on tuesday, february 18, 2020 , the construction … · mike patterson, director of construction ....

39
On TUESDAY, FEBRUARY 18, 2020, the CONSTRUCTION COMMITTEE of the Greater Orlando Aviation Authority met in Conference Room Apollo/Gemini/Taurus, 5855 Cargo Road, Orlando International Airport, Orlando, Florida. Vice Chair Sharman called the meeting to order at 8:32 a.m. The meeting was posted in accordance with Florida Statutes and a quorum was present. Committee Members present: Kathleen Sharman, Chief Financial Officer Mike Patterson, Director of Construction Gary Hunt, Director of Maintenance Denise Schneider, Assistant Director of Purchasing and Material Control Also present: Davin Ruohomaki, GOAA Senior Director of Planning, Engineering, and Construction Tom Draper, GOAA Senior Director of Airport Operations Robert Alfert, Jr., Legal Counsel (Nelson Mullins Broad & Cassel) Karen Ryan, Legal Counsel (Nelson Mullins Broad & Cassel) George Morning, GOAA Small Business Development Marie Dennis, GOAA Finance Mark Birkebak, GOAA Engineering Pam L’Heureux, GOAA Finance Peter Pelletier, GOAA IT Debbie McKeown, GOAA Project Controls Andrea Harper, GOAA Finance Arlene Grant, GOAA Planning, Engineering, and Construction Dan Carrington, GOAA Environmental Davi Nicholson, GOAA Finance Greg Watson, GOAA Construction Kathy Anderson, GOAA Contracts and Grants Lennon Batchelor, GOAA Public Affairs Margie Callahan, GOAA IT Patrick Eby, GOAA Maintenance Scott Shedek, GOAA Construction Steve Pue, GOAA Maintenance Vendla Davermann, GOAA Finance Venus Hinds, GOAA Construction Finance Alex Sorondo, HNTB Corporation Az Thomas, PSA Management, Inc. Bill Brooks, HNTB Corporation Brandon Rutterford, Hensel Phelps Construction Carlos Roche, Schenkel & Shultz, Inc. Charles Sukanek, Page One Consultants, Inc. Christina Taylor, Geotech Consultants International, Inc. dba GCI, Inc. Dan Willems, AECOM Technical Services, Inc. Duy Dao, Dao Consultants Ejaz Ahmad, CMTS/Hanson JV Errick Young, PSA Management, Inc. Fritz Girault, PSA Management, Inc. Ishne Hobbs, CMTS Construction Management Services, LLC James Pancoast, Geotech Consultants International, Inc. dba GCI, Inc. Joanne Regidor, AECOM Technical Services, Inc. John Guirges, Geotech Consultants International, Inc. dba GCI, Inc. John Scala, Geotech Consultants International, Inc. dba GCI, Inc. Krista Stockerl, R.W. Block Consulting, Inc. Ksenia Merck, K. Merck & Associates Lance Quick, R.W. Block Consulting, Inc. Lisa Rainey, R.W. Block Consulting, Inc. Michael Kurek, R. W. Block Consulting Nils Johnson, Chace Construction Services, LLC

Upload: others

Post on 24-Jul-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: On TUESDAY, FEBRUARY 18, 2020 , the CONSTRUCTION … · Mike Patterson, Director of Construction . Gary Hunt, Director of Maintenance . ... Steve Pue, GOAA Maintenance . Vendla Davermann,

On TUESDAY FEBRUARY 18 2020 the CONSTRUCTION COMMITTEE of the Greater Orlando Aviation Authority met in Conference Room ApolloGeminiTaurus 5855 Cargo RoadOrlando International Airport Orlando Florida Vice Chair Sharman called the meeting to order at 832 am The meeting was posted in accordance with Florida Statutes and a quorum was present

