on tuesday, january 16, 2018, the … · pam l'heureux, goaa construction ... (form 4)...

19
On TUESDAY, JANUARY 16, 2018, the CONSTRUCTION COMMITTEE in Conference of the Greater Orlando 56 55 Cargo Road, Orlando International Airport, Orlando, Florida. Chair Thornton called the meeting to order at 6:35 a.m. The meeting was posted in accordance with Florida Statutes and a Aviation Authority met Room Apollo/Gemini/Taurus, quorum was present. Committee Members present: Stanley J. Thornton, Chair Kathleen Sharman, Chief Financial Officer Mike Patterson, Director of Construction Denise Schneider, Assistant Director of Purchasing and Material ontrol Also present: Davin Ruohomaki, GOAA Senior Direction of Planning, Engineering, and Construction Tom Draper, GOAA Senior Director of Airport Operations Karen Ryan, Legal Counsel (Broad a Cassel) Robert Alfert, Jr., Legal Counsel (Broad 6, Cassel; Yovannie Rodriguez, Legal Counsel (Marchena & Graham) Meredith Hammock, Legal Counsel (Marchena & Graham) George Morning, GOAA Small Business Development Mark Birkebak, GOAA Engineering Pam L'Heureux, GOAA Construction Finance Debbie McKeown, GOAA Project Controls Arlene Grant, GOAA Planning, Engineering, and Construction Diana Hershner, GOAA Purchasing Edelis Molina, GOAA Small Business Kathy Anderson, GOAA. Contracts and Grants Lewis Felker, GOAA IT Olimpia Lourdale, GOAA Purchasing Somdat Jiawan, GOAA. Small Business Stephanie Joiner, GOAA Construction Finance Tuan Nguyen, GOAA Engineering Venus Hinds, GOAA Construction Finance Vikki McKay, GOAA Construction Finance Adam Johnson, Kimley-Horn and Associates, Inc. A.lex Sorondo, HNTB Corporation Amber Appel, SGM Engineering, Inc. Andy Kacer, A.ECOM Technical Services, Inc. Brian Ashby, Kimley-Horn and Associates, Inc. Bryan Mehaffay, Burns Engineering Carl McNutt, AECOM Technical Services, Inc. Carlos Roche, Schenkel & Shultz, Inc. Duy Dao, Dao Consultants George Schank, National Insurance Advisors Ishne Hobbs, CMTS/Hanson J7 James Pancoast, Geotech Consultants International, Inc. dba GCI, Inc. Jim Kriss, AVCOM, Jim. Rose, CCI John Guirges, Geotech Consultants International, Inc. dba GCI, Inc. Jon Martin, KHA. Ksenia Merck, K. Merck & .Associates Leslie Santos, PSA. Constructors, Inc. Lisa Rainey, R.W. Block Consulting, Inc. Matt Krstolic, Hensel Phelps Construction Michael Kurek, Michael Rodriguez, Schenkel a Shultz, Inc. Patrick Aliu, PSA Constructors, Inc. Paul Gula, Geotech Consultants International, Inc. dba GCI, Inc. Rita Watson, Schenkel 1 Shultz, Inc. Inc.

Upload: trinhliem

Post on 18-Aug-2018

213 views

Category:

Documents


0 download

TRANSCRIPT

On TUESDAY, JANUARY 16, 2018, the CONSTRUCTION COMMITTEEin Conference

of the Greater Orlando 56 55 Cargo Road,

Orlando International Airport, Orlando, Florida. Chair Thornton called the meeting to order at 6:35 a.m. The meeting was posted in accordance with Florida Statutes and a

Aviation Authority met Room Apollo/Gemini/Taurus,

quorum was present.

Committee Members present:Stanley J. Thornton, ChairKathleen Sharman, Chief Financial Officer Mike Patterson, Director of Construction

Denise Schneider, Assistant Director of Purchasing and Material ontrol

Also present:Davin Ruohomaki, GOAA Senior Direction of Planning, Engineering, and Construction Tom Draper, GOAA Senior Director of Airport Operations Karen Ryan, Legal Counsel (Broad a Cassel)Robert Alfert, Jr., Legal Counsel (Broad 6, Cassel;Yovannie Rodriguez, Legal Counsel (Marchena & Graham)Meredith Hammock, Legal Counsel (Marchena & Graham)George Morning, GOAA Small Business Development Mark Birkebak, GOAA Engineering Pam L'Heureux, GOAA Construction Finance Debbie McKeown, GOAA Project ControlsArlene Grant, GOAA Planning, Engineering, and ConstructionDiana Hershner, GOAA PurchasingEdelis Molina, GOAA Small BusinessKathy Anderson, GOAA. Contracts and GrantsLewis Felker, GOAA ITOlimpia Lourdale, GOAA PurchasingSomdat Jiawan, GOAA. Small BusinessStephanie Joiner, GOAA Construction FinanceTuan Nguyen, GOAA EngineeringVenus Hinds, GOAA Construction FinanceVikki McKay, GOAA Construction FinanceAdam Johnson, Kimley-Horn and Associates, Inc.A.lex Sorondo, HNTB Corporation Amber Appel, SGM Engineering, Inc.Andy Kacer, A.ECOM Technical Services, Inc.Brian Ashby, Kimley-Horn and Associates, Inc.Bryan Mehaffay, Burns EngineeringCarl McNutt, AECOM Technical Services, Inc.Carlos Roche, Schenkel & Shultz, Inc.Duy Dao, Dao ConsultantsGeorge Schank, National Insurance Advisors Ishne Hobbs, CMTS/Hanson J7James Pancoast, Geotech Consultants International, Inc. dba GCI, Inc.Jim Kriss, AVCOM,Jim. Rose, CCIJohn Guirges, Geotech Consultants International, Inc. dba GCI, Inc.Jon Martin, KHA.Ksenia Merck, K. Merck & .Associates Leslie Santos, PSA. Constructors, Inc.Lisa Rainey, R.W. Block Consulting, Inc.Matt Krstolic, Hensel Phelps Construction Michael Kurek,Michael Rodriguez, Schenkel a Shultz, Inc.Patrick Aliu, PSA Constructors, Inc.Paul Gula, Geotech Consultants International, Inc. dba GCI, Inc.Rita Watson, Schenkel 1 Shultz, Inc.

Inc.

tara.ciaglia
Text Box
ITEM 1-A CCM 3/6/2018

Minutes of the CONSTRUCTION COMMITTEE Meeting, January 16, 2018 Page 2 of 19

Ryan Allen, R.W. Block Consulting, Inc.Win Beltran, Geotech Consultants International, Inc. dba GCI, Inc. Tara Ciaglia, Recording Secretary

LOBBYIST DISCLOSUREParties 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, 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

A

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.Aviation Authority's offices and the website.Services with questions at (407) 825-2032.

The policy, forms, and instructions are available in thePlease contact the Director of Board

ANNOUNCEMENTAny 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 rendition of that decision, except those that have issues under Contract, in which case the contract provisions supersede.

CONSTRUCTION MANAGEMENT AT RISK (CM@R) GUARANTEED MAXIMUM PRICE (GMP) BUDGET, BUYOUT, AND CONTINGENCY MANAGEMENT REQUESTS AGENDA1. The following GMP Budget, Buyout, and Contingency Management requests (related to the South Airport APM Complex and ITF Program) were presented for consideration:

A. Subcontractor Modification for BP-S00104 (GMP No. 5) with Hensel PhelpsConstruction Co. for CR 109: RFI 573 and 573R1 Level 03 Stair Beam B200.Mr. McNutt presented the memorandum, requesting approval for Hensel Phelps Construction Co. (HPCC) to issue a subcontract modification on BP-S00104, South Airport APM Complex - APM Parking Garage (GMP No. 5), at the Orlando International Airport, in the amount of $9,919.00, to Hensel Phelps Construction Co. RFI 573 and 573.1 modified Stair Beam B200 on level 3 of the parking garage stairwells due to the scheduled 24" depth that was conflicted with the stair tread and riser dimensions from the level two mid-landings to level three. The costs include the modification of the formwork and rebar to Beam B200. The approval of this subcontract modification from Hensel Phelps Construction Co. resolves all requests for costs and time as a result of CR 109: RFI 573 and RFI 573R1 Level 03 Stair Beam B200.

