on tuesday, february 25, 2020 , the construction …€¦ · 25/02/2020  · steve pue, goaa...

37
On TUESDAY, FEBRUARY 25, 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. Chair Thornton called the meeting to order at 8:30 a.m. The meeting was posted in accordance with Florida Statutes and a quorum was present. Committee Members present: Stanley J. Thornton, Chair Kathleen Sharman, Chief Financial Officer Mike Patterson, Director of Construction Gary Hunt, Director of Maintenance 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 & Cassel) Karen Ryan, Legal Counsel (Nelson Mullins Broad & Cassel) Brad Friel, GOAA Planning Marie Dennis, GOAA Finance Mark Birkebak, GOAA Engineering Pam L’Heureux, GOAA Finance Debbie McKeown, GOAA Project Controls Andrea Harper, GOAA Finance Arlene Grant, GOAA Planning, Engineering, and Construction Davi Nicholson, GOAA Finance Edelis Molina, GOAA Small Business Greg Watson, GOAA Construction Jason Gross, GOAA IT Jeffrey Cooper, GOAA Finance Kathy Anderson, GOAA Contracts and Grants Larry Ell, GOAA Public Affairs Scott Shedek, GOAA Construction Steve Pue, GOAA Maintenance Tuan Nguyen, GOAA Engineering Venus Hinds, GOAA Construction Finance Alex Sorondo, HNTB Corporation Bill Brooks, HNTB Corporation Brandon Rutterford, Hensel Phelps Construction Brent Haworth, Geotech Consultants International, Inc. dba GCI, Inc. Chris Kieffer, A2 Group, Inc. Christina Taylor, Geotech Consultants International, Inc. dba GCI, Inc. Dan Willems, AECOM Technical Services, Inc. Don Corthell, PSA Management, Inc. Ejaz Ahmad, CMTS/Hanson JV Fritz Girault, PSA Management, Inc. Ishne Hobbs, CMTS Construction Management Services, LLC James Pancoast, Geotech Consultants International, Inc. dba GCI, Inc. Jim Kriss, Avcon, Inc. Joanne Regidor, AECOM Technical Services, Inc. John Guirges, Geotech Consultants International, Inc. dba GCI, Inc. Krista Stockerl, R.W. Block Consulting, Inc. Ksenia Merck, K. Merck & Associates Lisa Rainey, R.W. Block Consulting, Inc. Rita Watson, Schenkel & Shultz, Inc. Rob Jarvis, Artistic Identity, LLC Rob Sweat, Archis, Inc. Ryan Allen, R.W. Block Consulting, Inc. Teresa Andrecheck, AECOM Technical Services, Inc. Win Beltran, Geotech Consultants International, Inc. dba GCI, Inc. Nadege Cadet, Recording Secretary

Upload: others

Post on 24-Jul-2020

6 views

Category:

Documents


0 download

TRANSCRIPT

  • On TUESDAY, FEBRUARY 25, 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. Chair Thornton called the meetingto order at 8:30 a.m. The meeting was posted in accordance with Florida Statutes anda quorum was present.

    Committee Members present: Stanley J. Thornton, Chair Kathleen Sharman, Chief Financial Officer Mike Patterson, Director of Construction Gary Hunt, Director of Maintenance

    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 & Cassel) Karen Ryan, Legal Counsel (Nelson Mullins Broad & Cassel) Brad Friel, GOAA Planning Marie Dennis, GOAA Finance Mark Birkebak, GOAA Engineering Pam L’Heureux, GOAA Finance Debbie McKeown, GOAA Project Controls Andrea Harper, GOAA Finance Arlene Grant, GOAA Planning, Engineering, and Construction Davi Nicholson, GOAA Finance Edelis Molina, GOAA Small Business Greg Watson, GOAA Construction Jason Gross, GOAA IT Jeffrey Cooper, GOAA Finance Kathy Anderson, GOAA Contracts and Grants Larry Ell, GOAA Public Affairs Scott Shedek, GOAA Construction Steve Pue, GOAA Maintenance Tuan Nguyen, GOAA Engineering Venus Hinds, GOAA Construction Finance Alex Sorondo, HNTB Corporation Bill Brooks, HNTB Corporation Brandon Rutterford, Hensel Phelps Construction Brent Haworth, Geotech Consultants International, Inc. dba GCI, Inc. Chris Kieffer, A2 Group, Inc. Christina Taylor, Geotech Consultants International, Inc. dba GCI, Inc. Dan Willems, AECOM Technical Services, Inc. Don Corthell, PSA Management, Inc. Ejaz Ahmad, CMTS/Hanson JV Fritz Girault, PSA Management, Inc. Ishne Hobbs, CMTS Construction Management Services, LLC James Pancoast, Geotech Consultants International, Inc. dba GCI, Inc. Jim Kriss, Avcon, Inc. Joanne Regidor, AECOM Technical Services, Inc. John Guirges, Geotech Consultants International, Inc. dba GCI, Inc. Krista Stockerl, R.W. Block Consulting, Inc. Ksenia Merck, K. Merck & Associates Lisa Rainey, R.W. Block Consulting, Inc. Rita Watson, Schenkel & Shultz, Inc. Rob Jarvis, Artistic Identity, LLC Rob Sweat, Archis, Inc. Ryan Allen, R.W. Block Consulting, Inc. Teresa Andrecheck, AECOM Technical Services, Inc. Win Beltran, Geotech Consultants International, Inc. dba GCI, Inc. Nadege Cadet, Recording Secretary

  • Minutes of the Construction Committee Meeting, February 25, 2020 Page 2 of 37 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. Astatement 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 January16, 2013, lobbying any Aviation Authority Staff who are members of any committeeresponsible for ranking Proposals, Letters of Interest, Statements of Qualifications or Bids and thereafter forwarding those recommendations to the Board and/or BoardMembers is prohibited from the time that a Request for Proposals, Request for Lettersof Interests, Request for Qualifications or Request for Bids is released to the timethat 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 anymeetings with Staff or Board members. In the event a lobbyist meets with or otherwisecommunicates 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 suchlobbying. 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 Mayorof Orange County at their offices. The policy, forms, and instructions are availablein 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 theChief Executive Officer within five business days (no later than 4:00 p.m. on thefifth business day) of the rendering of that decision.

    CHANGE ORDER AGENDA 1. The following Change Orders were presented for consideration:

    A. Change Order BP-S00172-01 NEGOTIATED SETTLEMENT FOR DESIGN BULLETIN NO. 1. [A handout was presented, which includes a revised coversheet and backup documentation.] This change order to the contract with Valencia Construction Group, Inc. for South Employee Lot is a negotiated settlement and provides all labor, equipment, and materials to install work in accordance with Design Bulletin No. 1. Scope items included in Design Bulletin No. 1, identified as substantially different from the initial award, are summarized as changes to water line, storm line, reclaimed line, fire line, force main, concrete reinforcing steel, and concrete curb. This negotiated Change Order constitutes all compensation owed to the Contractor for the Work under this Change Order,including all additional work and extended general conditions associated withDesign Bulletin No. 1, with the parties only reserving for a future changeorder, any necessary schedule adjustments related directly to Design BulletinNo. 1. Contractor shall present any such schedule adjustments or time extension requests directly in accordance with the Contract Documents. ADD: $634,862.00.

    Mr. Patterson stated that this project was bid in July 2019 with a site planthat did not include the utilities. In December 2019, the site plan was fully designed with the utilities. Mr. Ruohomaki stated that negotiations then occurred with the Contractor for the additional parking spaces and the associated utilities.

    Chair Thornton asked if funding for this change order will require action by the Construction Finance Oversight Committee. Ms. Sharman replied no. Mr. Ruohomaki stated negotiations addressed the budget, and that there is sufficient funding in place for this change order. Chair Thornton then asked if there will be any additional costs. Legal Counsel noted that during negotiations, the Contractor confirmed there would be no additional costs,however, did reserve the right to request additional time through a future

    http:634,862.00

  • Minutes of the Construction Committee Meeting, February 25, 2020 Page 3 of 37

    change order request. Legal Counsel then noted that there could be additional A/E and OAR services in connection with any additional time to the project. Mr. Kieffer added that this change order was negotiated down from approximately $750,000 to the requested amount.

    Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to recommend to the Aviation Authority Board approval of Change Order BP-S00172-01, for atotal amount of $634,862.00 and no time extension, with funding from previously-approved Capital Expenditure Funds and General Airport RevenueBonds.

    B. Change Order V-00913-02 VARIOUS REVISIONS. This change order to the contractwith H.W. Davis Construction, Inc. for Communication Room Refurbishment -Phase 1 is to: 1. Provide equipment, labor and materials to change the conduitfeed path of nine C-type mounts and change the 1-inch seal tight to conduitat termination of camera box. ADD: $2,584.00; 2. Provide equipment, labor,and materials to add ground bars in the Communications Room NTLS NW 02-2678 and the Tenant Communication Room NTLS NW 02-2672. ADD: $1,379.00; 3. Provide equipment, labor, and materials to add two 4-inch and two 3.5-inch sleevesthrough wall between Communications Room NTLS NW 02-2678 and CommunicationRoom NTLS NW 02-2672 to allow for low voltage. ADD: $1,445.00; and, 4. Provideequipment, labor, and materials to revise electrical to accommodate new chiller in Room 02-8130. ADD: $2,262.00.

    Chair Thornton asked about Item No. 1 in the change order, regarding sealtight versus rigid conduit. Mr. Watson stated that seal tight is the standardoption in the specifications; however, because of the change in the conduit feed path within the communication room, rigid conduit was preferred by IT.Ms. Sharman asked if this was known before the project started so that the rigid conduit could have been written into the specifications, and thus avoiding the need for this change. Chair Thornton asked if the specification should be changed to rigid conduit. Mr. Ruohomaki replied no, that the useof seal tight versus rigid conduit is situational specific, and cannot alwaysbe determined when a project is being developed. Chair Thornton advised that rigid conduit be used unless field conditions dictate otherwise.

    Upon motion of Mr. Hunt, second by Ms. Sharman, vote carried to approve Change Order V-00913-02, for a total amount of $7,670.00 and no time extension, withfunding from previously-approved Capital Expenditure Funds.