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

Also present Davin Ruohomaki GOAA Senior Director of Planning Engineering and Construction Tom Draper GOAA Senior Director of Airport Operations Robert Alfert Jr Legal Counsel (Nelson Mullins Broad amp Cassel) Karen Ryan Legal Counsel (Nelson Mullins Broad amp Cassel) George Morning GOAA Small Business Development Marie Dennis GOAA Finance Mark Birkebak GOAA Engineering Pam LrsquoHeureux GOAA Finance Peter Pelletier GOAA IT Debbie McKeown GOAA Project Controls Andrea Harper GOAA Finance Arlene Grant GOAA Planning Engineering and Construction Dan Carrington GOAA Environmental Davi Nicholson GOAA Finance Greg Watson GOAA Construction Kathy Anderson GOAA Contracts and Grants Lennon Batchelor GOAA Public Affairs Margie Callahan GOAA IT Patrick Eby GOAA Maintenance Scott Shedek GOAA Construction Steve Pue GOAA Maintenance Vendla Davermann GOAA Finance Venus Hinds GOAA Construction Finance Alex Sorondo HNTB Corporation Az Thomas PSA Management Inc Bill Brooks HNTB Corporation Brandon Rutterford Hensel Phelps Construction Carlos Roche Schenkel amp Shultz Inc Charles Sukanek Page One Consultants Inc Christina Taylor Geotech Consultants International Inc dba GCI Inc Dan Willems AECOM Technical Services Inc Duy Dao Dao Consultants Ejaz Ahmad CMTSHanson JV Errick Young PSA Management Inc Fritz Girault PSA Management Inc Ishne Hobbs CMTS Construction Management Services LLC James Pancoast Geotech Consultants International Inc dba GCI Inc Joanne Regidor AECOM Technical Services Inc John Guirges Geotech Consultants International Inc dba GCI Inc John Scala Geotech Consultants International Inc dba GCI Inc Krista Stockerl RW Block Consulting Inc Ksenia Merck K Merck amp Associates Lance Quick RW Block Consulting Inc Lisa Rainey RW Block Consulting Inc Michael Kurek R W Block Consulting Nils Johnson Chace Construction Services LLC

Minutes of the Construction Committee Meeting February 18 2020 Page 2 of 39

Paul Gula Geotech Consultants International Inc dba GCI Inc Rita Watson Schenkel amp Shultz Inc Rob Jarvis Artistic Identity LLC Ryan Allen RW Block Consulting Inc Teresa Andrecheck AECOM Technical Services Inc Win Beltran Geotech Consultants International Inc dba GCI Inc Tara Ciaglia Recording Secretary

LOBBYIST DISCLOSURE Parties present were reminded that for individuals who conduct lobbying activities with Aviation Authority employees or Board members registration with the Aviation Authority is required each year prior to conducting any lobbying activities A statement of expenditures incurred in connection with those lobbying instances should also be filed prior to April 1st of each year for the preceding year As of 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 andor 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 Authorityrsquos 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 400 pm on thefifth business day) of the rendering of that decision

MINUTES 1 The following minutes were presented for consideration

CONSIDERATION OF DECEMBER 3 2019 MINUTES A Upon motion of Mr Patterson second by Ms Schneider vote carried to approve

the Construction Committee Minutes from the meeting held on December 3 2019as presented

CONSIDERATION OF DECEMBER 17 2019 MINUTES B Upon motion of Mr Patterson second by Ms Schneider vote carried to approve

the Construction Committee Minutes from the meeting held on December 17 2019with inclusion of a minor corrections provided by Mr Patterson

CONSIDERATION OF JANUARY 7 2020 MINUTES C Upon motion of Mr Patterson second by Ms Schneider vote carried to approve

the Construction Committee Minutes from the meeting held on January 7 2020as presented

CONSIDERATION OF JANUARY 14 2020 MINUTES D Upon motion of Mr Patterson second by Ms Schneider vote carried to approve

the Construction Committee Minutes from the meeting held on January 14 2020as presented

Minutes of the Construction Committee Meeting February 18 2020 Page 3 of 39

CONSIDERATION OF JANUARY 21 2020 MINUTES E Upon motion of Mr Patterson second by Ms Schneider vote carried to approve

the Construction Committee Minutes from the meeting held on January 21 2020as presented