Minutes of the CONSTRUCTION COMMITTEE Meeting, January 16, 2018 Page 3 of 19

The effect of this subcontract modirication for this project is as follows:

to issue subcontract modification to Hensel Phelps Construction Co. in the Lump Sum amount of:GMP line item{s) value:Add/Deduct to Owner/CMAR Contingency:Remaining GMP line item(s) value:

HPC$ 9,919.00

0.00 (9,919.00)

0.00

s3S

Hensel Phelps Cons 11 uct ion Company is committed to 501 MWBE slid 6 v LD5 for Construction Management Services and 201 MWBE and 49 LDB participation for Construction Services. The subcontractor identified and committed to participate on BP-S00104 (GMP 5) for this subcontract modification is Hensel Phelps Construction Co. {Non-MWBE/LDB). Hensel Phelps Construction Co. is committed to 01 MWBE/LDB participation on this modification.

Agenda Item Nos. 1-A, 1-B, 1-C, 1-D, 1-E, 1-F, 1-G, 1-H,1-M, and 1-N were considered in one motion.

1-1/ 1-K, 1-L,

Upon rriotion of Mr. Hunt, second by Mr. Patterson, vote carried to approve Hensel Phelps Construction Co. (HPCC) Subcontract Modification with Hensel Phelps Construction Co. on BP-S00104 (GMP No. 5), South A.irport APM Complex Parking Garage, in the lump sum amount of 39,919.00, with funding from Facility Improvement Funds.

APM

B. Subcontractor Modification for BP-S00109 (GMP No. 12) with ACY Contractors, LLC for RFI 12,0698 through 12.0698.2 ITF SOC Wall - Door Rating Changes (AL #272).Mr. McNutt presented the memorandum, requesting approval for Turner-Kiewit Joint Venture (T-K) to issue a subcontract modification on BP-S00109, South Airport ITF ComplexInternational Airport, in the amount of $4,990.00, to ACY Contractors, LLC. RFI 12.0698 and 12.0698.2 modified the door type and ratings at the ITF Security Operations Center to a 2 hour rated door. The costs include all door, frame, and hardware changes to provide a rated hollow metal double door. The approval of the subcontract modifications from .ACY Contractors LLC, CT Windows d/b/a/

ITF ic PDL Structure, MEPFP 3 Finishes (GMP No. 12), at the Orlando

Architectural Aluminum Techniques, and M3E2 d/b/a Mader Southeast resolves all requests for costs and time as a result of RFI 12.0698 through 12.0698.2 ITF SOC Wall Door Rating Changes. The modification from Mader Southeast has

"T Windows is forthcoming.oeen

previously approved. The modification from

The effect of this subcontract modification for this project is as follows:

T-K to issue subcontract modification to A.CY Contractors, LLC in the Lump Sum amount of:GMP line item(s) value:Add/Deduct to Owner/CMAR Contingency:Remaining GMP line item(s) value:

3 4,990.00 0.00

(4,990.00} 0.00

$$3

Turner-Kiewit Joint Venture is committed to thirty five percent 351participation for Construction Management Services. Turner-Kiewit Joint Venture is committed to twenty five percent Services. The subcontractor identified and committed to participate on 3P-S00109

(DBE}. ACYLC is committed to HQ4 DBE participation on this modification.

DBE\

(2b! DBE participation tor Construction

(GMP 12) for this subcontract modification is A.CY Contractors, LL Cent rasters,

.Agenda item Nos. l-.A, 1-B,1-M, and 1-N were considered in one motion.

1-E, 1-F, 1-G, 1-H, 1-! 1-J, 1-K, i-L,1-C, 1-D,

Minutes of the CONSTRUCTION COMMITTEE Meeting, January 16, 2018 Page 4 of 19

Upon motion of Mr. Hunt, second by Mr. Facterson, vote carried to approve Turner- Kiewit Joint Venture (T-K: Subcontract Modification with A.CY Contractors, LLC

ITF u PDL Structure, MEFFFon BP-S00109 (GMP No. 12} South Airport ITF Complex k Finishes, in the lump sum amount of $4,990.00, with funding from FDOT Grants.

C. Subcontractor Modification for BP-SQ0109 (GMP No. 12) with AC Signs, LLC for Bulletin 25 PDL LEED Educational Signage Display Revisions (AL #419). Mr. McNuttpresented the memorandum, requesting approval for Turner-Kiewit uoint Venture

on BP-S 0 010 9, South! T-W\ a ■! _i_Tfr C’^rr'pPesv

- ITF & PDL Structure, MEPFP & Finishes (GMP No. 12), at the Orlando International Airport, in the amount of $17,056.00, to A.C Signs, LLC. Bulletin 25 provided direction for the modification of Level 3 PDL LEED educational signage. The approval of the subcontract modification from A.C Signs, LLC resolves all requests for costs and time as a result of Bulletin 25 PDL LEED Educational Signage Display Revisions (AL #419).

issue a subcontract rn ^ ^ i1- irpor

The effect of this subcontract modification for this project is as follows:

T-K to issue subcontract modification to AC Signs, LLC in the Lump Sum amount of:GMP line item(s) value:Add/Deduct to Owner/CMAR Contingency:Remaining GMP line item(s) value:

$ 17,056.000.0C$

$ {17,056.00)$ 0.00

Turner-Kiewit Joint Venture is committed to thirty five ( 3 5 ’:) DBEpercentparricipation for Construction Management Services. Turner-Kiewit Joint Venture is committed to twenty five percent (25-) DBE participation for Construction Services. The subcontractor identified and committed to participate on BP-S00109 (GMP 12) for this subcontract modi f i ca t ion is AC Signs, LLC (DBE). AC Signs, LLC is committed to 100-’; DBE participation on this modification.

Agenda Item Nos. 1-A, 1-B, 1-C, 1-D, 1-E, 1-F,1-M, and 1-N were considered in one motion.

1-G, 1-H, 1-1/ 1-J, 1-K, 1-L,

Upon motion of Mr. Hunt, second by Mr. Patterson, vote carried to approve Turner- Kiewit Joint Venture (T-K) Subcontract Modification with AC Signs, LLC on BP- S00109 (GMP No. 12) South Airport ITF Complex Finishes, in the lump sum amount of $17,056.00, with funding from FDOT Grants, and Capital Expenditure Funds.

ITF & PDL Structure, MEPFP &

D. Subcontractor Modification for BP-S00109 (GMP No. 12) with Steel Fabricators, LLC for RFI 12.1005 PDL Drop-Off Canopies E.O.D, and Roof Edge Detail (AL #404).Mr. McNutt presented the memorandum, requesting approval for Turner-Kiewit Joint Venture (T-K) to issue a subcontract modification on BP-SC0109, South Airport ITF Complex ITF & PDL Structure, MEPFP & Finishes (GMP No. 12)International Airport, in the amount of $2,122.00, to Steel Fabricators, LLC. RFI 12.1005 confirmed that the north and south ends of the deck should be

at the Orlando

utback to the edge of the HSS. The cost included in this proposal is to cut the edge of the deck in order to provide a location to attach the flashing and drip edge. The approval of the subcontract modification from Steel Fabricators, LLC resolves ail requests for costs and time as a result of RFI 12.1C05 PDL Drop­Off Canopies E.O.D. and Roof Edge Detail (A.L#4 04).

Minutes of the CONSTRUCTION COMMITTEE Meeting, January 16, 2018 Page 5 of 19

The efleet of this subcontract modification for this prefect is as follows:

T-K to issue subcontract modification to Steel Fabricators, LLC in the Lump Sum amount of:GMP line item(s) value:Add/Deduct to Owner/CMAR Contingency:Remaining GMP line item(s) value:

$ 2,122.000.00

(2,122.00) 0.00

$$$

Tui iiei -Kiewi l Joint Venture is ooriiuiLLed to rive percent ecu DBF participation for Construction Management Services. Turner-Kiewit Joint Venture is committed to twenty five percent (25s-) DBE participation for Construction Services. The subcontractor identified and committed to participate on BP-S00109 (GMP 12) for this subcontract modification is Steel Fabricators, LLC (Non-DBE). Steel Fabricators, LLC is committed to 0t DBE participation on this modification.