    C. Change Order V-00935-01 ADDITIONAL CATWALK INSTALLATION. This change order to the contract with Gomez Construction Company for Additional Catwalk for West End BHS (Design/Build) is a negotiated settlement to provide all labor, equipment and material to install approximately 60 SF of additional catwalk, including handrail and access ladder required, for the Area 4 Outbound (4OB)conveyor line exiting the bag screening area. ADD: $23,948.10.

    Mr. Patterson asked if there will be additional catwalks requested. Mr. Willems replied none are anticipated.

    Upon motion of Mr. Patterson, second by Ms. Sharman, vote carried to approve Change Order V-00935-01, for a total amount of $23,948.10 and no timeextension, with funding from General Airport Revenue Bonds.

    http:23,948.10http:23,948.10http:7,670.00http:2,262.00http:1,445.00http:1,379.00http:2,584.00http:634,862.00

  • Minutes of the Construction Committee Meeting, February 25, 2020 Page 4 of 37 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 Modifications for BP-S00143 (GMP No. 6-S.1) with T&T Constructionof Central Fla., Inc.; Odyssey International Inc. dba Odyssey Global; Banker Steel Co., LLC; Acurlite Structural Skylights, Inc.; Kirlin Florida, LLC; and Randall Mechanical, Inc., for CR0400-6S1-Hurricane Dorian Preparation andRecovery. Mr. Guirges presented the memorandum, requesting approval for Hensel Phelps Construction (HPC) to issue Subcontract Modifications on BP-S00143, South Terminal C, Phase 1 - Airside Terminal, Structure and Enclosure (GMP No. 6-S.1), at the Orlando International Airport, in the total amount of $101,501.00 to T&T Construction of Central Fla., Inc.; Odyssey International Inc. dba Odyssey Global; Banker Steel Co., LLC; Acurlite Structural Skylights, Inc.; Kirlin Florida, LLC; and Randall Mechanical, Inc. for CR0400-6S1-Hurricane Dorian Preparation and Recovery.

    Bid Package 03.02 "Building Concrete" was previously awarded within GMP No. 6-S.1 to T&T Construction of Central Fla., Inc., CC No. 201800410.008.

    Bid Package 04.01 "Masonry" was previously awarded within GMP No. 6-S.1 to Odyssey International Inc. dba Odyssey Global, CC No. 201800410.008.

    Bid Package for BP-S143 05.01 "Structural Steel and Miscellaneous Metals"was previously awarded within GMP No. 6-S.1 to Banker Steel Co., LLC,CC No. 20180410.008.

    Bid Package for BP-S143 08.02 "Skylights" has been previously awarded within GMP No. 6-S.1 to Acurlite Structural Skylights, Inc., CC No. 20180703.037.

    Bid Package 22.01 "Plumbing" has been previously awarded within GMP No. 6-S.1 to Kirlin Florida, LLC, CC No. 20180522.04H.

    Bid Package for BP-S143 23.01 "HVAC" has been previously awarded within GMP No. 6-S.1 to Randall Mechanical, Inc., CC No. 20180410.008.

    HPC is requesting to issue Subcontractor Modifications to T&T Construction of Central Fla., Inc. in the Lump Sum amount of $16,021.00; Odyssey InternationalInc. dba Odyssey Global in the Lump Sum amount of $17,573.00; Banker Steel Co., LLC in the Lump Sum amount of $40,045.00; Acurlite Structural Skylights,Inc. in the Lump Sum amount of $6,724.00; Kirlin Florida, LLC in the Lump Sum amount of $13,666.00; and, Randall Mechanical, Inc. in the Lump Sum amount of $7,472.00.

    This proposal includes costs for preparation and recovery work due to Hurricane Dorian. The modified scope of work consists of costs for the preparatory workperformed, including gathering staged materials to laydown yards; dismantlingand storing of scaffolding, canopies, and tents; securing tools and gang boxes; consolidating materials; banding and wrapping of materials; demobilizingequipment; installing additional wind bracing; and securing cranes. It also consists of costs for the recovery work, including bringing the materials andequipment back out to resume production.

    The approval of these Subcontractors Modifications to T&T Construction ofCentral Fla., Inc.; Odyssey International Inc. dba Odyssey Global; BankerSteel Co., LLC; Acurlite Structural Skylights, Inc.; Kirlin Florida, LLC; and

    http:7,472.00http:13,666.00http:6,724.00http:40,045.00http:17,573.00http:16,021.00http:101,501.00

  • Minutes of the Construction Committee Meeting, February 25, 2020 Page 5 of 37

    Randall Mechanical, Inc., resolves all requests for costs and time resulting from the Hurricane Dorian Preparation and Recovery scope of work in GMP No. 6-S.1. Costs associated with Hurricane Dorian's scope of work in GMP Nos. 6-S.2, 6-S.3, 11-S, and 2-S have been submitted via CR0401, CR0402, CR0404 and CR0406, respectively. There are no cost impacts for Hurricane Dorian to GMPNos. 6-S, 6-S.4, 6-S.5 and 6-S.6.

    HPC has submitted documentation including the subcontractors’ proposals to support these 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 T&T Construction of Central Fla., Inc. in the lump sum amount of: HPC to issue a subcontract modification to Odyssey International Inc. dba Odyssey Global in the lump sum amount of: HPC to issue a subcontract modification to Banker Steel

    $ 16,021.00

    $ 17,573.00

    Co., LLC in the lump sum amount of: HPC to issue a subcontract modification to Acurlite

    $ 40,045.00

    Structural Skylights, Inc. in the lump sum amount of: HPC to issue a subcontract modification to Kirlin

    $ 6,724.00

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

    $ 13,666.00

    Mechanical, Inc. in the lump sum amount of: Deduct from CMAR Contingency:

    $ 7,472.00 $ (101,501.00)

    Hensel Phelps Construction is committed to 20% MWBE and 4% LDB participationfor Construction Services. The subcontractors identified and committed to participated on BP-S00143 (GMP No. 6-S.1) for these subcontract modificationsare as follows: T&T Construction of Central Florida, Inc. (MWBE); Odyssey International Inc. dba Odyssey Global (MWBE); Banker Steel Co., LLC (Non-MWBE/LDB/VBE); Acurlite Structural Skylights, Inc. (Non-MWBE/LDB/VBE); KirlinFlorida, LLC (Non-MWBE/LDB/VBE); and, Randall Mechanical, Inc. (Non-MWBE/LDB/VBE). There is an overall 33.1% MWBE participation associated with the proposed modifications.

    Ms. Sharman asked if all concerns had been addressed for those items unsignedby R.W. Block Consulting, Inc. and Legal Counsel. Ms. Hinds responded yes.

    Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, and 2-Z wereconsidered in one motion.

    Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to approveHensel Phelps Construction to issue Subcontractor Modifications to T&T Construction of Central Fla., Inc.; Odyssey International Inc. dba OdysseyGlobal; Banker Steel Co., LLC; Acurlite Structural Skylights, Inc.; KirlinFlorida, LLC; and Randall Mechanical, Inc., on BP-S00143, South Terminal C, Phase 1 - Airside Terminal, Structure and Enclosure (GMP No. 6-S.1), for thetotal lump sum amount of $101,501.00, which includes $16,021.00 to T&T Construction of Central Fla., Inc.; $17,573.00 to Odyssey International Inc.dba Odyssey Global; $40,045.00 to Banker Steel Co., LLC; $6,724.00 to AcurliteStructural Skylights, Inc.; $13,666.00 to Kirlin Florida, LLC; and $7,472.00to Randall Mechanical, Inc., with funding from General Airport Revenue Bonds.

    http:7,472.00http:13,666.00http:6,724.00http:40,045.00http:17,573.00http:16,021.00http:101,501.00

  • Minutes of the Construction Committee Meeting, February 25, 2020 Page 6 of 37

    B. Subcontractor Modification for BP-S00143 (GMP No. 6-S.1) with Banker SteelCo., LLC for CR0475 - 6S.1 - RFI 1699.1 Concrete Masonry Unit (CMU) Wall/BeamClip Detail Clarification. Mr. Guirges presented the memorandum, requestingapproval for Hensel Phelps Construction (HPC) to issue a Subcontract Modification on BP-S00143, South Terminal C, Phase 1 - Airside Terminal, Structure and Enclosure (GMP No. 6-S.1), at the Orlando International Airport, in the total amount of $4,104.00 to Banker Steel Co., LLC, for CR0475 - 6S.1- RFI 1699.1 Concrete Masonry Unit (CMU) Wall/Beam Clip Detail Clarification. Bid Package for BP-S143 05.01 "Structural Steel and Miscellaneous Metals" has been previously awarded within GMP No. 6-S.1 to Banker Steel Co., LLC, CC No. 20180410.008.

    HPC is requesting to issue a Subcontractor Modification to Banker Steel Co.,LLC, in the total Lump Sum amount of $4,104.00 for CR0475 - 6S.1 - RFI 1699.1Concrete Masonry Unit (CMU) Wall/Beam Clip Detail Clarification. The additionalscope of work consists of fabrication of additional steel angle clips for the CMU walls to be attached to the steel beam in Ramp Level, per RFI 1699.1.

    The approval of this Subcontractor Modification to Banker Steel Corp., LLC, resolves all requests for cost and time resulting from RFI 1699 series scopeof work in GMP No. 6-S.1. There are no cost impacts to GMP Nos. 6-S, 6-S.2, 6-S.3, 6-S.4, and 6-S.5.

    HPC has submitted documentation including the subcontractor's proposal tosupport 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 Banker Steel Co., LLC, in the lump sum amount of: $ 4,104.00 Deduct from CMAR Contingency: $ (4,104.00)

    Hensel Phelps Construction is committed to 20% MWBE and 4% LDB participationfor Construction Services. The subcontractor identified and committed to participate on BP-S00143 (GMP No. 6-S.1) for this subcontract modification is Banker Steel Co., LLC (Non-MWBE/LDB/VBE). There is 82% MWBE participationassociated with this modification.

    Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, and 2-Z wereconsidered in one motion.

    Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to approveHensel Phelps Construction to issue a Subcontractor Modification to BankerSteel Co., LLC on BP-S00143, South Terminal C, Phase 1 - Airside Terminal,Structure and Enclosure (GMP No. 6-S.1), for the total lump sum amount of$4,104.00, with funding from Passenger Facility Charges and General Airport Revenue Bonds.

    C. Subcontractor Modification for BP-S00144 (GMP No. 6-S.2) with BergElectric Corp. dba Bergelectric Corp. Contractors and Engineers, for CR0401-6S2-Hurricane Dorian Preparation and Recovery. Mr. Guirges presented the memorandum, requesting approval for Hensel Phelps Construction (HPC) to issuea Subcontract Modification on BP-S00144, South Terminal C, Phase 1 - STCAirside Enclosure and Exterior Finishes (GMP No. 6-S.2), at the Orlando International Airport, in the total amount of $4,784.00 to BergElectric Corp. dba Bergelectric Corp. Contractors and Engineers for CR0401-6S2-HurricaneDorian Preparation and Recovery. Bid Package for BP-S144 26.01 "ASC Electrical

    http:4,784.00http:4,104.00http:4,104.00http:4,104.00http:4,104.00http:4,104.00

  • Minutes of the Construction Committee Meeting, February 25, 2020 Page 7 of 37

    Systems" has been previously awarded within GMP No. 6-S.2 to Bergelectric Corp, 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 amountof $4,784.00 for CR0401-6S2-Hurricane Dorian Preparation and Recovery.

    This proposal includes costs for preparation and recovery work due to Hurricane Dorian. The modified scope of work consists of costs for the preparatory workperformed, including gathering staged materials to laydown yards; dismantlingand storing of scaffolding, canopies, and tent; securing tools and gang boxes;consolidating materials; banding and wrapping of materials; turning off power to jobsite and demobilizing equipment. It also consists of costs for therecovery work, including bringing the materials out and equipment back on tojobsite to resume production, inspecting the temporary power system, andenergizing temporary power to the building.

    The approval of this Subcontractor Modification to BergElectric Corp. dbaBergelectric Corp. Contractors and Engineers resolves all requests for costsand time resulting from the Hurricane Dorian Preparation and Recovery scope of work in GMP No. 6-S.2. Costs associated with Hurricane Dorian's scope of work in GMP Nos. 6-S.1, 6-S.3, 11-S, and 2-S have been submitted via CR0400;CR0402; CR0404; and CR0406, respectively. There are no cost impacts for Hurricane Dorian to GMP Nos. 6-S, 6-S.4, 6-S.5, and 6-S.6.

    HPC has submitted documentation including the subcontractor's proposal tosupport 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 in the lump sum amount of: $ 4,784.00 Deduct from CMAR Contingency: $ (4,784.00)

    Hensel Phelps Construction is committed to 20% MWBE and 4% LDB participationfor 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, 2-X, 2-Y, and 2-Z wereconsidered in one motion.

    Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to approveHensel Phelps Construction to issue a Subcontractor Modification to BergElectric Corp. dba Bergelectric Corp. Contractors and Engineers on BP-S00144, South Terminal C, Phase 1 - STC Airside Enclosure and Exterior Finishes(GMP No. 6-S.2), for the total lump sum amount of $ 4,784.00, with funding from General Airport Revenue Bonds.

    D. Subcontractor Modifications for BP-S00144 (GMP No. 6-S.2) with Waterproofing Specialists, Inc.; and SkyBuilders USA, LLC, for CR0479-6S.2-RFI 2033 DirectApplied Finish In Lieu Of Stucco at Exterior Soffits (VE). Mr. Guirges presented the memorandum, requesting approval for Hensel Phelps Construction (HPC) to issue Subcontract Modifications on BP-S00144, South Terminal C, Phase 1 - Airside Enclosure and Exterior Finishes (GMP No. 6-S.2), at the Orlando

    http:4,784.00http:4,784.00http:4,784.00http:4,784.00

  • Minutes of the Construction Committee Meeting, February 25, 2020 Page 8 of 37

    International Airport, in the total deductive lump sum amount of ($82,894.00) to Waterproofing Specialists, Inc.; and SkyBuilders USA, LLC, for CR0479-6S.2-RFI 2033 Direct Applied Finish In Lieu Of Stucco at Exterior Soffits (VE).

    Bid Package for BP-S144 07.03 "Air Barrier" has been previously awarded withinGMP No. 6-S.2 to Waterproofing Specialists, Inc., CC No. 20180605.006.

    Bid Package for BP-S00144 09.01 "Stucco" has been previously awarded within GMP No. 6-S.2 to SkyBuilders USA, LLC, CC No. 20180605.006.

    RFI 2033 was written to clarify the finish system to be installed. RFI responseconfirmed the intent to utilize Direct Applied Finish in lieu of standardStucco at SS-02 and SS-03 exterior soffits on the Ramp Level. RFI response also confirmed that CSI Section 09 25 13 Acrylic Plastering can be incorporated for use in the Contract Documents.

    HPC is requesting to issue the following Subcontractors Modifications to;

    Waterproofing Specialists, Inc. in the total deductive Lump Sum amount of ($57,361.00) for the deletion of the High Temp Underlayment on the sheathing at the underside of the soffit only.

    SkyBuilders USA, LLC in the total deductive Lump Sum amount of ($25,533.00)for the deletion of the 7/8" Stucco on Metal Lath and installation of aDirect Applied Finish System (DAFS), including an air/water barrier layer.

    The approval of these Subcontractor Modifications to WaterproofingSpecialists, Inc.; and SkyBuilders USA, LLC, resolves all requests for costs and time resulting from RFI 2033.

    HPC has submitted documentation including the subcontractor's proposal tosupport 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 Waterproofing Specialists, Inc., in the lump sum amount of: $ (57,361.00) HPC to issue a subcontract modification to SkyBuilders USA, LLC, in the lump sum amount of: $ (25,533.00) Add to Owner Contingency: $ 82,894.00

    Hensel Phelps Construction is committed to 20% MWBE and 4% LDB participationfor Construction Services. The subcontractors identified and committed to participate on BP-S144 (GMP No. 6-S.2) for these subcontractor modificationsare Waterproofing Specialists, Inc. (VBE); and SkyBuilders USA, LLC (MWBE/LDB).There is a reduction of 31% MWBE and 69% VBE 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, 2-X, 2-Y, and 2-Z wereconsidered in one motion.

    Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to approveHensel Phelps Construction to issue Subcontractor Modifications to Waterproofing Specialists, Inc.; and SkyBuilders USA, LLC, on BP-S00144, SouthTerminal C, Phase 1 - Airside Enclosure and Exterior Finishes (GMP No. 6-S.2), for the total deductive lump sum amount of ($82,894.00), which includes the deductive lump sum amount of ($57,361.00) from Waterproofing Specialists,

    http:57,361.00http:82,894.00http:82,894.00http:25,533.00http:57,361.00http:25,533.00http:57,361.00http:82,894.00

  • Minutes of the Construction Committee Meeting, February 25, 2020 Page 9 of 37

    Inc.; and the deductive lump sum amount of ($25,533.00) from SkyBuilders USA,LLC, with funding credited to Passenger Facility Charges and General Airport Revenue Bonds.

    E. Subcontractor Modification for BP-S00145 (GMP No. 6-S.3) with Builder ServicesGroup, Inc. for CR0402-6S3-Hurricane Dorian Preparation and Recovery. Mr. Guirges presented the memorandum, requesting approval for Hensel Phelps Construction (HPC) to issue a Subcontract Modification on BP-S00145, SouthTerminal C, Phase 1 - Airside Early Interiors (GMP No. 6-S.3), at the OrlandoInternational Airport, in the amount of $11,614.00 to Builder Services Group, Inc. for CR0402-6S3-Hurricane Dorian Preparation and Recovery. Bid Package forBP-S145 07.06 "Spray Applied Fireproofing and Spray Applied Insulation" has been previously awarded within GMP No. 6-S.3 to Builder Services Group, Inc.,CC No. 20180807.010.

    HPC is requesting to issue a Subcontractor Modification to Builder Services Group, Inc. in the total Lump Sum amount of $11,614.00 for CR0402-6S3-Hurricane Dorian Preparation and Recovery.

    This proposal includes costs for preparation and recovery work due to Hurricane Dorian. The modified scope of work consists of costs for the preparatory workperformed, including gathering staged materials to laydown yards; dismantlingand storing of scaffolding, canopies, and tent; securing tools and gang boxes;consolidating materials; banding and wrapping of materials; and demobilizing equipment. It also consists of costs for the recovery work, including bringingthe materials and equipment back out to resume production.

    The approval of these Subcontractor Modifications to Builder Services Group,Inc. resolves all requests for costs and time resulting from the HurricaneDorian Preparation and Recovery scope of work in GMP No. 6-S.3. Costsassociated with Hurricane Dorian's scope of work in GMP Nos. 6-S.1, 6-S.2, 11-S, and 2-S have been submitted via CR0400; CR0401; CR0404; and CR0406,respectively. There are no cost impacts for Hurricane Dorian to GMP Nos. 6-S, 6-S.4, 6-S.5, and 6-S.6.

    HPC has submitted documentation including the subcontractor's proposal tosupport 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 Builder Services Group, Inc. in the Lump Sum amount of: $ 11,614.00 Deduct from CMAR Contingency: $ (11,614.00)

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

    Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, and 2-Z wereconsidered in one motion.

    Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to approveHensel Phelps Construction to issue a Subcontractor Modification to Builder Services Group, Inc. on BP-S00145, South Terminal C, Phase 1 - Airside Early

    http:11,614.00http:11,614.00http:11,614.00http:11,614.00http:25,533.00

  • Minutes of the Construction Committee Meeting, February 25, 2020 Page 10 of 37

    Interiors (GMP No. 6-S.3), for the total lump sum amount of $11,614.00, with funding from General Airport Revenue Bonds.

