-S.1 to Hommes Masonry, Inc. dba Toltec Construction, CC No. 20181002.09. TKJV is proposing a subcontract modification to Hommes Masonry, Inc. dba Toltec Construction in the total lump sum amount of $8,070.00 for CR0534-LST-RFIs 1401, 1401.1 and 1401.4-Added CMU Walls at Elevator Control Room. The modified scope of work consists of the addition of 337 SF of 8-inch 2-hour CMU, installation of one single hollow metal door frame, drill and epoxy dowels, and 20-feet of fire caulk top of wall including all associated labor, materials and equipment. The approval of this subcontract modification to Hommes Masonry, Inc. dba Toltec Construction resolves all requests for cost and time arising from RFIs

  • Minutes of the Construction Committee Meeting, February 4, 2020 Page 16 of 53

    1401, 1401.1 and 1401.4 for GMP No. 7-S.1. Costs associated with GMP No. 7-S.3 and GMP No. 7-S.2 are forthcoming. CR0534.1 for GMP No. 5-S.4 has been submitted. TKJV has submitted documentation including the subcontractor's proposal to support their request. An independent cost estimate is included. By approving this request, the Owner does not waive its right to enforce the contract requirements for other requests for cost or time. The effect of this Subcontractor Modification for this project is as follows:

    TKJV to issue a subcontract modification to Hommes Masonry, Inc. dba Toltec Construction in the lump sum amount of: $ 8,070.00 Deduct from CMAR Contingency: $ (8,070.00)

    Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation for Construction Services. The subcontractor identified and committed to participate on BP-S00147 (GMP No. 7-S.1) for this subcontract modification is Hommes Masonry, Inc. dba Toltec Construction (MWBE/LDB). There is 100% MWBE participation associated with this modification.

    Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L, 2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W and 2-X were considered in one motion. Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Hommes Masonry, Inc. dba Toltec Construction on BP-S00147, South Terminal C, Phase 1 - Landside Terminal Remaining Structure and Systems (GMP No. 7-S.1), for the total lump sum amount of $8,070.00, with funding from General Airport Revenue Bonds.

    N. Subcontractor Modifications for BP-S00147 (GMP No. 7-S.1) with MSE2, Inc. dba Mader Southeast; and P&A Roofing and Sheet Metal, Inc., for CR0545-LST-RFI 2105-Exterior Wall System Areas 4 and 12. Mr. Guirges presented the memorandum, requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue Subcontract Modifications on BP-S00147, South Terminal C, Phase 1 - Landside Terminal Remaining Structure and Systems (GMP No. 7-S.1), at the Orlando International Airport, in the total amount of $8,890.00 to MSE2, Inc. dba Mader Southeast; and P&A Roofing and Sheet Metal, Inc., for CR0545-LST-RFI 2105-Exterior Wall System Areas 4 and 12. Bid Packages 9.1.0 "Drywall and Framing" and 7.2.0 "Roofing" were previously awarded within GMP No. 7-S.1 to, respectively, MSE2, Inc. dba Mader Southeast and P&A Roofing and Sheet Metal, CC No. 20181002.009. TKJV is proposing the following subcontract modifications:

    1. To MSE2, Inc. dba Mader Southeast in the lump sum amount of $6,769.00 for CR0545-LST-RFI 2105-Exterior Wall System Areas 4 and 12. The modified scope of work consists of additional 1,621.26 SF of Vapor-Retarding Air-Barrier Coating at parapet wall at Areas 4 and 12 and all associated labor material and equipment as captured in RFI 2105 response which provided changes in the exterior wall system at the parapet wall detail.

    2. To P&A Roofing and Sheet Metal, Inc. in the lump sum amount of $2,121.00

    for CR0545-LST-RFI 2105-Exterior Wall System Areas 4 and 12. The modified scope of work consists of additional pre-finished aluminum coping, twelve

  • Minutes of the Construction Committee Meeting, February 4, 2020 Page 17 of 53

    2-inch diameter HWH (hexagonal washer head) screw with washer and additional 0.15 metric board foot of wood blocking.