Agenda Item Nos. 1-A, 1-B, 1-C, I-D, 1-E, 1-F, 1-G, 1-H, 1-1, 1-J, i-K,1-M, and 1-N were considered in one motion.

1-L,

Upon motion of Mr. Hunt, second by Mr. Patterson, vote carried to approve Turner- Kiewit Joint Venture (T-K) Subcontract Modification with Steel Fabricators, LLC on BP-300109 (GMP No. 12) South Airport ITF Complex £ Finishes, in the lump sum amount of $2,122.00, with funding from FOOT Grants.

ITF & PDL Structure, MEPFP

E. Subcontractor Modification for BP-S0Q1Q9 (GMP No. 12) with Designers West Interiors, Inc, for AL 332: RFI 933 ITF-PDL Passenger Elevators Flooring Change.Mr. McNutt presented the memorandum, requesting approval for Turner-Kiewit Joint Venture (T-K) to issue a subcontract modification on BP-S00109, South Airport ITF Complex ITF & PDL Structure, MEPFP & Finishes (GMP No. 12), at the Orlando International Airport, in the amount of $3,404.00, to Designers West Interiors, Inc . RFI 933 confirmed that the floor finish in the 4 oassenger elevators in the ITF and 2 passenger elevators in the PDL is to be luxury vinyl tile with heat welded seams. The deductive cost of terrazzo labor and material fromCreative Terrazzo has been previously approved. The cost included in this proposal is to furnish and install of the luxury vinyl tile. The approval of this subcontract modification from Designers West Interiors, Inc. resolves all requests for costs and time as a result of GMP-12 RFI 12.0933 ITF-PDL Passenger Elevators Flooring Change.

The effect of this subcontract modification for this project is as follows:

T-K to issue subcontract modification to Designers West Interiors, Inc. in the Lump Sum amount of: GMP line item(s) value:Add/Deduct to Owner/CMAR Contingency:Remaining GMP line item(s) value:

$ 3,404.00 0.0 0

(6,404.00) 0.0 0

$$$

Turner-Kiewit Joinparticipation for Construction Management Services. Turner-Kiewit Joint Venture is committed to twenty five percent (25-;) DBE participation for Construction Services. The subcontractor identified and committed to participate on BP-S00109

for this subcontract modification is Designers West Interiors, Inc. (DBE). Designers West Interiors, Inc. is co:nrr.itted to ICO'" DBE participation on this modification.

Venture is committed to thirty rive percent (35") DBE

(GMP 12)

Agenda Item Nos. 1-A, 1-3,1-M, and 1-M were considered in one motion.

1-C, 1-D, 1-E, 1-F, 1-G, 1-H, 1-1, 1-J, 1-K, 1-L,

Minutes of the CONSTRUCTION COMMITTEE Meeting, January 16 Page 6 of 19

2018

Upon motion of Mr. Hunt, second by Mr. Patterson, vote carried to approve Turner- Kiewit Joint Venture Interiors, Inc. on BP-S00109 (GMP No. 12) South Airport ITF Complex - ITF & PDL Structure, MEPFP & Finishes, in the lump sum amount of $8,404.00, with funding from FDOT Grants, Passenger Facility Charges, General Airport Revenue Bond, and Capital Expenditure Funds.

(T-K) Subcontract Modification with Designers West

F. Subcontractor Modification for BP-S00109 (GMP No. 12) with Morton Electric, Inc.Mr. McNutt presented the

memorandum, requesting approval for Turner-Kiewit Joint Venture (T-K) to issue a subcontract modification on BP-S00109, South Airport ITF Complex Structure, MEPFP & Finishes (GMP No. 12), at the Orlando International Airport, in the amount of $4,500.00, to Morton Electric, Inc. RFI 12.0951 confirmed that a light fixture, switch, and GFI outlet were required at the top of the three service elevator hoist ways in the ITF. The approval of this subcontract modification from Morton Electric, Inc. resolves all requests for costs and time as a result of RFI 12.0951 ITF Service Elevator Lighting.

for RFI 12.0951 ITF Service Elevator Lighting.

ITF & PDL

The effect of this subcontract modification for this project is as follows:

T-K to issue subcontract modification to Morton Electric, Inc. in the Lump Sum amount of:GMP line item(s) value:Add/Deduct to Owner/CMAR Contingency:Remaining GMP line item(s) value:

$ 4,500.000.00

(4,500.00)0.00

$$$

Turner-Kiewit Joint Venture is committed to thirty five percent (35%) DBE participation for Construction Management Services. Turner-Kiewit Joint Venture is committed to twenty five percent (25%) DBE participation for Construction Services. The subcontractor identified and committed to participate on BP-S00109 (GMP 12) for this subcontract modification is Morton Electric, Inc. (Non-DBE). Morton Electric, Inc. is committed to 0% DBE participation on this modification.

Agenda Item Nos. 1-A, 1-B, 1-C, 1-D, 1-E, 1-F, 1-G, 1-H, 1-1, 1-J, 1-K, 1-L,1-M, and 1-N were considered in one motion.

Upon motion of Mr. Hunt, second by Mr. Patterson, vote carried to approve Turner- Kiewit Joint Venture (T-K) Subcontract Modification with Morton Electric, Inc. on BP-S00109 (GMP No. 12) South Airport ITF Complex - ITF & PDL Structure, MEPFP & Finishes, in the lump sum amount of $4,500.00, with funding from FDOT Grants.

G. Subcontractor Modification for BP-S00113 (GMP No. 6) with Barton Malow Company; Castle Constructors Company for CR 71: Damaged Masonry Dowels. Mr. McNuttpresented the memorandum, requesting approval for Hensel Phelps Construction Co. (HPCC) to issue a subcontract modification on BP-S00113, South Airport APM

APM Structure (GMP No. 6) , at the Orlando International Airport, inComplexthe deductive amount of ($2,989.00) to Barton Malow Company, and the amount of $4,981.00 to Castle Constructors Company, internal subcontract modification between

Hensel Phelps has negotiated an Barton Malow Company, Castle

Constructors Company, Morton Electric, Inc., and SR Plumbing, LLC for "CR 71: Damaged Masonry Dowels" in the amount of $4,981.00. This modification is a decrease to the Barton Malow, Morton, and SR Plumbing contracts and an increase to the Castle Constructor contract. As Morton Electric, Inc., and SR Plumbing, LLC, have contracts in GMP 7, the amount of $1,992.00 will be transferred to CMAR contingency in GMP 7 and from CMAR contingency in GMP 6.

These items are internal subcontract modifications with no additional cost to the Owner. The approval of this subcontract modification from Barton Malow

Minutes of the CONSTRUCTION COMMITTEE Meeting, January 16, 2018 Page 7 of 19

Company, Castle Constructors Company, Morton Electric, Inc., and SR Plumbing, 1LC, resolves all requests for costs and time as a result of CP. 71: Damaged Masonry Dowels.

The effect of this subcontract modification for this project is as follows:

HPC to issue subcontract modification to BartonMalow Company in the deductive Lump Sum amount of: u

s (2,939.00)Castle

Constructors Company in the Lump Sum amount of: GMP line item(s) value:Add/Deduct to Owner/CMAR Contingency:Remaining GMP line item(s) value:

e subconi modificatia - t*$ 4,931.00

0.00 (1,992.00}

0.00

$S

Hensel Phelps Construction Company is committed to thirty percent (303) MWBE and eight percent ( 3 ;-) LDB for Construction Management Services-and twenty percent (2 0 h) MWBE and four percent (43) LDB participation for Construction Services. The subcontractor identified and committed to participate on BP-300113 (GMP 6} for this subcontract modification is Castle Constructors Company (MWBE). Castle

ompany is committed to 1001 MWBE participation on thisConstructors modification.

A.genda Item Nos. 1-M, and 1-N were

1-A,considered in one motion.