    F. Subcontractor Modification for BP-S00146 (GMP No. 7-S) with CCK ConstructionServices, Inc. for CR0694-LST-RFIs 3394 and 3394.1-Slab on Grade ThickenedTurn Down. Mr. Guirges presented the memorandum, requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00146, South Terminal C, Phase 1 - Landside Terminal, Structure and Enclosure(GMP No. 7-S), at the Orlando International Airport, in the total amount of $14,851.00 to CCK Construction Services, Inc. for CR0694-LST-RFIs 3394 and3394.1-Slab on Grade Thickened Turn Down. Bid Package 3.0.0 "Concrete" waspreviously awarded within GMP No. 7-S to CCK Construction Services, Inc., CCNo. 20180313.010.

    TKJV is proposing a subcontract modification to CCK Construction Services,Inc. in the total lump sum amount of $14,851.00 for CR0694-LST-RFIs 3394 and 3394.1-Slab on Grade Thickened Turn Down. The modified scope of work consistsof all costs associated with thickening slab on grade edges in Zones B and Dwhere the edges are located outside of the grade beams per RFIs 3394 and3394.1.

    The approval of this subcontract modification to CCK Construction Services, Inc. resolves all requests for costs and time associated with RFIs 3394 and 3394.1.

    TKJV has submitted documentation including the subcontractor's proposal with supporting back-up to substantiate this request. An independent cost estimateis included. By approving this request, the Owner does not waive its right toenforce the contract requirements for other requests for costs or time.

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

    TKJV to issue a subcontract modification to CCK Construction Services, Inc. in the lump sum amount of: $ 14,851.00 Deduct from PI Owner Contingency: $ (14,851.00)

    Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participationfor Construction Services. The subcontractor identified and committed to participate on BP-S00146 (GMP No. 7-S) for this subcontract modification is CCK Construction Services Inc. (Non-MWBE/LDB/VBE). There is 86.7% MWBE participation associated with this modification.

    Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, and 2-Z wereconsidered in one motion.

    Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to approveTurner-Kiewit Joint Venture to issue a Subcontractor Modification to CCK Construction Services Inc. on BP-S00146, South Terminal C, Phase 1 - LandsideTerminal, Structure and Enclosure (GMP No. 7-S), for the total lump sum amount of $14,851.00, with funding from Passenger Facility Charges and General Airport Revenue Bonds.

    G. Subcontractor Modification for BP-S00147 (GMP No. 7-S.1) with Hommes MasonryInc. dba Toltec Construction for CR0154.2-LST-RFIs 606-606.4 and 2806-Added CMU, Grout and Rebar at Elevators. 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 Structures and Systems (GMP No. 7-S.1), at the Orlando International Airport, in the total amount of $84,295.00 to Hommes Masonry

    http:84,295.00http:14,851.00http:14,851.00http:14,851.00http:14,851.00http:14,851.00http:11,614.00

  • Minutes of the Construction Committee Meeting, February 25, 2020 Page 11 of 37

    Inc. dba Toltec Construction, for CR0154.2-LST-RFIs 606-606.4 and 2806-Added CMU, Grout and Rebar at Elevators. Bid Package 4.0.0 for Masonry was previously awarded within GMP No. 7-S.1 to Hommes Masonry Inc. dba Toltec Construction, CC No. 20181002.09.

    TKJV is proposing a subcontract modification to Hommes Masonry Inc. dba ToltecConstruction in the total lump sum amount of $84,295.00 for CR0154.2-LST-RFIs 606-606.4 and 2806-Added CMU, Grout and Rebar at Elevators. The modified scopeof work consists of all additional labor, material and equipment costs associated with wall reinforcement changes from 32" OC to 16" OC at interior walls and solid grout all CMU cells at LST Elevators 2.1, 2.2, 2.3, 4.1, 8.1, 10.1, 10.2, 12.1, and 12.2, per RFIs 606, 606.1, 606.2, 606.3, 606.4 and subsequent RFI 2806 clarification on 7-5/8" thick CMU wall at pit level for Elevators 12.1, 12.2.

    Approval of this subcontract modification to Hommes Masonry Inc. dba Toltec Construction resolves all requests for cost and time associated with RFIs 606,606.1, 606.2, 606.3, 606.4, and 2806 in GMP No. 7-S.1 for the "Masonry" scopeof work. Impacts for RFIs 606 through 606.4 were previously approved via CC No. 20190212.2B (CR0154.1-GMP No. 5-S.4) for the "Elevator and Escalators" Bid Package; and via CC No. 20190305.21 (CR0154 GMP No. 7-S) for the "Concrete" and "Structural Steel" Bid Packages. Cost impacts to GMP No. 7-S.1 for the"Drywall and Framing" costs associated with RFI 606.3 have been submitted under CR0380.2. Cost impacts to GMP No. 7-S.3 for "HVAC/Plumbing" associated with RFI 606.2 have been submitted under CR0380.3.

    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 Hommes Masonry Inc. dba Toltec Construction in the lump sum amount of: $ 84,295.00 Deduct from P1 Owner Contingency: $ (84,295.00)

    Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participationfor 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, 2-X, 2-Y, and 2-Z wereconsidered in one motion.

    Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to approveTurner-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 Structures and Systems (GMP No. 7-S.1), for thetotal lump sum amount of $84,295.00, with funding from Passenger Facility Charges and General Airport Revenue Bonds.

    H. Subcontractor Modification for BP-S00147 (GMP No. 7-S.1) with Alpha Insulation& Waterproofing, Inc. for CR0382.5-LST-Bulletin 18-Waterproofing Revisions. 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

    http:84,295.00http:84,295.00http:84,295.00http:20190305.21http:20190212.2Bhttp:84,295.00http:20181002.09

  • Minutes of the Construction Committee Meeting, February 25, 2020 Page 12 of 37

    No. 7-S.1), at the Orlando International Airport, in the total amount of $28,712.00 to Alpha Insulation & Waterproofing, Inc. for CR0382.5-LST-Bulletin 18-Waterproofing Revisions. Bid Package 7.0.2 "Waterproofing and Caulking" was previously awarded within GMP No. 7-S.1 to Alpha Insulation & Waterproofing, Inc., CC No. 20181002.009.

    TKJV is proposing a subcontract modification to Alpha Insulation & Waterproofing, Inc. in the total lump sum amount of $28,712.00 for CR0382.5-LST-Bulletin 18-Waterproofing Revisions. The modified scope of work consists of the costs associated with the addition of 4,514 SF of exterior traffic coating system per Drawing A7.12.ll revision in LST Bulletin 18.

    The approval of this subcontract modification to Alpha Insulation & Waterproofing, Inc. resolves all requests for cost and time associated with GMP No. 7-S.1 for waterproofing scope as modified in LST Bulletin 18 per Drawing A7.12.ll and detailed in CR0382.5. The following are the CRs associated with LST Bulletin 18 that have been or will be submitted: CR0382-7S.1-Low Voltage (CC No. 20190423.031); CR0335-7S- Structural Steel and Curtain wall (CC No. 20190709.02F); CR0335.1-7S-Structural Steel Detailing and Engineering(CC No. 20190423.031); CR0382.2-Metal Panels and Drywall (20200121.02G);CR0382.3-7S.3-Electrical (Voided); and CR0382.4-7S.3-Mechanical and Plumbing (submitted). GMP No. 7-S.2 LST Bulletin 18 has been included in their base bid(excluding canopies).

    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 Alpha Insulation & Waterproofing, Inc. in the lump sum amount of: $ 28,712.00 Deduct from P1X Owner Contingency: $ (28,712.00)

    Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participationfor Construction Services. The subcontractor identified and committed to participate on BP-S00147 (GMP No. 7-S.1) for this subcontract modification is Alpha Insulation and Waterproofing, Inc. (Non-MWBE/LDB/VBE). There is 45% MWBEparticipation associated with this modification.

    Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, and 2-Z wereconsidered in one motion.

    Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to approveTurner-Kiewit Joint Venture to issue a Subcontractor Modification to AlphaInsulation & Waterproofing, Inc. on BP-S00147, South Terminal C, Phase 1 -Landside Terminal Remaining Structure and Systems (GMP No. 7-S.1), for the total lump sum amount of $28,712.00, with funding from Passenger Facility Charges and General Airport Revenue Bonds.

    I. Subcontractor Modification for BP-S00147 (GMP No. 7-S.1) with Alpha Insulation& Waterproofing, Inc. for CR0741-LST-RFI 2985-Fireproofing on Wind Girts andSpray Applied Fireproofing. Mr. Guirges presented the memorandum, requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a SubcontractModification 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 $41,336.00 to Alpha Insulation & Waterproofing,

    http:41,336.00http:28,712.00http:28,712.00http:28,712.00http:A7.12.llhttp:A7.12.llhttp:28,712.00http:28,712.00

  • Minutes of the Construction Committee Meeting, February 25, 2020 Page 13 of 37

    Inc., for CR0741-LST-RFI 2985-Fireproofing on Wind Girts and Spray AppliedFireproofing. Bid Package 7.0.2 "Waterproofing and Caulking" was previously awarded within GMP No. 7-S.1 to Alpha Insulation & Waterproofing, Inc., CC No. 20181002.009.

    TKJV is proposing a subcontract modification to Alpha Insulation & Waterproofing, Inc. in the total lump sum amount of $41,336.00 for CR0741-LST-RFI 2985-Fireproofing on Wind Girts and Spray Applied Fireproofing. Themodified scope of work consists of all costs associated with the additional fireproofing on wind girts to the north (between CLs L8 and L3) and to the south (between CLs L8 and L4) cut into the 2-hour fire rated wall on bothnorth and south, and therefore needed to be protected to meet the 2-hour ratedwall assembly requirement per RFI 2985 response.

    The approval of this subcontract modification to Alpha Insulation & Waterproofing, Inc. resolves all requests for cost and time associated with RFI 2985.

    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 Alpha Insulation & Waterproofing, Inc. in the lump sum amount of: $ 41,336.00 Deduct from PI Owner Contingency: $ (41,336.00)

    Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participationfor Construction Services. The subcontractor identified and committed to participate on BP-S00147 (GMP No. 7-S.1) for this subcontract modification is Alpha Insulation and Waterproofing, Inc. (Non-MWBE/LDB/VBE). There is 65.1% MWBE participation associated with this modification.

    Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, and 2-Z wereconsidered in one motion.

    Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to approveTurner-Kiewit Joint Venture to issue a Subcontractor Modification to AlphaInsulation & Waterproofing, Inc., on BP-S00147, South Terminal C, Phase 1 -Landside Terminal Remaining Structure and Systems (GMP No. 7-S.1), for the total lump sum amount of $41,336.00, with funding from Passenger Facility Charges and General Airport Revenue Bonds.

    J. Subcontractor Modification for BP-S00150 (GMP No. 9-S) with Morton Electric,Inc. for CR0590-PKG-RFI 2451 Main Electrical Room Level 1 Area 4; CR0773-PKG-RFI 3316 Lightning Protection Changes; CR0774-PKG-RFI 3457 EmergencyTransformer Vault; and CR0775-PKG-RFI 3503 AED Electrical and Fire Alarm Connections. Mr. Guirges presented the memorandum, requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue Subcontract Modifications 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 $46,184.00 toMorton Electric, Inc. for CR0590-PKG-RFI 2451 Main Electrical Room Level 1 Area 4; CR0773-PKG-RFI 3316 Lightning Protection Changes; CR0774-PKG-RFI 3457Emergency Transformer Vault; and CR0775-PKG-RFI 3503 AED Electrical and FireAlarm Connections. Bid Package 26.0.0 "Electrical" was previously awardedwithin GMP No. 9-S to Morton Electric, Inc., CC No. 20171010.16.

    http:20171010.16http:46,184.00http:41,336.00http:41,336.00http:41,336.00http:41,336.00

  • Minutes of the Construction Committee Meeting, February 25, 2020 Page 14 of 37

    TKJV is proposing the following subcontract modifications to Morton Electric, Inc. in the lump sum amounts of:

    $6,332.00, for CR0590-PKG-RFI 2451 Main Electrical Room Level 1 Area 4. Themodified scope of work consists of costs for the added channels and supports for the equipment mounting required with the 8" wall extension, per RFI2451. The approval of this subcontract modification to Morton Electric,Inc. resolves all requests for cost and time associated with electrical changes in RFI 2451 Series. Costs for finishes and concrete scopes in RFI 2451 Series will be submitted under CR0590.1 and CR0590.2, respectively.

    $2,681.00 for CR0773-PKG-RFI 3316 Lightning Protection Changes. Themodified scope of work includes costs for labor and material to change the lightning protection system on the canopy standing seams from roofpenetrations with air terminals to exposed stainless steel clamps withstainless steel air terminal bases, per RFI 3316. The approval of this subcontract modification to Morton Electric, Inc. resolves all requests forcost and time associated with RFI 3316.

    $13,677.00 for CR0774-PKG-RFI 3457 Emergency Transformer Vault. Theadditional scope of work consists of modifications to the 3,000 KVA transformer pad to revise vertical primary conduits into concrete vaultunder existing emergency transformer pad below primary window, per RFI3457. The approval of this subcontract modification to Morton Electric,Inc. resolves all requests for cost and time associated with RFI 3457 in GMP No. 9-S. Cost impacts to GMP No. 7-S.3 for RFI 3457 will be submitted under a separate CR.

    $23,494.00 for CR0775-PKG-RFI 3503 Automated External Defibrillators (AED)Electrical and Fire Alarm Connections. The modified scope of work consists of necessary labor and material to provide 3/4" raceway and outlet boxesfor the AED, modules and strobes for fire alarm connections at each elevatorcore in Areas 1 and 4, per RFI 3503. The approval of this subcontractmodification to Morton Electric, Inc. resolves all requests for cost and time associated with RFI 3503 in GMP No. 9-S. Cost impacts to GMP No. 9-S.1 for RFI 3503 will be submitted under CR0775.1.

    TKJV has submitted documentation including the subcontractor's proposal with supporting back-up to substantiate this request. An independent cost estimateis included. By approving this request, the Owner does not waive its right toenforce the contract requirements for other requests for costs or time.

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

    TKJV to issue subcontract modification to Morton Electric, Inc.in the lump sum amount of: $ 46,184.00 Deduct from CWE Owner Contingency: $ (2,681.00) Deduct from Owner Contingency: $ (43,503.00)

    Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participationfor Construction Services. The subcontractor identified and committed to participate on BP-S00150 (GMP No. 9-S) for this subcontract modification is Morton Electric, Inc. (Non-MWBE/LDB/VBE). There is no small business participation associated with this modification.

    Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, and 2-Z wereconsidered in one motion.

    http:43,503.00http:2,681.00http:46,184.00http:23,494.00http:13,677.00http:2,681.00http:6,332.00

  • Minutes of the Construction Committee Meeting, February 25, 2020 Page 15 of 37

    Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to approveTurner-Kiewit Joint Venture to issue Subcontractor Modifications to Morton Electric, Inc. on BP-S00150, South Terminal C, Phase 1 - Parking FacilityPhase 1 (GMP No. 9-S), for the total lump sum amount of $46,184.00, withfunding from Customer Facility Charges and General Airport Revenue Bonds.

    K. Subcontractor Modifications for BP-S00150 (GMP No. 9-S) with Morton Electric,Inc.; and CCK Construction Services, Inc., for CR0718-PKG-RFI 2801 Series-Elevator Machine Room (EMR) Level 7; and CR0757-PKG-RFI 3456 Elevator 3 Cast In Place (CIP) Wall Height Level 2. Mr. Guirges presented the memorandum, requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue SubcontractModifications on BP-S00150, South Terminal C, Phase 1 - Parking Facility Phase1 (GMP No. 9-S), at the Orlando International Airport, in the total amount of$6,747.00 to Morton Electric, Inc.; and CCK Construction Services, Inc., for CR0718-PKG-RFI 2801 Series-Elevator Machine Room (EMR) Level 7; and CR0757-PKG-RFI 3456 Elevator 3 Cast In Place (CIP) Wall Height Level 2.

    Bid Package 26.0.0 "Electrical" was previously awarded within GMP No. 9-S toMorton Electric, Inc., CC No. 20171010.16.

    Bid Package 3.0. "Concrete" was previously awarded within GMP No. 9-S to CCKConstruction Services, Inc., CC No. 20171010.16

    TKJV is proposing the following subcontract modifications to:

    Morton Electric, Inc. in the total Lump Sum amount of $2,233.00, for CR0718-PKG-RFI 2801 Series-Elevator Machine Room (EMR) Level 7. The modified scope of work consists of necessary labor, material and equipment to add threeType D1 fixtures over the elevator shaft, per RFI 2801 series.

    CCK Construction Services, Inc., in the total lump sum amount $4,514.00 forCR0757-PKG-RFI 3456 Elevator 3 Cast in Place (CIP) Wall Height Level 2. The modified scope of work consists of necessary labor, material and equipment to modify the CIP wall height to 10'-1", per RFI 3456.

    The approval of this subcontract modification to Morton Electric, Inc. resolves all requests for cost and time associated with RFI 2801 series for the electrical scope in GMP No. 9-S. Cost for drywall and CMU scopes in GMP No. 9-S.1 were submitted in CR0718.1. Costs for concrete, mechanical and plumbing scopes in GMP No. 9-S will be submitted in CR0718.2. Costs for the door, frameand hardware scope were submitted in CR0718.3.

    The approval of this subcontract modification to CCK Construction Services, Inc. resolves all requests for cost and time associated with RFI 3456 in GMPNo. 9-S. Cost impacts to GMP No. 9-S.1 will be submitted in CR0757.1.

    TKJV has submitted documentation including the subcontractor's proposal with supporting back-up to substantiate this request. An independent cost estimateis included. By approving this request, the Owner does not waive its right toenforce the contract requirements for other requests for costs or time.

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

    TKJV to issue subcontract modification to Morton Electric, Inc.in the lump sum amount of: $ 2,233.00 TKJV to issue subcontract modification to CCK Construction Services, Inc.in the lump sum amount of: $ 4,514.00 Deduct from Owner Contingency: $ (6,747.00)

    http:6,747.00http:4,514.00http:2,233.00http:4,514.00http:2,233.00http:20171010.16http:20171010.16http:6,747.00http:46,184.00

  • Minutes of the Construction Committee Meeting, February 25, 2020 Page 16 of 37

    Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participationfor Construction Services. The subcontractors identified and committed to participate on BP-S00150 (GMP No. 9-S) for these subcontract modifications are Morton Electric, Inc. (Non-MWBE/LDB/VBE); and CCK Construction Services, 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, 2-X, 2-Y, and 2-Z wereconsidered in one motion.

    Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to approveTurner-Kiewit Joint Venture to issue Subcontractor Modifications to Morton Electric, Inc.; and CCK Construction Services, Inc. on BP-S00150, SouthTerminal C, Phase 1 - Parking Facility Phase 1 (GMP No. 9-S), for the totallump sum amount of $6,747.00, which includes $2,233.00 to Morton Electric, Inc.; and $4,514.00 to CCK Construction Services, Inc., with funding from Customer Facility Charges and General Airport Revenue Bonds.

    L. Subcontractor Modification for BP-S00150 (GMP No. 9-S) with Morton Electric,Inc. for CR0768-PKG-Concrete Transformer Pads. Mr. Guirges presented thememorandum, requesting approval for Turner-Kiewit Joint Venture (TKJV) toissue 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 $7,546.00 to Morton Electric, Inc. for CR0768-PKG-Concrete Transformer Pads. Bid Package 26.0.0 "Electrical" was previouslyawarded within GMP No. 9-S to Morton Electric, Inc., CC No. 20171010.16.

    TKJV is proposing a subcontract modification to Morton Electric, Inc. in the total Lump Sum amount of $7,546.00 for CR0768-PKG-Concrete Transformer Pads.The additional scope of work consists of necessary labor, material and equipment to provide and install two OUC 102" x 110" x 10" concrete pads shownon the LSC drawings, which were not included in the subcontractor scope of work

    The approval of this subcontract modification to Morton Electric, Inc. resolves all requests for cost and time associated with CR0768-PKG-Concrete Transformer Pads scope of work, as specified in the Landside Civil drawings.