    The approval of these subcontract modifications to MSE2, Inc. dba Mader Southeast; and P&A Roofing and Sheet Metal, Inc., resolves all requests for cost and time resulting from RFI 2105. TKJV has submitted documentation including the subcontractor's proposal to support their request. An independent cost estimate is included. By approving this request, the Owner does not waive its right to enforce the contract requirements for other requests for cost or time. The effect of this Subcontractor Modification for this project is as follows:

    TKJV to issue a subcontract modification to MSE2, Inc. dba Mader Southeast in the lump sum amount of: $ 6,769.00 TKJV to issue a subcontract modification to P&A Roofing and Sheet Metal, Inc. in the lump sum amount of: $ 2,121.00 Deduct from CMAR Contingency: $ (8,890.00)

    Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation for Construction Services. The subcontractors identified and committed to participate on BP-S00147 (GMP No. 7-S.1) for these subcontract modifications are MSE2, Inc. dba Mader Southeast (Non-MWBE/LDB/VBE); and P&A Roofing and Sheet Metal, Inc. (Non-MWBE/LDB/VBE). There is no small business participation associated with these modifications. Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L, 2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W and 2-X were considered in one motion. Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to approve Turner-Kiewit Joint Venture to issue Subcontractor Modifications 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 amount of $8,890.00, which includes the lump sum amount of $6,769.00 to MSE2, Inc. dba Mader Southeast, and the lump sum amount of $2,121.00 to P&A Roofing and Sheet Metal, Inc., with funding from Passenger Facility Charges and General Airport Revenue Bonds.

    O. Subcontractor Modification for BP-S00147 (GMP No. 7-S.1) with MSE2, Inc. dba Mader Southeast for CR0600-LST-RFI 2232-Additional Drywall for Glass Elevator Slab Edge Details. Mr. Guirges presented the memorandum, requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00147, South Terminal C, Phase 1 - Landside Terminal Remaining Structure and Systems (GMP No. 7-S.1), at the Orlando International Airport, in the total amount of $7,000.00 to MSE2, Inc. dba Mader Southeast for CR0600-LST-RFI 2232-Additional Drywall for Glass Elevator Slab Edge Details. Bid Package 9.1.0 "Drywall and Framing" was previously awarded within GMP No. 7-S.1 to MSE2, Inc., CC No. 20181002.009. TKJV is proposing a subcontract modification to MSE2, Inc. dba Mader Southeast in the total lump sum amount of $7,000.00 for CR0600-LST-RFI 2232-Additional Drywall for Glass Elevator Slab Edge Details. The modified scope of work consists of additional framing, hanging and finishing of soffits as captured in LST RFI 2232 response. The approval of this subcontract modification to MSE2, Inc. dba Mader Southeast resolves all requests for cost and time arising from LST RFI 2232.

  • Minutes of the Construction Committee Meeting, February 4, 2020 Page 18 of 53

    TKJV has submitted documentation including the subcontractor's proposal to support their request. An independent cost estimate is included. By approving this request, the Owner does not waive its right to enforce the contract requirements for other requests for cost or time. The effect of this Subcontractor Modification for this project is as follows:

    TKJV to issue a subcontract modification to MSE2, Inc. dba Mader Southeast in the lump sum amount of: $ 7,000.00 Deduct from CMAR Contingency: $ (7,000.00)

    Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation for Construction Services. The subcontractor identified and committed to participate on BP-S00147 (GMP No. 7-S.1) for this subcontract modification is MSE2, Inc. dba Mader Southeast (Non-MWBE/LDB/VBE). There is 5.5% MWBE participation associated with this modification. Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L, 2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W and 2-X were considered in one motion. Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor 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 amount of $7,000.00, with funding from Passenger Facility Charges and General Airport Revenue Bonds.