1-B, i-c, 1-D, 1 — E, i — E, 1 — G, 1-H, 1-1, 1-J, 1-K, 1-L,

Upon motion of Mr. Hunt, second by Mr. Patterson, vote carried to approve Hensel Phelps Construction Co. (HPCC) Subcontract Modification with Barton Malow Company; Steel, LLC on BP-300113, South Airport APM Complex - A.PM Structure (GMP Mo. 6), in the deductive lump sum amount of ($2,939.00) to Barron Malow Company, and the lump sum amount of $4,981.00 to Castle Constructors Company, with funding from Facility Improvement Funds, Passenger Facility Charges, General Airport Revenue Bonds, and Aviation Authority Funds.

H. Subcontractor Modification for BP-S00113 (GMP No. 6) with Barton Malow Company;D&A Construction Group, Inc.; Steel, LLC; SR Plumbing, LLC for CR 121: PrecastChange Order Request Settlement. Mr. McNutt presented the memorandum, requesting

to issue a subcontractapproval for Hensel Phelps Construction Co. modification on BP-S00113, South Airport APM Complex 6), at the Orlando International Airport,

(HPCC)APM Structure (GMP No.

in the total amount of $9,661.00, to Barton Malow Company; D&A Construction Group, Inc.; Steel, LLC; SR Plumbing, LLC. Hensel Phelps has negotiated an internal subcontract modification betweenBarton Malow Company, D&A. Construction Group, Inc., Steel, LLC, and SR Plumbing LLC for "CR 121: Precast Change Order Request Settlement" in the amount of $130,000.00. This modification is a decrease to the Barton Malow Company, SR Plumbing, LLC, and Steel LLC contracts and an increase to the D&A. Construction Group, Inc. contract. A.s SR Plumbing, LLC has a contract in GMP 7, the amount of $9, 661.00 will be transferred to CMAR contingency in GMP 7 and from CMAR contingency in GMP 6. The amount of $42,926.00 will be transferred from. Fee to meet the agreed upon settlement value of 3130,000.00.

These items are internal subcontract modifications with no additional cost to the Owner. The approval of this subcontract modification from Barton Malow Company, D&A Construction Group, Inc., SR Plumbing, LLC, and Steel, LLC, resolves

requests for costs and time as a result of CR 121: Precast Change OrderRequest Settlement.all

Minutes of the CONSTRUCTION COMMITTEE Meeting, January 16, 2018 Page 8 of 19

The effect of this subcontract modification for his project is as follows:

HPCC to issue subcontract modification to Barton Malow Company in the deductive Lump Sura amount of: HPCC to issue subcontract modification to D&A Construction Group, Inc. in the Lump Sum amount of: HPCC to issue subcontract modification to Steel,

3 (52,755.00;

$ 130,000.00

LLC in the deductive Lump Sum amount of: GMP line

$ (24,453.00)rr. (s r\ ^

• 'U ^4 +■ aiue :Add/Deduct to Owner/CMAR Contingency: Remaining GMP line item(s) value:

c (9,861.00)0.00$

Hensel Phelps Construction Company is committed to 30;: MWBE and 3* LDB for Construction Management Services and 20" MWBE and 4^ LDB participation for Construction Services. The subcontractor identified and committed to participate on BP-300113 (GMP 6) for this subcontract modification is D & A Construction Group, Inc. (MWBE/LDB). D & A Construction Group, Inc. is committed to 100* LDB participation on this modification.

Agenda Item Nos. 1-A, 1-B, 1-C, 1-D, 1-E, 1-F, 1-G, 1-H, 1-1, 1-J, 1-K, 1-L,1-M, and 1-N were considered in one motion.

Upon motion of Mr. Hunt, second by Mr. Patterson, vote carried to approve Hensel Phelps Construction Co. (HPCC) Subcontract Modification with Barton Malow Company; D&A Construction Group, Inc.; Steel, LLC; SR Plumbing, LLC on BP-SQ0113, South Airport APM Complex - ARM Structure (GMP Mo. 6), in the deductive lump sum amount of ($52,707.00) to Barton Malow Company, the lump sum amount of $130,000.00 to D&A Construction Group, Inc., and the deductive lump sum amountof ($24, 453.00) to Steel, LLC, for a total amount of $9,861.00, with funding from Facility Improvement Funds, Passenger Facility Charges, General Airport Revenue Bonds, and Aviation Authority Funds.

I. Subcontractor Modification for BP-S00113 (GMP No. 6) with Steel, LLC for CR 132:Schedule Resequencing Elevator. Mr. McNutt presented the memorandum, requesting approval for Hensel Phelps Construction Co. (HPCC) to issue a subcontract modification on BP-500113, South Airport APM Complex 6), at the Orlando International Airport, in ($11,500.00), to Steel, LLC. Hensel Phelps Construction Co. has negotiated an internal subcontract modification between Schindler Elevator Corporation and Steel LLC for CR 132: Schedule Resequencing Elevator. This modification is an increase of $11,500.00 to be added to Schindler Elevato

APM Structure (GMP No. the deductive amount of

orporation, and adeduct of $11,500.00 to the Steel LLC contract. As Schindler Elevator Corporationhas a contract in GMP 7, the amount of $11,500.00 will be transferred to CMA.R Contingency in GMP 6 and issued from CMA.R Contingency in M? 7 .

These items are internal subcontract modifications with no additional cost to the Owner. The approval of these subcontract modifications from Barton Malow Company, Schindler Elevator Corporation, and Steel LLC resolves all requests for costs and time as a result of CR 132: Schedule Resequencing- Elevator.

The effect of this subcontract modification for this croject is as follows:

HPCC to issue subcontract modification to Steel, LLC in the deductive Lump Sum amount of: $ (11,500.00)GMP line item(s) value: $ 0. C 0

11,500.00 0.0 0

Add/Deduct to Owner/CMA.R $Remaining GMP line item's) value:

Minutes of the CONSTRUCTION COMMITTEE Meeting, January 16, 2018 Page 9 of 19

Hensel Phelps Construction Company is committed to 30: tCV7 B E and 6: LDB for Construction Management Services and 20; MWBE and 4 LDB participation for Construction Services. The subcontractor identified and committed to participate on BP-S00113 (GM? 6)MWBE/_LDBL Steel, modification.

for this subcontract modification is Steel, LLC (Non- LLC is committed to 0: MWBE/LDB participation on this

Agenda l-A, 1and 1-M were considered in one motion.

M _ O 1 _ c "1 _ r t 1 _ T , i-K, i^ r ^ f -1 f /*- rI-M,

Upon motion of Mr. Hunt, second by Mr. Patterson, vote carried to approve Hensel Phelps Construction Co. (HPCC) Subcontract Modification with Steel, LLC on BP- 300113, South Airport A,PM Complex lump sum amount of ($11,500.00), with funding from Facility Improvement Funds, Passenger Facility Charges, General Airport Revenue Bonds, and Aviation Authority- Funds .

APM Structure (GMP Mo. 6), in the deductive

J. Subcontractor Modification for BP-S00113 (GMP No. 6) with CT Windows LLC d/b/a Architectural Aluminum Techniques for CR 184: RFI 484 (GMP 7) Auto DoorPositioning Switches. Mr. McNutt presented the memorandum, requesting approval for Hensel Phelps Construction Co. (HPCC) to issue a subcontract modification on BP-S00113, South Airport APM Complex Orlando International Airport, in the amount of $2,952.00, to CT Windows LLC d/b/a Architectural Aluminum Techniques.position status to the Fire .Alarm System from the automatic sliding doors, approval of this subcontract modification from CT Windows d/b/a Architectural Aluminum Techniques resolves all requests for costs and time as a result of CR 184: RFI 434 (GMP t) Auto Door Positioning Switches.

APM Structure (GMP Mo. 6), at the

RFI 434 confirmed the need for a doorThe

The effect of this subcontract modification for this project is as follows:

to issue subcontract modification to CT LLC d/b/a Architectural Aluminum

Techniques in the Lump Sum amount of:GMP line item(s) value:Add/Deduct to Owner/CMA.R Contingency:Remaining GMP line item(s) value:

HPCC Windows

$ 2,952.00 0.00

2,952.00) 0.00

$$$

Hensel Phelps Construction Company is committed to 30-- MWBE and 3-- LDB for Construction Management Services and 204. MWBE and Construction Services. The subcontractor identified and committed to participate on BP-S00113 (GMP 6) for this subcontract modification is CT Windows d/b/a Architectural Aluminum Techniques (MWBE). CT Windows d/b/a Architectural Aluminum Techniques is committed to 0 •> MWBE participation on this modi f icat ion.