    TKJV has submitted documentation including the subcontractor's proposal with supporting back-up to substantiate this request. An independent cost estimateis included. By approving this request, the Owner does not waive its right toenforce the contract requirements for other requests for costs or time.

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

    TKJV to issue subcontract modification to Morton Electric, Inc.in the lump sum amount of: $ 7,546.00 Deduct from CMAR Contingency: $ (7,546.00)

    Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participationfor Construction Services. The subcontractor identified and committed to participate on BP-S00150 (GMP No. 9-S) for this subcontract modification is Morton Electric, Inc. (Non-MWBE/LDB/VBE). There is no small business participation associated with this modification.

    Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, and 2-Z wereconsidered in one motion.

    http:7,546.00http:7,546.00http:7,546.00http:20171010.16http:7,546.00http:4,514.00http:2,233.00http:6,747.00

  • Minutes of the Construction Committee Meeting, February 25, 2020 Page 17 of 37

    Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to approveTurner-Kiewit Joint Venture to issue a Subcontractor Modification to Morton Electric, Inc. on BP-S00150, South Terminal C, Phase 1 - Parking FacilityPhase 1 (GMP No. 9-S), for the total lump sum amount of $7,546.00, with fundingfrom Customer Facility Charges and General Airport Revenue Bonds.

    M. Subcontractor Modifications for BP-S00150 (GMP No. 9-S) with Morton Electric,Inc. for CR0769-PKG-RFI 3468 Level 5 Canopy Light Fixtures; CR0770-PKG-RFI1685 F2A Elevator Doorjambs; CR0771-PKG-RFI 1783.1 Fixture Type A1 SurfaceApplication; and CR0778-PKG-RFI 1808 WA Fixtures Credit. Mr. Guirges presented the memorandum, requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue Subcontract Modifications on BP-S00150, South Terminal C, Phase 1 - Parking Facility Phase 1 (GMP No. 9-S), at the Orlando International Airport,in the total deductive amount of ($695,252.00) to Morton Electric, Inc. forCR0769-PKG-RFI 3468 Level 5 Canopy Light Fixtures; CR0770-PKG-RFI 1685 F2AElevator Doorjambs; CR0771-PKG-RFI 1783.1 Fixture Type A1 Surface Application; and, CR0778-PKG-RFI 1808 WA Fixtures Credit. Bid Package 26.0.0 "Electrical" was previously awarded within GMP No. 9-S to Morton Electric, Inc., CC No.20171010.16.

    TKJV is proposing the following subcontract modifications to Morton Electric, Inc. in the deductive Lump Sum amounts of:

    ($659,592.00) for CR0769-PKG-RFI 3468 Level 5 Canopy Light Fixtures. The modified scope of work consists of costs to provide and install the A1Fixture type in lieu of F6B lighting fixtures.

    ($21,413.00) for CR0770-PKG-RFI 1685 F2A Elevator Door Jambs. The modifiedscope of work consists of credits for the deletion of the F2A fixtureslocated in the elevator door jamb, per RFI 1685.

    ($6,884.00) for CR0771-PKG-RFI 1783.1 Fixture Type A1 Surface Application.The modified scope of work consists of credits for the deletion of pendantmount material for the A1 fixtures. These fixtures will be surface mounted,per RFI 1783.1.

    ($7,363.00) for CR0778-PKG-RFI 1808 WA Fixtures Credit. The modified scopeof work consists of the utilization of the W1 fixtures from Level 3, Area1 of the existing garage in lieu of WA fixtures. The extra W1 fixtures fromPhase 1 of Parking Garage will be used, per RFI 1808.

    The approval of these subcontract modifications to Morton Electric, Inc.resolves all requests for cost and time associated with RFIs 3468, 1685, 1783.1 and 1808 for the Parking Garage (PKG).

    TKJV has submitted documentation including the subcontractor's proposal with supporting back-up to substantiate this request. An independent cost estimateis included. By approving this request, the Owner does not waive its right toenforce the contract requirements for other requests for costs or time.

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

    TKJV to issue subcontract modifications to Morton Electric, Inc. in the lump sum amount of: $ (695,252.00) Add to Owner Contingency: $ 35,660.00 Add to CWE Owner Contingency: $ 659,592.00

    Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participationfor Construction Services. The subcontractor identified and committed to

    http:659,592.00http:35,660.00http:695,252.00http:7,363.00http:6,884.00http:21,413.00http:659,592.00http:20171010.16http:695,252.00http:7,546.00

  • Minutes of the Construction Committee Meeting, February 25, 2020 Page 18 of 37

    participate on BP-S00150 (GMP No. 9-S) for this subcontract modification is Morton Electric, Inc. (Non-MWBE/LDB/VBE). There is no small business participation associated with this modification.

    Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, and 2-Z wereconsidered in one motion.

    Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to approveTurner-Kiewit Joint Venture to issue Subcontractor Modifications to Morton Electric, Inc. on BP-S00150, South Terminal C, Phase 1 - Parking FacilityPhase 1 (GMP No. 9-S), for the total deductive lump sum amount of ($695,252.00),with funding credited to Customer Facility Charges and General Airport Revenue Bonds.

    N. Subcontractor Modification for BP-S00150 (GMP No. 9-S) with Morton Electric,Inc. for CR0772-PKG-RFI 3193 F6b Spare Fixtures and Control Wiring. 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 OrlandoInternational Airport, in the total amount of $2,714.00 to Morton Electric, Inc., for CR0772-PKG-RFI 3193 F6b Spare Fixtures and Control Wiring. Bid Package 26.0.0 "Electrical" was previously awarded within GMP No. 9-S to Morton Electric, Inc., CC No. 20171010.16.

    TKJV is proposing a subcontract modification to Morton Electric, Inc. in the total Lump Sum amount of $2,714.00 for CR0772-PKG-RFI 3193 F6b Spare Fixturesand Control Wiring. The additional scope of work consists of furnish andinstallation of three dimming/relay panels, photocell, dimming cards and 0-10V controls wiring for the Type F6b fixtures for the Parking Garage Level3, and a credit to delete the Type F6b spare fixtures, per RFI 3193.

    The approval of this subcontract modification to Morton Electric, Inc. resolves all requests for cost and time associated with RFI 3193 scope of work. Thereare no cost impacts to GMP No. 9-S.1.

    TKJV has submitted documentation including the subcontractor's proposal with supporting back-up to substantiate this request. An independent cost estimateis included. By approving this request, the Owner does not waive its right toenforce the contract requirements for other requests for costs or time.

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

    TKJV to issue subcontract modification to Morton Electric, Inc. in the lump sum amount of: $ 2,714.00 Deduct from CWE Owner Contingency: $ (2,714.00)

    Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participationfor Construction Services. The subcontractor identified and committed to participate on BP-S00150 (GMP No. 9-S) for this subcontract modification is Morton Electric, Inc. (Non-MWBE/LDB/VBE). There is no small business participation associated with this modification.

    Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, and 2-Z wereconsidered in one motion.

    Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to approveTurner-Kiewit Joint Venture to issue a Subcontractor Modification to Morton Electric, Inc. on BP-S00150, South Terminal C, Phase 1 - Parking Facility

    http:2,714.00http:2,714.00http:2,714.00http:20171010.16http:2,714.00http:695,252.00

  • Minutes of the Construction Committee Meeting, February 25, 2020 Page 19 of 37

    Phase 1 (GMP No. 9-S), for the total lump sum amount of $2,714.00, with fundingcredited to Customer Facility Charges.

    O. Subcontractor Modifications for BP-S00151 (GMP No. 9-S.1) with MSE2, Inc. dba Mader Southeast; and Mid-State Metals, LLC., for CR0757.1-PKG-RFI 3456 Elevator3 Cast-ln-Place (CIP) Wall Height Level 2. Mr. Guirges presented thememorandum, requesting approval for Turner-Kiewit Joint Venture (TKJV) toissue 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 $3,092.00 to MSE2, Inc. dba Mader Southeast; and Mid-State Metals, LLC., for CR0757.1-PKG-RFI 3456 Elevator 3 Cast-ln-Place (CIP)Wall Height Level 2.

    Bid Package 9.1.0 "Drywall, Stucco and Insulation" was previously awardedwithin GMP No. 9-S.1 to MSE2, Inc. dba Mader Southeast., CC No. 20180925.25A.

    Bid Package 5.0.1 "Miscellaneous Metals" was previously awarded within GMP No. 9-S.1 to Mid-State Metals, LLC, CC No. 20171010.16.

    TKJV is proposing the following subcontract modifications to:

    MSE2, Inc. dba Mader Southeast in the total Lump Sum amount of $4,092, forCR0757.1-PKG-RFI 3456 Elevator 3 Cast-ln-Place (CIP) Wall Height Level 2.The modified scope of work consists of additional stucco for the increasedCIP wall, per RFI 3456.

    Mid-State Metals, LLC, in the total deductive lump sum amount ($1,000.00) for CR0757.1-PKG-RFI 3456 Elevator 3 Cast-ln-Place (CIP) Wall Height Level2. The modified scope of work consists of a credit for the revised dimensionof the louver, per RFI 3456.

    The approval of these subcontract modifications to MSE2, Inc. dba Mader Southeast; and Mid-State Metals, LLC, resolves all requests for cost and timeassociated with RFI 3456 scope of work in GMP No. 9-S.1. Cost impacts to GMP No. 9-S were submitted in CR0757.

    TKJV has submitted documentation including the subcontractor's proposal with supporting back-up to substantiate this request. An independent cost estimateis included. By approving this request, the Owner does not waive its right toenforce the contract requirements for other requests for costs or time.

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

    TKJV to issue subcontract modification to MSE2, Inc. dba Mader Southeast in the lump sum amount of: $ 4,092.00 TKJV to issue subcontract modification to Mid-State Metals, LLC, in the lump sum amount of: $ (1,000.00) Deduct from Owner Contingency: $ (3,092.00)

    Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participationfor Construction Services. The subcontractors identified and committed to participate on BP-S00151 (GMP No. 9-S.1) for these subcontract modificationsare MSE2, Inc. dba Mader Southeast (Non-MWBE/LDB/VBE); and Mid-State Metals,LLC (Non-MWBE/LDB/VBE). MSE2, Inc. dba Mader Southeast proposes 89% MWBEparticipation on its modification. There is no small business participation associated with Mid-State Metals, LLC's modification.

    Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, and 2-Z wereconsidered in one motion.

    http:3,092.00http:1,000.00http:4,092.00http:1,000.00http:20171010.16http:3,092.00http:2,714.00

  • Minutes of the Construction Committee Meeting, February 25, 2020 Page 20 of 37

    Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to approveTurner-Kiewit Joint Venture to issue Subcontractor Modifications to MSE2, Inc. dba Mader Southeast; and Mid-State Metals, LLC on BP-S00151, South Terminal C, Phase 1 - Parking Facility Phase 2 (GMP No. 9-S.1), for the total lump sumamount of $3,092.00, which includes $4,092.00 to MSE2, Inc. dba Mader Southeast; and the total deductive lump sum amount of ($1,000.00) to Mid-StateMetals, LLC, with funding from Customer Facility Charges and General Airport Revenue Bonds.

    P. Subcontractor Modification for BP-S00156 (GMP No. 14-S) with Matcon Construction Services, Inc. for CR0311.3-CEP-Bulletin 9 and RFI 1325-Deletionof Termite Control and Vapor Barrier. Mr. Guirges presented the memorandum, requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00156, South Terminal C, Phase 1 - Central Energy Plant and EPG Building (GMP No. 14-S), at the Orlando InternationalAirport, in the total deductive amount of ($784.00) to Matcon Construction Services, Inc., for CR0311.3-CEP-Bulletin 9 and RFI 1325-Deletion of Termite Control and Vapor Barrier. Bid Package 3.0.0 "Concrete" was previously awarded within GMP No. 14-S to Matcon Construction Services, Inc., CC No. 201800807.011.

    TKJV is proposing the following subcontract modifications to Matcon Construction Services, Inc. in the total deductive Lump Sum amount of ($784.00) for CR0311.3-CEP-Bulletin 9 and RFI 1325-Deletion of Termite Control and Vapor Barrier. The modified scope of work consists of credits for the deleted termite control and vapor barrier no longer required to the full extent of the footprint of Cooling Tower Enclosure (CTE) and Central Chiller Plant (CCP), per RFI 1325 and CEP Bulletin 09.

    The approval of this subcontract modification to Matcon Construction Services,Inc. resolves all requests for cost and time associated with this scope of work for CEP Bulletin 9 and for RFI 1325. The following trades have been orwill be submitted under separate change requests:

    • CR0311-7S.1 - Low Voltage (CC No. 20190625.2-1) • CR0311.1-14S - Structural Steel (CC No. 20190723.3-F) • CR0311.2-14S - Electrical (Pending submission)

    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 Matcon Construction Services, Inc. in the lump sum amount of: $ (784.00) Add to PI Owner Contingency: $ 784.00

    Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participationfor Construction Services. The subcontractor identified and committed to participate on BP-S00156 (GMP No. 14-S) for this subcontract modification is Matcon Construction Services, Inc. (MWBE). There is 100% 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, 2-X, 2-Y, and 2-Z wereconsidered in one motion.

    http:1,000.00http:4,092.00http:3,092.00

  • Minutes of the Construction Committee Meeting, February 25, 2020 Page 21 of 37

    Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to approveTurner-Kiewit Joint Venture to issue a Subcontractor Modification to Matcon Construction Services, Inc., on BP-S00156, South Terminal C, Phase 1 - CentralEnergy Plant and EPG Building (GMP No. 14-S), for the total deductive lump sumamount of ($784.00), with funding credited to Passenger Facility Charges and General Airport Revenue Bonds.

    Q. Subcontractor Modification for BP-S00156 (GMP No. 14-S) with MDM Services,Inc. for CR0368-EPG-Installation and Removal of Sheet Piling for UndergroundDiesel Fuel Storage Tanks. Mr. Guirges presented the memorandum, requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a SubcontractModification on BP-S00156, South Terminal C, Phase 1 - CEP and EPG Buildings(GMP No. 14-S), at the Orlando International Airport, in the total amount of $50,000.00 to MDM Services, Inc. for CR0368-EPG-Installation and Removal of Sheet Piling for Underground Diesel Fuel Storage Tanks. Bid Package 23.1.0"Diesel Fuel Transfer and Storage System" was previously awarded within GMP No. 14-S to MDM Services, Inc., CC No. 20180807.011.

    TKJV is proposing a subcontract modification to MDM Services, Inc. in thetotal lump sum amount of $50,000.00 for CR0368-EPGInstallation and Removal of Sheet Piling for Underground Diesel Fuel Storage Tanks. The added scope ofwork consists of:

    Providing shoring for the underground storage tanks by installing and removing sheet piling at the South side of the fuel tanks.

    Providing shoring for the underground storage tanks by installing and removing sheet piling at the North side of the fuel tanks.

    The GMP line item associated with this scope of work totals $50,000.00 with the balance of $0.00 remaining as unbought scope.

    The approval of this subcontract modification to MDM Services, Inc. resolves all requests for cost and time resulting from GMP No. 14-S EPG Installation and Removal of Sheet Piling for Underground Diesel Fuel Storage Tanks.

    TKJV has submitted documentation including the subcontractor's bid proposalwith supporting back-up to substantiate this request. By approving this request, the Owner does not waive its right to enforce the contractrequirements for other requests for costs or time.

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

    Current GMP Line Item 16 "Diesel Fuel Transfer and Storage System" value: $ 50,000.00 TKJV to issue a subcontract modification to MDM Services, Inc. in the lump sum amount of: $ 50,000.00 Deduct from GMP Line Item 16 Diesel Fuel Transfer and Storage System: $ (50,000.00) Remaining GMP Line Item 16 "Diesel Fuel Transfer and Storage System" value: $ 0.00

    Turner-Kiewit Joint Venture is committed to 20% MWBE and 4% LDB participationfor Construction Services. The subcontractor identified and committed to participate on BP-S00156 (GMP No. 14-S) for this subcontract modification is MDM Services, Inc. (DBE/MWBE). There is 100% MWBE participation associatedwith this modification.

    http:50,000.00http:50,000.00http:50,000.00http:50,000.00http:50,000.00http:50,000.00

  • Minutes of the Construction Committee Meeting, February 25, 2020 Page 22 of 37

    Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, and 2-Z wereconsidered in one motion.

    Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to approveTurner-Kiewit Joint Venture to issue a Subcontractor Modification to MDM Services, Inc. on BP-S00156, South Terminal C, Phase 1 - CEP and EPG Buildings(GMP No. 14-S), for the total lump sum amount of $50,000.00, with funding from Orlando Utilities Commission (OUC) Funds.

    R. Subcontractor Modification for BP-S00163 (GMP No. 5-S.5) with The Middlesex Corporation for CR0508-LSC-RFI 2739 Shelf Plate Weld Size Increase. Mr. Guirges presented the memorandum, requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00163, South Terminal C, Phase 1 - Enplane/Deplane Bridge and Roadways Balance of Work - FDOT (GMPNo. 5-S.5), at the Orlando International Airport, in the total amount of $18,465.00 to The Middlesex Corporation for CR0508-LSC-RFI 2739 Shelf Plate Weld Size Increase. Bid Package 34.0.0 "Enplane/Deplane Bridge-Combined Piers and Piles" was previously awarded within GMP No. 5-S.5 "Enplane/Deplane Bridge and Roadways Balance of Work - FDOT" to The Middlesex Corporation, CC No.20180605.007.

    TKJV is proposing a subcontract modification to The Middlesex Corporation in the total lump sum amount of $18,465.00 for CR0508-LSC-RFI 2739 Shelf Plate Weld Size Increase. The modified scope of work consists of the plate-to-plateweld size increase on the Steel Shelf Plate from 1/4" to 3/8" fillet weld, per RFI 2739 response.

    The approval of this subcontract modification to The Middlesex Corporationresolves all requests for cost and time resulting from RFI 2739. All remaining requests for cost and time associated with RFI 2739 were approved via CR0355.1,CC No. 20191008.02G.

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

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

    TKJV to issue a subcontract modification to The Middlesex Corporation in the lump sum amount of: $ 18,465.00 Deduct from P1 Owner Contingency: $ (18,465.00)

    Due to the funding source of this GMP No. 5-S.5, Turner-Kiewit Joint Ventureproposed a 20% DBE participation goal for Bid Package 34.0.0 Enplane/Deplane Bridge and Roadways Balance of Work - FDOT, in lieu of MWBE and LDB participation goals. As such, Turner-Kiewit Joint Venture’s committed MWBE andLDB Construction Services goals are not affected by this modification. The subcontractor identified and committed to participate on BP-S00163 (GMP No. 5-S.5) for this subcontract modification is The Middlesex Corporation (Non-DBE). There is no DBE participation associated with this modification.

    Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, and 2-Z wereconsidered in one motion.

    Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to approveTurner-Kiewit Joint Venture to issue a Subcontractor Modification to The Middlesex Corporation on BP-S00163, South Terminal C, Phase 1 - Enplane/Deplane

    http:18,465.00http:18,465.00http:18,465.00http:18,465.00http:50,000.00

  • Minutes of the Construction Committee Meeting, February 25, 2020 Page 23 of 37

    Bridge and Roadways Balance of Work - FDOT (GMP No. 5-S.5), for the total lumpsum amount of $18,465.00, with funding from General Airport Revenue Bonds.

    S. Subcontractor Modification for BP-S00168 (GMP No. 6-S.4) with Rentokil NorthAmerica, Inc. dba J.C. Ehrlich for CR0457-6S.4-VE RFI 2001 Deletion of BirdNetting (VE). Mr. Guirges presented the memorandum, requesting approval for Hensel Phelps Construction (HPC) to issue a Subcontract Modification on BP-S00168, South Terminal C, Phase 1 - Interior Finishes and Specialties (GMP No. 6-S.4), at the Orlando International Airport, in the total deductive amount of ($424,815.00) to Rentokil North America, Inc. dba J.C. Ehrlich for CR0457-6S.4-VE RFI 2001 Deletion of Bird Netting (VE). Bid Package for BP-S168 10.11"Bird Control Devices" has been previously awarded within GMP No. 6-S.4 toJ.C. Ehrlich, CC No. 20181002.010.