    P. Subcontractor Modification for BP-S00150 (GMP No. 9-S) with Gulf Mechanical Contractors, LLC for CR0685-PKG-Subgrade Landscape Area-Buyout. Mr. Guirges presented the memorandum, requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00150, South Terminal C, Phase 1, Parking Facility - Phase 1 (GMP No. 9-S), at the Orlando International Airport, in the total amount of $4,320.00 to Gulf Mechanical Contractors, LLC for CR0685-PKG-Subgrade Landscape Area-Buyout. Bid Package 22.0.0 Plumbing was previously awarded within GMP No. 9-S to Gulf Mechanical Contractors, LLC, CCM No. 20171010.016. TKJV is proposing a subcontract modification to Gulf Mechanical Contractors, LLC in the total lump sum amount of $4,320.00 for CR0685-PKG-Subgrade Landscape Area-Buyout. The scope of work consists of labor, material and equipment to bring the landscape area to subgrade as required in order to advance underground work. The approval of this subcontract modification to Gulf Mechanical Contractors, LLC, resolves all requests for cost and time associated with CR0685-PKG-Subgrade Landscape Area-Buyout. TKJV has submitted documentation including the subcontractor's proposal to support their request. An independent cost estimate is included. By approving this request, the Owner does not waive its right to enforce the contract requirements for other requests for cost or time. The effect of this Subcontractor Modification for this project is as follows:

    TKJV to issue subcontract modification to Gulf Mechanical Contractors, LLC in the lump sum amount of: $ 4,320.00 Deduct from CMAR Contingency $ (4,320.00)

  • Minutes of the Construction Committee Meeting, February 4, 2020 Page 19 of 53

    Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation for Construction Services. The subcontractor identified and committed to participate on BP-S00150 (GMP No. 9-S) for this subcontract modification is Gulf Mechanical Contractors, LLC (Non-MWBE/LDB/VBE). There is no small business participation associated with this modification. Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L, 2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W and 2-X were considered in one motion. Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Gulf Mechanical Contractors, LLC on BP-S00150, South Terminal C, Phase 1 - Parking Facility - Phase 1 (GMP No. 9-S), for the total lump sum amount of $4,320.00, with funding from Customer Facility Charges and General Airport Revenue Bonds.

    Q. Subcontractor Award for BP-S00151 (GMP No. 9-S.1) with Morton Electric, Inc. for CR0637-PKG-RFI 2671-DAS Antenna Locations and Raceways Levels 1 to 5 Award. Mr. Guirges presented the memorandum, requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue Subcontract Award on BP-S00151, South Terminal C, Phase 1, Parking Facility - Phase 2 (GMP No. 9-S.1), at the Orlando International Airport, in the total amount of $73,997.00 to Morton Electric, Inc. for CR0637-PKG-RFI 2671-DAS Antenna Locations and Raceways Levels 1 to 5 Award. GMP No. 9-S.1 Parking Facility Phase 2 was previously awarded to Turner-Kiewit Joint Venture (TKJV) via Addendum No. 18, CC No. 20180911.04. TKJV is proposing a subcontract award to Morton Electric, Inc. in the total lump sum amount of $73,997.00 for CR0637-PKG-RFI 2671-DAS Antenna Locations and Raceways Levels 1 to 5. The modified scope of work consists of all labor, material and equipment for the DAS (Distributed Antenna System) antenna locations and raceway Levels 1 to 5. The approval of this subcontract award to Morton Electric, Inc. resolves all requests for costs and time associated with RFI 2671. TKJV has submitted documentation including the subcontractor's proposal to support their request. An independent cost estimate is included. By approving this request, the Owner does not waive its right to enforce the contract requirements for other requests for cost or time. The effect of this Subcontractor Award for this project is as follows:

    TKJV to issue a subcontract award to Morton Electric, Inc. in the lump sum amount of: $ 73,997.00 Deduct from Owner Contingency: $ (73,997.00)

    Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation for Construction Services. The subcontractor identified and committed to participate on BP-S00151 (GMP No. 9-S.1) for this subcontractor award is Morton Electric, Inc. (Non-MWBE/LDB). There is no MWBE, LDB, or VBE participation associated with this award. Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L, 2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W and 2-X were considered in one motion. Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to approve Turner-Kiewit Joint Venture to issue Subcontractor Award to Morton Electric,

  • Minutes of the Construction Committee Meeting, February 4, 2020 Page 20 of 53

    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 $73,997.00, with funding from Customer Facility Charges and General Airport Revenue Bonds.