4 t

Agenda Item Nos. l-A., 1-B, 1-C, 1-D, 1-E, 1-F,and 1-M were considered in one motion.

1-G, 1-H, 1-J, 1-K, 1-L,1-M,

upon motion of Mr. Hunt, second by Mr. Patterson, vote carried to approve Hensel Phelps Construction Co. (HPCC) Subcontract Modification withCT Windows LLC d/b/a Architectural Aluminum Techniques on BP-300113, South Airport A.PM Complex Structure (GM? Mo. 6), in the lump sum; amount of $2,952.00, with funding from Facility Improvement Funds, Passenger Facility Charges, General Airport Revenue Bond, and Aviation Authority Funds.

APM

Minutes of the CONSTRUCTION COMMITTEE Meeting, January 16, 2018 Page 10 of 19

K. Subcontractor Modification for BP-S00113 (GMP No. 6) with Steel, LLC for CR 32: RFI 173 and 173R1, CR 164, CR 101: RFI 465, CR 128: RFI 499, and CR 186: RFI 532- Steel LLC Subcontract Modifications. Mr. McNutt presented the memorandum, requesting approval for Hensel Phelps Construction Co. (HPCC) to issue a subcontract modification on BP-S00113, South Airport APM Complex - APM Structure (GMP Mo. 6), at the Orlando International Airport, in the amount of $46,065.00, to Steel, LLC. The response to RFI 173 and RFI 173R1 added a steel shelf angle for the APM curtain walls at the APM spine on levels 3 and 4. RFI 465 modified

tho cdm outc =liding d^^rs door in the location indicated on the architectural documents. RFI 499 instructedthe steel header tor r. order the slidin- z)

the contractor to slot steel column web and add angle on each side of the column web in two locations to allow concrete reinforcement in the blockouts to pass through. After placement of the slab, it 'was discovered that the rebar in these blockouts could not be cut as originally coordinated due to load transfer design. The cost associated with CR 164 is for the changes to the APM box truss em.bed connections issued in FCR 64. The original designed bolted connection could not be accomplished because there was not any tolerance for the embed locations on the columns which would clash with the reinforcement in the added steel plates to the APM exterior gates on the north end of the building in order to mount the panic hardware latch. The approval of these subcontract modifications from Steel LLC resolves all requests for costs and time as a result of CR 32: RFI 173 and 173R1, CR 164, CR 101: RFI 465, CR 126: RFI 499, CR 186: RFI 532

olumns. RFI 532

Steel LLC Subcontract Modifications.

The effect of this subcontract modification for this project is as follows:

HPCC to issue subcontract modification to Steel, LLC in the Lump Sum amount of:GMP line item(s) value:Add/Deduct to Owner/CMAR Contingency:Remaining GMP line item(s) value:

46,065.00 0 .00

(46,065.00) 0.00

$$$$

Hensel Phelps Construction Company is committed to 30s; MWBE and 8 ■: LDB for Construction Management Services and 20* MWBE and 4* LDB participation for Construction Services. The subcontractor identified and committed to participate on 3P-S00113 (GMP 6) for this subcontract modification is Steel, LLC (Non-

MWBE/LDB participation on thisMWBE/LDB) . Steel, LLC modification .

is committed to 06

Agenda Item Nos. 1-A, 1-B, 1-C, 1-D, 1-E, 1-F, 1-G, 1-H, 1-1, 1-J, 1-K, 1-L,1-M, and 1-N were considered in one motion.

Upon motion of Mr. Hunt, second by Mr. Patterson, vote carried to approve Hensel Phelps Construction Co. (HPCC) Subcontract Modification with Steel, LLC on BP- S30113, South Airport APM Complex amount of $46,065.00, with funding from Facility Improvement Funds, Passenger Facility Charges, General Airport Revenue Bonds, and Aviation Authority Funds.

APM Structure (GMP Mo. 6), in the lump sum

L. Subcontractor Modification for BP-S00116 (GMP No. 7) with Schindler ElevatorCorporation for CR 111: Schedule Resequencing Elevator (Steel LLC NegotiatedSettlement). Mr. McNutt presented the memorandum, requesting approval for Hensel Phelps Construction Co. (HPCC) to issue a subcontract modification on BP-SO0116, South A.irport APM Complex A.irport, in the amount of $11,500.00, to Schindler Elevator Corporation. Hensel Phelps has negotiated an internal subcontract modification between Steel, LLC and Schindler Elevator Corporation for CR 111: Schedule Resequencing (Steel

irinishes (GMP Mo. 7), at the Orlando International

ElevatorA.s Steel, LLC has a contract in GMP 6, theLC Negotiated Settlement).

Minutes of the CONSTRUCTION COMMITTEE Meeting, January 16, 2018 Page 11 of 19

amount cf $11,503.00 will be transferred to CHAR Contingency in GMP 6 and issued from CHAR Contingency in GMP 7.

These items are internal subcontract modifications with no additional cost tohis subcontract modification from Steel LLC,the Owner. The approval of

Schindler Elevator, and Barton Malow Company resolves all requests for costs or time as a result of CR 111: Schedule Acceleration Elevator (Steel LLC NegotiatedSettlement).

The effect of this subcontract modification for this project is as follows:

HPCCSchindler Elevator Corporation in the Lump 3 urn amount of:GMP line item(s) value:Add/Deduct to Owner/CMAR Contingency:Remaining GMP line item(s) value:

subcontract modification toto issue

$ 11,500.00 0.00$

$ (11,500.00)$ 0.00

Her.sel Phelps Construction Company is committed to 30 s- MWBE and 8-- LDB for Construction Management Services and 205 MWBE and 45 LDB participation for Construction Services. The subcontractor identified and committed to participate on BP-300116 (GMP 7) for this subcontract modification is Schindler Elevator Corporation (Non-MWBE/LDB). Schindler Elevator Corporation is committed to 0* MWBE/LDB participation on this modification.

Agenda Item Nos. 1-A, 1-B, 1-C, 1-D, 1-E, 1-F, 1-G, 1-H, 1-1, 1-J, 1-K, 1-L,1-M, and 1-N were considered in one motion.

Upon motion of Mr. Hunt, second by Mr. Patterson, vote carried to approve Hensel Phelps Construction Co. (HPCC) Subcontract Modification with Schindler Elevator Corporation on BP-500116 (GMP No. 7), South Airport A.PM Complex in the lump sum amount of $11,500.00, with funding from Passenger Facility Charges, Facility Improvement Funds, General Airport Revenue Bonds, and Aviation Authority Funds.

APM Finishes,

M. Subcontractor Modification for BP-S00116 (GMP No. 7) with SR Plumbing, LLC forCR 93: GMP 6 Precast Settlement (Backcharge to SR Plumbing). Mr. McNutt presented the memorandum, requesting approval for Hensel Phelps Construction Co. (HPCC) to issue a subcontract modification on BP-S00116, South A.irport A.PM Complex - Finishes (GMP No. 7), at the Orlando International A.irport, in the deductive amount of ($9,861.00), to SR Plumbing, LLC. Hensel Phelps has negotiated an internal subcontract modification between SR Plumbing, LLC, Barton Malow Company, D&A Construction Group, Inc., and Steel, LLC, for "CR 93: GMP 6 Precast Settlement (Backcharge to SR Plumbing)." This modification is a decrease to SR Plumbing, LLC, and an increase to the D&A Construction Group, Inc., Barton Malow, and Steel, LLC contract. A.s Barton Malow Company, D&A Construction Group, Inc., and Steel, LLC, have contracts in GMP 6, the amount of $9,861.00 will be transferred to CMA.R contingency ir. GMP 7 and transferred from CMA.R contingency in GMP 6.

These items are internal subcontract modifications with no additional cost tothe Owner. The approval of this subcontract modification from SR Plumbing, LLC, Barton Malow Company, D&A. Construction Group, Inc., and Steel, LLC resolves all requests for costs and time as a result of CR 93: GMP 6 Precast Settlement(Backcharge to SR Plumbing).