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

A Change Order E-00143-04 VARIOUS REVISIONS This change order to the contractwith Electric Services Inc for Main Computer Room - Electrical Upgrades isto 1 Provide all labor equipment and materials to supply temporary powerfor Panels EQH21 and UPSEQL21 located in Main Computer Room 02-4407 including a step-down transformer an electrical panel and a 50A 480V circuit from Electrical Room 02-5124 The temporary service shall provide power to six L630R receptacles four 20A duplex receptacles and a calix rectifier Temporary power shall also be provided for Liebert Unit AC1 and the calixrectifier Contractor shall provide power and temporary ductwork for two owner-furnished portable Air Conditioning (AC) units After use the 70A SOOW cord six L530R receptacles and six RS plate covers shall be turned over to theOwner (Reference ESI-RCO No 12) ADD $1205365 and 2 Increase theContract Time for Substantial Completion by 84 calendar days from 299 calendar days to 383 calendar days for work associated with Item No 1 above NO COST

Upon motion of Ms Schneider second by Mr Hunt vote carried to recommend to the Aviation Authority Board approval of Change Order E-00143-04 for atotal amount of $1205365 and an 84 calendar day time extension to Substantial Completion with funding from previously-approved Capital Expenditure Funds

B Change Order PS-00329-13 ADDITIONAL LOGIC DEVELOPMENT This change order to the contract with SKIDATA Inc for Parking Access and Revenue Control System(PARCS) - Excludes 5-Year Maintenance is to provide all labor hardware andsoftware to develop additional logic to include new requirements incorporatingoffline transactions in the real time interface (Lump Sum) ADD $2490000

Ms Sharman asked how the transactions will be reconciled between the Aviation Authority and CFX Mr Watson replied that once this logic development is online the accounts between the two agencies will be reconciled similar tohow it is done now Ms Sharman further asked what action is taken when the customer exits the parking garage but the CFX account has no funds Mr Watson replied the CFX will handle recouping any monies similar to currentpractices through use of the vehiclersquos tag number and transponder number

Legal Counsel noted that Agenda (Information) Item No 18-B which addressed similar terms and conditions along with warranty language to this change order should be an action item rather than an information Both this changeorder and Agenda (Information) Item No 18-B can be considered in one motion

Agenda Item Nos 2-B and 18-B were considered in one motion

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve Agenda (Information) Item No 18-B and Change Order PS-00329-13 for a totalamount of $2490000 and no time extension with funding from previously-approved Discretionary Fund previously-approved Capital Expenditure Funds and Improvement and Development Funds

C Change Order R-00088-02 FINAL ADJUSTMENT OF NTE CONTRACT This change orderto the contract with PampA Roofing and Sheet Metal Inc for Emergency Roof

Minutes of the Construction Committee Meeting February 18 2020 Page 4 of 39

Repairs and Waterproofing Maintenance is the final change order and provides for final contract adjustments to reflect the actual cost of time and material expended to complete the work The original contract amount was $10000000The actual material and labor expenditure totaled $8721074 which includes$6318987 for work related to the TerminalAirsides $289362 for work related to the Tradeport Area and $2112725 for work related to OtherBuildings The remaining balances are as follows TerminalAirsides $181013 Tradeport Area $2110638 and Other Buildings ($1012725) TOTAL $1278926 This change order reduces the contract amount by ($1278926) for a final contract amount of $8721074 DEDUCT ($1278926)

Upon motion of Ms Schneider second by Mr Patterson vote carried approveChange Order R-00088-02 for a total deductive amount of ($1278926) and notime extension with funding credited to previously-approved Capital Expenditure Funds