    R. Subcontractor Modifications for BP-S00151 (GMP No. 9-S.1) with Smith, Broomfield and Howard Construction and Restoration, LLC; and Taylor Cotton and Ridley, Inc._ for CR0492.1-PKG-RFI 1968-Electical Room Door Size Changes. [A handout was presented, which includes a new Office of Small Business Development Participation Memorandum.] Mr. Guirges presented the memorandum, requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue Subcontract Modifications on BP-S00151, South Terminal C, Phase 1, Parking Facility - Phase 2 (GMP No. 9-S.1), at the Orlando International Airport, in the total amount of $3,309.00 to Smith, Broomfield and Howard Construction and Restoration, LLC; and Taylor Cotton and Ridley, Inc., for CR0492.1-PKG-RFI 1968-Electical Room Door Size Changes. Bid Packages 4.0.0 "Masonry" and 8.0.0 "Doors, Frames and Hardware" were previously awarded within GMP No. 9-S.1, respectively, to Smith, Broomfield and Howard Construction and Restoration LLC; and Taylor Cotton and Ridley, Inc., CC No. 20180911.004. TKJV is proposing a subcontract modification to Smith, Broomfield and Howard Construction and Restoration, LLC in the total lump sum amount of $444.00 for CR0492.1-PKG-RFI 1968-Electical Room Door Size Changes. The modified scope of work consists of all additional labor and material required to change doors and door frame sizes due to RFI 1968 response that revised two door openings from 6-feet and 0-inch by 7-feet and 0-inch to 8-feet and 0-inch by 8-feet and 0-inch. TKJV is proposing a subcontract modification to Taylor Cotton and Ridley, Inc. in the total lump sum amount of $2,865.00 for CR0492.1-PKG-RFI 1968-Electical Room Door Size Changes. The modified scope of work consists of all additional labor and material required due to RFI 1968 door opening revision from 6-feet and 0-inch by 7-feet and 0-inch to 8-feet and 0-inch by 8-feet and 0-inch. The door frames for the previous dimensions had already been purchased and will be turned over to the owner. The approval of these subcontract modifications to Taylor Cotton and Ridley, Inc.; and Smith, Broomfield and Howard Construction and Restoration, LLC, resolves all requests for cost and time associated with RFI 1968 for GMP No. 9-S.1. Cost for GMP No. 9-S has been submitted under CR0492 RFI 1968-Underground Rough-In Due to Relocation of Door. TKJV has submitted documentation including the subcontractor's proposal to support their request. An independent cost estimate is included. By approving this request, the Owner does not waive its right to enforce the contract requirements for other requests for cost or time. The effect of this Subcontractor Modification for this project is as follows:

    TKJV to issue a subcontract modification to Smith, Broomfield and Howard Construction and Restoration, LLC in the lump sum amount of: $ 444.00 TKJV to issue a subcontract modification to Taylor, Cotton and Ridley Inc. in the lump sum amount of: $ 2,865.00 Deduct from Owner Contingency: $ (3,309.00)

    Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participation for Construction Services. The subcontractors identified and committed to participate on BP-S00151 (GMP No. 9-S.1) for these subcontract modifications are Smith, Broomfield and Howard Construction and Restoration, LLC (DBE/MWBE);

  • Minutes of the Construction Committee Meeting, February 4, 2020 Page 21 of 53

    and Taylor, Cotton and Ridley, Inc. (Non-MWBE/LDB/VBE). Smith, Broomfield and Howard Construction and Restoration, LLC proposes 100% MWBE participation on its modification. Taylor, Cotton and Ridley, Inc. does not propose any MWBE, LDB or VBE participation on its modification. The combined commitments result in 13% MWBE participation associated with this overall modification. Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L, 2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W and 2-X were considered in one motion. Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to approve Turner-Kiewit Joint Venture to issue Subcontractor Modification on BP-S00151, South Terminal C, Phase 1, Parking Facility - Phase 2 (GMP No. 9-S.1), for the total lump sum amount of $3,309.00, which includes the lump sum amount of $444.00 to Smith, Broomfield and Howard Construction and Restoration, LLC; and the lump sum amount of $2,865.00 to Taylo


Recommended