Minutes of the CONSTRUCTION COMMITTEE Meeting, January 16, 2018 Page 12 of 19

The effect o this subcontract modirication for this project is as follows:

HPCC to issue subcontract modification no SR Plumbing, LLC in the deductive Lump Sum amount of: GMP line item(s) value:Add/Deduct to Owner/CMAR Contingency:Remaining GMP line item(s) value:

S (9,661.00) 0.00

9,661.00 0.00

$S$

dense! Phelps Cons Li uclion Company is coimuitueu Construction Management Services and 20i MWBE and 4 1 LD5 participation for Construction Services. The subcontractor identified and committed to participate on BP-300116 (GMP 7) for this subcontract modification is SR Plumbing, LLC (MWBE). There is a 100^ reduction in MW3E participation on this modification.

3u -• MWBl and 8" LDd fot

Agenda Item Nos. 1-A,1-M,

1-B,and 1-M were considered in one motion.

1-C, 1-D, 1-E, 1-F, 1-G, 1-H, 1-1, 1-J, 1-K, 1-L,

Upon motion of Mr. Hunt, second by Mr. Patterson, vote carried to approve Hensel Phelps Construction Co. (HPCC) Subcontract Modification with SR Plumbing, LLC on BP-SQ0116, South Airport APM Complex deductive lump sum amount of (59,861.00), with funding from Passenger Facility- Charges, Facility Improvement Funds, General Airport Revenue Bonds, and Aviation Authority Funds.

APM Finishes (GMP No. in the/ I

M. Subcontractor Modification for BP-S00116 (GMP No. 7) with Morton Electric, Inc.;McNutt

presented the memorandum, requesting approval for Hensel Phelps Construction Co. (HPCC) to issue a subcontract modification on BP-SQ0116, South Airport APM

Finishes (GMP No. 7), at the Orlando International Airport, in the amount of,

Plumbing, LLC. Hensel Phelps has negotiated an internal subcontract modification between Morton Electric, Inc., SR Plumbing, LLC, and Castle Constructors Company for "CFR 74: Damaged Masonry Dowels Backcharge". This modification is a decrease to Morton Electric, Inc. in the amount of $596.00 and a decrease to SR Plumbing LLC in the amount of $996.00. This modification is an increase to Castle Constructors Company in the amount of $1,992.00. As Castle Constructors Company has a contract in GMP 6, the amount of $1,992.00 will be transferred to CMA.R Contingency in GMP 6 and issued from CMAR Contingency in GMP 7.

SR Plumbing, LLC for CR 74: Damaged Masonry Dowels Backcharge. Mr.

Complex total deductive ($1,992.00), to Morton Electric, and SRnc. ,

These items are internal subcontract modifications with no additional cost the Owner. The approval of this subcontract modification from Barton Malow Company, Castle Constructors Company, Morton Electric, Inc. and SR Plumbing LLC resolves ail requests for costs and time as a result of CR 74: Damaged Masonry- Dowels Backcharge.

to

The effect of this subcontract moditication for this project is as follows:

HPCC to issue subcontract modification to Electric, Inc.HPCCPlumbing, LLC in the deductive Lurr.o Sum amount of: GMP line item(s) value:A.dd/Deduct to Owner/CMAR Contingency:Remaining GMP line item(s) value:

Mortonin the deductive Lump Sum amount of:

to issue subcontract modification to SR$ (996.00)

$ (996.00) 0.00

1,992.00 0.0 0

$$$

Hensel Phelos onstruction Company is committed to 30* Ccnstructio.n Management Services and

MWBE and 8i LD3 for LD3 participation forO 0 MWBE and 4

Minutes of the CONSTRUCTION COMMITTEE Meeting, January 16, 2018 Page 13 of 19

Construction Services. The subcontractors identified and committed to participate on BP-S00I16 (GMP 7) for this subcontract modification are SR Plumbing, LLC (MWBE) and Morton Electric, Inc. (Non-MWBE/LDB) . There is a 50.0;- reduction in MWBE participation on this modification.

Ms. Patterson asked why this Item was not signed by Legal Counsel. Legal Counsel replied that this was an oversight and that it would be signed following the meeting.

Agenda Item Nos. 1-A, 1-B,1-M, and 1-N were considered in one motion.

, 1-D, 1-E, 1-F, 1-G, 1-H, 1-1, 1-J, 1-K, 1-L,

Upon motion of Mr. Hunt, second by Mr. Patterson, vote carried to approve Hensel Phelps Construction Co. (HPCC) Subcontract Modification with Morton Electric, Inc., and SR Plumbing, LLC on BP-S00116 (GMP No. 7), South Airport APM Complex - APM Finishes, in the deductive lump sum amount of ($1,992.00), with funding

eneralcrediting Passenger Facility Charges,Airport Revenue Bonds, and Aviation Authority Funds.

Facility improvement Funds,

CONSTRUCTION MANAGEMENT AT RISK (CM@R) GUARANTEED MAXIMUM PRICE (GMP) BUDGET, BUYOUT, AND CONTINGENCY MANAGEMENT REQUESTS AGENDA2. The following GMP Budget, Buyout, and Contingency Management requests (related to the South Terminal C, Phase One Project) were presented for consideration:

A. Subcontract Award for BP-SQQ159 (GMP No. 16-S) with Fidelity Security Agency,LLC for GMP 16-S General Conditions FY 2018 PART 1 Site Security Services. [Ahandout was presented, consisting of a revised Coversheet and Supporting

Mr. Guirges presented the memorandum, requesting approval forDocumentation]Hensel Phelps Construction (HP) to issue a subcontract award on BP-S00159 South Terminal C, Hensel Phelps General Conditions FY 2018 Part 1 (GMP 16-S), at the Orlando International Airport, in the amount of $102,761.00, to Fidelity Security- Agency, LLC. Hensel Phelps Construction Co. received bids from Fidelity Security- Agency, LLC, Competitive Edge Partners & Consulting, LLC, Apex Security and Convention Services, Inc., GLOMACO, LLC, GE Protection and King Intelligence and

LLC was the lowestSecurity Services, and Fidelity Security- Agency,Inc.responsive bidder.

The total bid amount is $415,824.60 for providing site security for a period of 45 months from approval of which $102,761 is requested for FY 2018. for 2018 will commence upon approval and extend to September 30, 2018.

The effect of this subcontract modification for this croject is as follows:

HP co issue subcontract award to Fidelity Security- Agency, LLC in the MTE amount of:GMP line item(s) value: 16S 01.06 Award BudgetAdd to CMAR Contingency:Remaining GMP line item(s) value:

c 102,761.00 (102,761.00)

0.00 0 .00

$$$

Hensel Phelps Construction (HP) is committed to 33-= MWBE and 5* LDB for Construction Management Services and 20!; MWBE and 4\ LDB participation forConstruction Services. The subcontractor identified and committed to participate on BP-300127 GMP-23) for this subcontract modification is Fidelity Security-Agency, LLC (MWBE/LDB). 7 0.0

LLC is onmitted tc achieveMWBE and 30.0: LDB participation on this modification.

Legal Counsel clarified that the remainder of the Subcontractors listed on the Handout, besides Fidelity Security Agency, LLC, have yet to be approved.

Minutes of the CONSTRUCTION COMMITTEE Meeting, January 16, 2018 Page 14 of 19

Mr. Patterson asked if Fidelity Security Agency, LLC had previously worked withMr. Guirges responded that Fidelity Security Agency,

LLC had previously worked on the South Airport APM Complex.the Aviation Authority.

Upon motion of Mr. Patterson, second by Mr. Hunt, vote carried to approve Hensel Phelps Construction (HP) to issue a subcontract award to Fidelity SecurityAgency, LLC on BP-500159 South Terminal C, Hensel Phelps General Conditions FY 2013 Parc 1 (GMP 16-5), in the not to ax-'e^d amount of $ 1 *)2, ^ hi . 00, with funding from General Airport Revenue Bonds, Customer Facility Charges, and PassengerFacility Charges.