D Change Order V-00920-02 VARIOUS REVISIONS This change order to the contractwith Gomez Construction Company for Hyatt South Side HVAC Duct and Roof Repair is to l (a) Replace lightning protection system on the reconstructed roofarea on this project (Reference Contractorrsquos COR No 2 Rev 3) ADD $482084 (b) Decrease the Lightning Protection Installation Allowance by ($482084) from $1400000 to $917916 to offset the cost associated with Item No 1a above DEDUCT ($482084) and (c) Reduce the LightningProtection Installation Allowance by ($917916) from $917916 to $000 forthe unused portion of the allowance DEDUCT ($917916) NET AMOUNT FOR ITEM NO 1 DEDUCT ($917916) 2 (a) Replace flashing and sealant at skylightby removing 600 Linear Feet (LF) of existing Dow 123 Sealant Provide andinstall new stainless-steel drip edge and provide and install new Dow 123Sealant in accordance with CMC Report dated May 1 2019 CMC Report dated June 26 2019 and Skylight Wall Flashing Detail dated June 27 2019(Reference Contractorrsquos COR No 3 Rev 5) ADD $3683808 (b) Decrease the Unforeseen Conditions Allowance by ($3683808) from $4000000 to $316192 to offset the cost associated with Item No 2a above DEDUCT ($3683808) NET AMOUNT FOR ITEM NO 2 $000 3 (a) Demolish and reconstruct roof curbsby removing existing roof curbs (ie knee walls) around the Heating Ventilation Air Conditioning (HVAC) duct that penetrates the roof deck from the Mechanical Rooms below on both the north and south HVAC enclosures Reconstruct the knee wall around the HVAC duct a couple of feet beyond theduct to allow adequate room for roof membrane installation in accordance withCMC Report dated May 16 2019 and CMC Report dated May 24 2019 (ReferenceContractors COR No 4 Rev 2) ADD $6214848 and (b) Decrease the Unforeseen Conditions Allowance by ($316192) from $316192 to $000 to offset the cost associated with Item No 3a above DEDUCT ($316192) NET AMOUNT FOR ITEM NO 3 ADD $5898656 4 Reduce the Test and Balance Allowanceby ($1000000) from $1000000 to $000 for the unused portion of theallowance DEDUCT ($1000000) and 5 (a) Increase the Contract Time forSubstantial Completion by 90 calendar days from 90 calendar days to 180calendar days for work associated with Item Nos 1 and 3 above and (b) Increase the Contract Time for Final Completion by 200 calendar days from 30 calendar days to 230 calendar days for work associated with Item No 2 above

Mr Patterson asked if this was the final change order Mr Pancoast replied no that this reconciles all allowances and there will be one more change order to reconcile the bond cost

Upon motion of Mr Patterson second by Mr Hunt vote carried recommend to the Aviation Authority Board approval of Change Order V-00920-02 for a totalamount of $3980740 and a 90 calendar day time extension to Substantial

Minutes of the Construction Committee Meeting February 18 2020 Page 5 of 39

Completion and a 200 calendar day time extension to Final Completion withfunding from Previously Approved Capital Expenditure and General Airport Revenue Bond Funds

E Change Order V-00926-01 EMERGENCY AND EXIT LIGHT INSTALLATION This change order to the contract with Gomez Construction Company for US Customs andBorder Protection (CBP) Modular Training Room is to add labor and material for the installation of Emergency and Exit Lights for the CBP building to finalize the City inspection requirement ADD $447877

Ms Sharman stated that the start-up package has not been finalized Mr Birkebak replied that he has it and it is under review

Upon motion of Mr Patterson second by Mr Hunt vote carried approve ChangeOrder V-00926-01 for a total amount of $447877 and no time extension withfunding from previously-approved Operation and Maintenance Funds

F Change Order V-00932-01 FINAL ADJUSTMENT OF NTE CONTRACT This change orderto the contract with RL Burns Inc for Landside and Airside Terminals On-Call Plumbing Repairs is the final change order and is to increase the Not-to-Exceed Contract amount by $2563703 from $19500000 to $22063703 for additional on-call maintenance plumbing repairs to complete emergency restroom repairs at Airside 2 Contractor shall purchase plumbing materials as required to complete work orders and maintain a constant workflow and allunused materials shall be returned to GOAA Maintenance These services are requested by GOAA Maintenance ADD $2563703

Ms Sharman stated that the start-up package has not been finalized Mr Birkebak replied that he has it and it is under review

Mr Hunt asked if any remaining funds will be returned to Maintenance after the project is completed Mr Graham replied yes

Upon motion of Mr Hunt second by Mr Patterson vote carried approve ChangeOrder V-00932-01 for a total amount of $2563703 and no time extension with funding from previously-approved Operation and Maintenance Funds

CONSTRUCTION MANAGEMENT AT RISK (CMR) GUARANTEED MAXIMUM PRICE (GMP) BUDGET BUYOUT AND CONTINGENCY (BBC) MANAGEMENT REQUESTS AGENDA3 The following GMP Budget Buyout and Contingency Management requests (related to the South Terminal C Phase One Project) were presented for consideration