    HPC is requesting to issue a Subcontractor Modification to Rentokil North America, Inc. dba J.C. Ehrlich in the total deductive Lump Sum amount of ($424,815.00) for CR0457-6S.4-VE RFI 2001 Deletion of Bird Netting. Themodified scope of work includes the credit for the deletion of the Bird Nettingrequirement on the Airside Concourse, per RFI 2001 response.

    The approval of this Subcontractor Modification to Rentokil North America,Inc. dba J.C. Ehrlich resolves all requests for cost and time resulting from VE RFI 2001 Bird Netting VE Removal Confirmation.

    HPC has submitted documentation to support this request. By approving this request, the Owner does not waive its right to enforce the contractrequirements 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 Rentokil North America, Inc. dba J.C. Ehrlich in the deductive lump sum amount of: $ (424,815.00) Add to Owner Contingency: $ 305,465.00 Add to P1X Owner Contingency: $ 119,350.00

    Hensel Phelps Construction is committed to 20% MWBE and 4% LDB participationfor Construction Services. The subcontractor identified and committed to participate on BP-S00168 (GMP No. 6-S.4) for this subcontract modification is Rentokil North America dba J.C. Ehrlich (Non-MWBE/LDB/VBE). There is no small business participation associated with this modification.

    Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, and 2-Z wereconsidered in one motion.

    Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to approveHensel Phelps Construction to issue a Subcontractor Modification to RentokilNorth America, Inc. dba J.C. Ehrlich on BP-S00168, South Terminal C, Phase 1- Interior Finishes and Specialties (GMP No. 6-S.4), for the total deductive lump sum amount of ($424,815.00), with funding credited to Passenger Facility Charges and General Airport Revenue Bonds.

    T. Subcontractor Modification for BP-S00168 (GMP No. 6-S.4) with M.C. Dean, Inc. for CR0471-6S4 ASC RFI 1521 VAVs with Integrated Meters and CR0472-6S4 ASC RFI 1702 AC Ll-13 BAS. Mr. Guirges presented the memorandum, requesting approvalfor Hensel Phelps Construction (HPC) to issue a Subcontract Modification on BP-S00168, South Terminal C, Phase 1 - Interior Finishes and Specialties (GMPNo. 6-S.4), at the Orlando International Airport, in the total deductive amount of ($4,227.00) to M.C. Dean, Inc. for CR0471-6S4 ASC RFI 1521 VAVs with

    http:4,227.00http:424,815.00http:119,350.00http:305,465.00http:424,815.00http:424,815.00http:424,815.00http:18,465.00

  • Minutes of the Construction Committee Meeting, February 25, 2020 Page 24 of 37

    Integrated Meters and CR0472-6S4 ASC RFI 1702 AC Ll-13 BAS. Bid Package forBP-S168 27.01 "Airside Concourse Low Voltage Systems" was previously awardedwithin the GMP No. 6-S.4 to M.C. Dean, Inc., CC Reference No. 20181002.010.

    HPC is requesting to issue a Subcontractor Modification to M.C. Dean, Inc. in the total deductive Lump Sum amount of ($4,227.00) for CR0471-6S4 ASC RFI 1521 VAVs with Integrated Meters and CR0472-6S4 ASC RFI 1702 AC Ll-13 Location. The modified scope of work consists of the credits associated with deleting the VAV (Variable Air Volume) and CAV (Constant Air Volume) reheat kW consumptionsmonitoring points from VAV integrated meters, per RFI 1521 response; and witheliminating the Building Automation System (BAS) for AC Ll-13, per 1702 responses, which confirmed that only AC Ll-14 is required to serve Room 01-0239.

    The approval of this Subcontractor Modification to M.C. Dean, Inc. resolves all request for cost and time resulting from RFIs 1521 and resolves all requests for cost and time resulting from RFI 1702 in GMP No. 6-S.4. Costimpacts for RFI 1702 in GMP No. 6-S.1 were approved in CC No. 20200107.02C forCR0408.

    HPC has submitted documentation including the subcontractor's proposal tosupport this request. An independent cost estimate is included. By approving this request, the Owner does not waive its right to enforce the contract requirements for other requests for cost or time.

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

    HPC to issue a subcontract modification to M.C. Dean, Inc. in the deductive lump sum amount of: $ (4,227.00) Add to Owner Contingency: $ 4,227.00

    Hensel Phelps Construction is committed to 20% MWBE and 4% LDB participationfor Construction Services. The subcontractor identified and committed to participate on BP-S168 (GMP No. 6-S.4) for this subcontract modification is M.C. Dean, Inc. (Non-MWBE/LDB/VBE). There is no small business participation associated with this modification.

    Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, and 2-Z wereconsidered in one motion.

    Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to approveHensel Phelps Construction to issue a Subcontractor Modification to M.C. Dean, Inc. on BP-S00168, South Terminal C, Phase 1 - Interior Finishes and Specialties (GMP No. 6-S.4), for the total deductive lump sum amount of($4,227.00), with funding credited to Passenger Facility Charges General Airport Revenue Bonds.

    U. Subcontractor Modification for BP-S00168 (GMP No. 6-S.4) with M.C. Dean, Inc. for CR0476.1-6S4-RFI 2067 Blank Plates at Premise Distribution System (PDS) Empty Cabinets - Low Voltage. [A handout was presented, which includes a revised coversheet and supporting documentation.] Mr. Guirges presented thememorandum, requesting approval for Hensel Phelps Construction (HPC) to issuea Subcontract Modification on BP-S00168, South Terminal C, Phase 1 - InteriorFinishes and Specialties (GMP No. 6-S.4), at the Orlando International Airport, in the total deductive amount of ($34,946.00) to M.C. Dean, Inc. for CR0476.1-6S4-RFI 2067 Blank Plates at Premise Distribution System (PDS) Empty Cabinets - Low Voltage. Bid Package for BP-S168 27.01 "Airside Concourse Low Voltage Systems" has been previously awarded within GMP No. 6-S.4 to M.C. Dean, Inc., CC No. 20181002.010.

    http:34,946.00http:4,227.00http:4,227.00http:4,227.00http:4,227.00

  • Minutes of the Construction Committee Meeting, February 25, 2020 Page 25 of 37

    HPC is requesting to issue a Subcontractor Modification to M.C. Dean, Inc. in the total deductive Lump Sum amount of ($34,946.00) for the CR0476.1-6S4-RFI 2067 Blank Plates at Premise Distribution System (PDS) Empty Cabinets - LowVoltage. The modified scope of work consists of the labor and material credits associated with the deletion of the blank plate covers added in CWS Bulletin 007, Specification Section 27 10 00 Premise Distribution System, in all the Premise Distribution System (PDS) empty cabinet spaces, per RFI 2067 response.

    The approval of this Subcontractor Modification to M.C. Dean, Inc. resolves all requests for costs and time resulting from RFI 2067 scope of work withinGMP No. 6-S.4. Impacts of RFI 2067 to GMP No. 6-S.6 will be submitted viafuture CR.

    HPC has submitted documentation including the subcontractor's proposal tosupport this request. An independent cost estimate is included. By approving this request, the Owner does not waive its right to enforce the contract requirements for other requests for cost or time.

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

    HPC to issue a subcontract modification to M.C. Dean, Inc. in the deductive lump sum amount of: $ ($34,946.00) Add to Owner Contingency: $ $34,946.00

    Hensel Phelps Construction is committed to 20% MWBE and 4% LDB participationfor Construction Services. The subcontractor identified and committed to participate on BP-S168 (GMP No. 6-S.4) for this subcontract modification is M.C. Dean, Inc. (Non-MWBE/LDB/VBE). There is no small business participation associated with this modification.

    Legal Counsel clarified that the values for this item were changed and have been documented in the handout.

    Agenda Item Nos. 2-A, 2-B, 2-C, 2-D, 2-E, 2-F, 2-G, 2-H, 2-I, 2-J, 2-K, 2-L,2-M, 2-N, 2-O, 2-P, 2-Q, 2-R, 2-S, 2-T, 2-U, 2-V, 2-W, 2-X, 2-Y, and 2-Z wereconsidered in one motion.

    Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to approveHensel Phelps Construction to issue a Subcontractor Modification to M.C. Dean, Inc. on BP-S00168, South Terminal C, Phase 1 - Interior Finishes and Specialties (GMP No. 6-S.4), for the total deductive lump sum amount of($34,946.00), with funding credited to Passenger Facility Charges and GeneralAirport Revenue Bonds.

    V. Subcontractor Modification for BP-S00173 (GMP No. 7-S.3) with Kirlin Florida, LLC for CR0516-LST-RFI 1824-L1 Restroom Addition. Mr. Guirges presented the memorandum, requesting approval for Turner-Kiewit Joint Venture (TKJV) toissue a Subcontract Modification on BP-S00173, South Terminal C, Phase 1 -Landside Terminal, MEP Systems - FDOT (GMP No. 7-S.3), at the OrlandoInternational Airport, in the total amount of $45,675.00 to Kirlin Florida, LLC for CR0516-LST-RFI 1824-L1 Restroom Addition. Bid Package BP 23.0.0 "Plumbing and HVAC" was previously awarded via CR0239 to Kirlin Florida, LLC,CC No. 20190205.02H.

    TKJV is proposing a subcontract modification to Kirlin Florida, LLC in thetotal lump sum amount of $45,675.00 for CR0516-LST-RFI 1824-L1 RestroomAddition. Bulletin 18 changed the men's and women's locker rooms on the ground floor to restrooms, but the plumbing drawings had not been updated. Themodified scope of work consists of all costs associated with the plumbing

    http:45,675.00http:45,675.00http:34,946.00http:34,946.00http:34,946.00http:34,946.00

  • Minutes of the Construction Committee Meeting, February 25, 2020 Page 26 of 37

    revisions for the additional rest rooms (Rooms 01-666X and 01-665X) based onthe drawings in RFI 1824.

    The approval