SOUTH TERMINAL C, PHASE 1

REQUEST FOR APPROVAL FOR THE USE OF ALLOWANCE FOR DESIGN REFINEMENT AND VALUEENGINEERING SERVICES BY THE ARCHITECT OF RECORD FOR SOUTH TERMINAL C, PHASE 1 AGREEMENT WITH HNTB CORPORATION, FOR WS-00110, SOUTH TERMINAL C , PHASE 1 - ARCHITECT OF RECORD SERVICES, AT THE ORLANDO INTERNATIONAL AIRPORT.3. Mr. Guirges presented the memorandum dated January 16, 2013, along with aproposal from HNTB Corporation, dated January 05, 2016. Selection of HNTB Corporation as Architect of Record for the South Terminal Phase 1 was approved by the AuthorityBoard on October 21, 2015.Landside Civil, Structural, Mechanical/Plumbing, Baggage Handling System, and Ground Support Equipment) was approved by the Aviation Authority Board on December 9, 2015. On October 19, 2016, fees through Bid and Award were approved by the Aviation

Selection of the Major Subconsultants (Airfield Civil,Electrical

On April 4, 2017, the Construction Committee recommended approval of Addendum Mo. 5in the amount of 35,000,000.00, which included an allowance of 3896,000.00. Theallowance was created to cover any additional design refinement services not identified at that time. Addendum Mo. 5 was approved by the .Aviation Authority Board on .April

The first Allowance Usage approval under Addendum No. 5 was approved by the19, 2017.Construction Committee on June 27, 2017, to allocate $330,034.00 of the unutilized

The second A.llowance Usage approval under Addendum 5 was approved by the Construction Committee on October 17, 2017, to allocate

allowance to subconsultant fees.No.$43,914.00 of the unutilized allowance to subconsultant fees.

The Consultant's proposal, dated January 5, 2018, requests to utilize the designrefinement allowance, with an effective start date of October 1, 2017, as follows:

Addendum 5 Allowance: $898,000.00Allowance Use 1 $330,084.00

$43,914.00Allowance Use 2Allowance Use 3 Services:Atkins Contractor Trade Parking Lump Sum: $53,310.00HNTB/Kimley-Hom OUC Duct Bank Dump Sum Fee: $182,856.00

NTE Expenses: $9,292.00Kimley-Hom Lump Sum Fee: $48,609.00

NTE Expenses: $8,905.00North Pasture

$302,972.00Total Allowance Use 3:Allowance Remaining: $221,030.00

Upon motion of Ms. Schneider, second by Mr. Hunt, vote carried to approve the Use of Allowance for Design Refinement and Value Engineering Services by the .Architect of Record for South Terminal C, Phase 1 Agreement with HNTB Corporation for W-S0C110, South Terminal C, Phase 1 - Architect of Record Services, in the total allowance amount of $302,972.00, with funding from General .Airport Revenue Bonds.

Minutes of the CONSTRUCTION COMMITTEE Meeting, January 16, 2018 Page 15 of 19

GENERAL

REQUEST FOR APPROVAL OF A CLARIFICATION OF THE APPROVED FF&E PROCUREMENT ESTIMATE FOR BP-00474, HYATT REGENCY GUEST ROOM/CORRIDOR RENOVATION, AT THE ORLANDO INTERNATIONALAIRPORT.

Ms. Hershner presented the memorandum dated January 16, 2013, requesting approval of a clarification of the previously approved FF&E Procurement Estimate for BP-00474, Hyatt Regency Guest Room/Corridor Renovation at the Orlando International Airport.

4 .

On December 20,recommendation from, the November Renovation FF-&E Procurement. The exceeding the estimated procurement cost by more than

the Authority Board approved the Construction Committee's 21, 2017 CCM for the Estimated Budget for the Hyat

final recommendation required "any line item"be presented

<-

51 thetoConstruction Committee for approval. The recommendation also included a 10: contingency (3791,763.40; over costs for items that might exceed the estimated Totals.to

Purchase orders will be issued to approximately 60 (or more; suppliers for multiple items. For the purpose of clarification of the original recommendation, Staff is requesting that "any line item" be defined as "each purchase order", since items willnot oe purchased individually but by related products per manufacturer.

Ms. Sharman clarified that this Item does not contradict what was previously approvedby the Aviation Authority Board.

Chair Thornton stated that, for the purpose of edification, it should be noted that the Finance, Purchasing, and Construction Departments have done a great job of coordinating this project.

Ms. Sharman asked Ms. Grant if the design was complete. Ms. Grant replied that it is still changing, but only minor alterations. Chair Thornton asked if the minor changes would affect the items being purchased, approved items are being ordered.

Ms. Grant confirmed that only previously

Upon motion of Mr. Sharman, second by Mr. Hunt, vote carried for approval of Clarification of the Approved FF&E Procurement Estimate for BP-00474, Hyatt Regency- Guest Room/Corridor Renovation; there is no fiscal impact associated with this request.

a

REQUEST FOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUINGLOW VOLTAGE CONSTRUCTION SERVICES AGREEMENT WITH QUALITY CABLE CONTRACTORS, INC. FORL-00030 DATA AND ELECTRICAL MODIFICATIONS AT THE GQAA ANNEX AND E&C BUILDING, AT THEORLANDO INTERNATIONAL AIRPORT.5 . [A handout was presented, consisting of a revised Suinmarv of Workj Ms. Watson presented the memorandum dated January 16, 2018, along with a proposal from Quality- Cable Contractors, Inc., dated December 27, 2017, to provide data and electrical modifications and/or additions to the planning and finance areas in the Annex & the Project Controls area in the CE Building for support of r.ew work station furniture that will be installed in each location. The duration of the project is 30 calendar

and 45 calendar days for Final Completion with 'NT?; date of January 23, 2018.

dayscontemplated Notice to Proceed

tor Substantial Completion aLiquidated damages are

defined as 30.00 per calendar day for late Substantial Completion and 30.00 per calendar day fo­ late Final ompletion.

The Office of Small Business Development has reviewed the qualifications of the subject contract's MW3E/LDB specifications and determined that, due to the limited scope of the required services, Quality Cable Contractors, LLC does not propose any MWBE/LDB participation on this Job Order Construction Services Addendum.

Minutes of the CONSTRUCTION COMMITTEE Meeting, January 16, 2018 Page 16 of 19

Upon motion of Ms. Schneider, second by Mr. Hunt, vote carried to approve a Job Order Construction Services Addendum to the Continuing Low Voltage Construction Services Agreement with Quality Cable Contractors, Inc. for L-00030 Data and Electrical Modifications at the GOAA Annex and E&C Building, for a total not-to-exceed amount of $19,996.73, with funding from Capital Expenditure Funds.

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING CIVIL ENGINEERING AND PROFESSIONALENGINEERING AGREEMENT WITH AVCON, INC. FOR DESIGN, BID, AWARD AND CONSTRUCTION ADMINISTRATION PHASE SERVICES FOR V-00871, AIRSIDE 4 SANITARY SEWER REPAIR AND RESTORATION, AT THE ORLANDO INTERNATIONAL AIRPORT.

Mr. Roche presented the memorandum dated January 16, 2018, along with a proposal from AVCON, Inc., dated, December 21, 2017, to provide design, permit, award and construction phase services for the replacement of the Airside 4 sanitary sewer line from hub at the 70's wing to the master lift station.

6.

If approved, these services would be effective January 22, 2018

The Office of Small Business Development has reviewed the qualifications of the subject contract's MWBE/LDB specifications and determined that, AVCON, Inc. proposes 25.0% MWBE participation on this Addendum.

Chair Thornton asked if there was any remaining sanitary work on Airside 4. Mr. Roche responded that there is nothing else remaining within the scope of this Item. Chair Thornton further inquired, if all underground sanitary for Airside 4 has been addressed. Mr. Roche confirmed, yes. Mr. Roche further clarified that this is inclusive of all work in the Central Hub but does not include the wings.

Ms. Sharman asked if there were additional expenses expected for this phase. Mr. Roche responded that a design outline has been completed and it is anticipated that the current budget will suffice.

Ms. Sharman stated that this item requires funding ratification by the Construction Finance Oversight Committee (CFOC).

Upon motion of Mr. Hunt, second by Ms. Schneider, vote carried to approve an Addendum to the Continuing Civil Engineering and Professional Engineering Agreement with AVCON, Inc., for V-00871, Airside 4 Sanitary Sewer Repair and Restoration, for a total amount of $117,482.00, which includes a lump sum fee of $115,482.00 and a not-to-exceed reimbursable expense amount of $2,000.00, with funding from Capital Expenditure Funds; subject to funding ratification by the CFOC. [Subsequent to the Construction Committee meeting, the CFOC consensed the funding at its meeting on January 30, 2018, as outlined above.]

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING CIVIL ENGINEERING ANDPROFESSIONAL ENGINEERING SERVICES AGREEMENT WITH KIMLEY-HORN AND ASSOCIATES, INC. FOR EVALUATION AND DESIGN SERVICES FOR W-00384, DRAINAGE STRUCTURE EVALUATION FOR REPAIRS,AT THE ORLANDO INTERNATIONAL AIRPORT.

Mr. Sorondo presented the memorandum dated January 16, 2018, along with a proposal from Kimley-Horn and Associates, Inc., dated December 20, 2017, to provide engineering services for:

7 .

• Rehabilitation of the Jeff Fuqua culvert crossing;• Investigation of infrastructure failures for the C2 drainage structure; and• Investigation of ancillary structures associated with the Cl drainage structure.

If approved,' these services would be effective January 16, 2018.

Minutes of the CONSTRUCTION COMMITTEE Meeting, January 16, 2018 Page 17 of 19

The Office of Small Business Development has reviewed the qualifications of the subject contract's MWBE/LDB specifications and determined that, Kimley-Horn and Associates, Inc. proposes-31.21 MWBE participation on this Addendum.

Chair Thornton asked if this Item is for Cl and C2, which didn't perform, replied that C2 has an overflow under Heintzelman Blvd., which bubbled upon opening, confirming a break in the pipe.

Mr. Sorondo

Mr. Martin stated that this 'work is r 110 2T i 3establishmanuals to provide guidance and to ensure preparedness for future hurricanes. Thornton clarified that this is not for physical modifications, and added that simple additions may be required, such as gauges, but that this is primarily to establish procedural guidelines for upcoming hurricane seasons.

for elevations perati '^*'1

ChairMr. Martin concurred

Upon motion of Ms. Schneider, second by Ms. Sharman, vote carried to approve an Addendum, to the Continuing Civil Engineering and Professional Engineering Services Agreement with Kircley-Horn and Associates, Inc., for W-00384, Drainage Structure Evaluation for Repairs, for a total amount of $104,303.00, 'which includes a not-to-exceed fee amount of $28,890.00, a lump sum fee of $63,780.00, and a not-to-exceed reimbursable expense amount of $7,133.00, with funding from previously-approved Discretionary Funds.

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING ENVIRONMENTAL CONSULTING SERVICESAGREEMENT WITH VANASSE HANGEN BRUSTLIN, INC. FOR WETLAND IMPACT ENVIRONMENTAL &PERMITTING SERVICES FOR ZC-00253, WETHERBEE WETLAND IMPACTS, AT THE ORLANDOINTERNATIONAL AIRPORT.8. Mr. Sorondo presented the memorandum dated January 16, 2018, along ’with a proposal from Vanasse Hangen Brustlin, Inc., dated, December 12, 2017 to provide environmental services for 'wetland impact permitting on the former Wetherbee property at the Orlando International Aircort.

If approved, these services woula be effective January 16, 2016

The Office of Small Business Development has reviewed the qualifications of the subject contract's MWBE/LDB specifications and determined that, due to the limited scope of the requested services, Vanasse Hangen Brustlin, Inc. does not propose any MWBE/LDB participation on this Addendum.

Ms. Sharman stated that this item requires funding ratification by the Construction Finance Oversight Committee (CFOC).

Upon motion of Ms. Schneider, second by Mr. Hunt, vote carried to approve an Addendum! to the Continuing Environmental Consulting Services Agreement with Vanasse Hangen Brustlin, Inc., for Wetland Impact Environmental 1 Permitting Services For ZC-00253, Wetherbee Wetland Impacts, for a not-to-exceed fee amount of $32,195.00, and a not- to-exceed expense amount of $532.00, for a total amount of $32,727.00 with funding from. Customer Facility Charges; subject to funding ratification by the CFOC. [Subsequent to the Construction Committee meeting, the CFOC consented the funding at its meeting on January 30, 201S, as outlined above.]

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING CIVIL ENGINEERING AND PROFESSIONALENGINEERING SERVICES AGREEMENT WITH KIMLEY-HORN AND ASSOCIATES, INC. FOR ENGINEERINGSERVICES FOR STORMWATER MANAGEMENT SERVICES, AT THE ORLANDO INTERNATIONAL AIRPORT.9. Mr. Sorondo presented the memorandum dated January 16, 2018, along with aproposal from Kimley-Horn and Associates, Inc., dated, December 2~:, 2017 to investigate

areas of the OrlandoInternational Airport campus, preliminary design and location of new pump houses to assist in flood management, and a comprehensive update to the Flood Control System. Operations Manual for the Orlando International Airport.

preliminary remediation design plan for variousa

Minutes of the CONSTRUCTION COMMITTEE Meeting, January 16, 2018 Page 18 of 19

Ir approved, these services would be effective January 16,

The Office of Small Business Development has reviewed the qualifications of the subject contract's MWBE/LDB specifications and determined that, Kimley-Horn and Associates, Inc. proposes IT. 6-: MWBE participation on this Addendum.

Chair Thornton asked when the work will be completed.ipleted and a

Sorondo stated that an all ow

lead time for the pumps. Mr. Sorondo added that, to the best of his understanding, the funding was not yet in place for the CIR. Ms. Sharman verified, this is correct, and asked if there was an estimate for the number of pumps required. Mr. Sorondo replied that the current estimate is 6-10 pumps. Chair Thornton advised that a rough order of magnitude be provided to the Maintenance Department as soon as possible. Mr. Sorondo concurred, and stated that it would be submitted as soon as the evaluation of

Mr.eve 1uafion will be - 1 cn-F-F-in made a I" ^pn •P

requirements had been concluded.

Upon motion of Mr. Hunt, second by Mr. Patterson, vote carried to approve an Addendum to the Continuing Civil Engineering and Professional Engineering Services Agreement with Kimley-Horn and Associates, Inc., for a total amount of $113,137.00, which includes a not-to-exceed fee amount of $20, 000.00 and a lump sum fee amount of $93,737.00, with funding from previously-approved Discretionary Funds.

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH PSA CONSTRUCTORS, INC. FOR FY 2018 SECURITY RELATED SERVICES, AT THE ORLANDO INTERNATIONAL AIRPORT.

[A handout was presented, consisting of an Office of Small Business Memorandum] Mr. Ruohomaki presented the memorandum dated, January 16, 2018, along with a proposal from PSA. Constructors, Inc., daced, January 8, security related items to the Orlando Internationa.. Airport. Services will be provided from January 15, 2016 through September 30, 2018.

10 .

2018, to provide OA.R forservices

If approved, these services would be retroactive to January 15, 2018.

The Office of Small Business Development has reviewed the qualifications of the subject contract's MWBE/LDB specifications and determined that, due to the limited and specialized scope of the required services, PSA. Constructors, Inc. does not propose any MWBE/LDB participation on this Addendum.

Chair Thornton stated that this 'work is to help comply with issues that are arising due to the rapidly changing requirements concerning security.

Upon motion of Ms. Sharman, second by Mr. Patterson, vote carried to approve an Addendumto the Continuing Program and Project Management Services {OAR Prime Entity) .Agreementwith PS.A Constructors, Inc., for a total not-to-exceed fee amount of $ 1 oS,723.97, withfunding from Operations and Maintenance Funds.

INFORMATION ITEMS

11 . The following items were presented for information only:

.A. Revised Change Order ; FT17-Orion), on July 11, 2017, item 2-H].

oversheet for L-C0022-C2, On-Call Low Voltage Servicesat The Orlando International A.irport. [From Construction Committee

B. Revised GMP Budget, Buyout, a Contingency Management Cover Page and Additional Supporting Documentation for BP-S0C113 (GMP-6) South Airport ARM Complex, at the