A Subcontractor Modification for BP-S00139 (GMP No 5-S2) with The Middlesex Corporation for CR0535-LSC-Bulletin 17-Utility Changes Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontractor Modification on BP-S00139 South Terminal C Phase 1 -Landside Civil (GMP No 5-S2) at the Orlando International Airport in thetotal deductive amount of ($702200) to The Middlesex Corporation for CR0535-LSC-Bulletin 17-Utility Changes Bid Package 3100 Sitework was previouslyawarded within GMP No 5-S2 to The Middlesex Corporation CC No 2018050405A

TKJV is proposing a subcontract modification to The Middlesex Corporation in the total deductive lump sum amount of ($702200) for CR0535-LSC-Bulletin 17-Utility Changes LSC Bulletin 17 made multiple changes that affect GMP No 5-S2 including adjustments to water and fire main routing grading details and relocatingrealignment of duct banks The modified scope of work consists of all labor material and equipment costs associated with the rerouting changes to 14-inch PVC force main 12-inch water main changes 6-inch fire

Minutes of the Construction Committee Meeting February 18 2020 Page 6 of 39

main changes deleted fiber optic duct bank rerouted Generators A and B DuctBank rerouted OUC duct bank and deleted fiber optic manhole as captured in the LSC Bulletin 17 Utility changes

The approval of this subcontract modification to The Middlesex Corporationresolves all requests for costs and time associated with LSC Bulletin 17utility changes Time and costs associated with primary power duct bank changes that impact GMP No 5-S2 will be resolved in CR0489 Time and costs associatedwith LSC Bulletin 17 for GMP No 5-S6 will be resolved in GMP No 5-S6 Amendment Nos 1 and 2

TKJV has submitted documentation including the subcontractors 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 award to The Middlesex Corporation in the deductive lump sum amount of $ (702200) Add to PI Owner Contingency $ 702200

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00139 (GMP No 5-S2) for this subcontract modification is The Middlesex Corporation (Non-MWBELDBVBE) This modification is comprisedof a deduct to Transportation Systems Inc (LDB) in the amount of ($4198194)and an add to RCS Civil Inc (MWBE) in the amount of $2862435 and LampSDiversified Inc (LDB) in the amount of $210000 This modification results in a net deduct of ($3988200) to LDB participation and a net add of $2862450to MWBE participation

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to The Middlesex Corporation on BP-S00139 South Terminal C Phase 1 - Landside Civil(GMP No 5-S2) for the total deductive lump sum amount of ($702200) with funding credited to Customer Facility Charges and General Airport RevenueBonds

B Subcontractor Modification for BP-S00139 (GMP No 5-S2) with The Middlesex Corporation for CR0604-LSC-Fire Riser Scope Gap at the Landside Terminal Building Mr Guirges presented the memorandum requesting approval forTurner-Kiewit Joint Venture (TKJV) to issue a Subcontractor Modification on BP-S00139 South Terminal C Phase 1 - Landside Civil (GMP No 5-S2) at theOrlando International Airport in the total amount of $868100 to The Middlesex Corporation for CR0604-LSC-Fire Riser Scope Gap at the LandsideTerminal Building Bid Package 3100 Sitework was previously awarded within GMP No 5-S2 to The Middlesex Corporation CC No 2018050405A

TKJV is proposing a subcontract modification to The Middlesex Corporation in the total lump sum amount of $868100 for the Landside Terminal Building The Bid Package for GMP No 5-S2 (LSC) did not include any LST Fire ProtectionDrawings those which stated that the Fire Protection SOW begins 12-inches above finish floor from the fire riser For that reason The Middlesex

Minutes of the Construction Committee Meeting February 18 2020 Page 7 of 39

Corporation will extend the fire protection water main to meet the LST Buildingfire riser The modified scope of work consists of the costs associated withthe additional 10-inch (8-foot x 6-foot) fire riser and credits associated with the deleted 10-inch pipe reducer per LSC Civil drawings and LST FireProtection Drawings

The approval of this subcontract modification to The Middlesex Corporationresolves all requests for costs and time associated with CR0604-LSC-Fire Riser Scope Gap

TKJV has submitted documentation including the subcontractors 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 award to The Middlesex Corporation in the lump sum amount of $ 868100 Deduct from P1 CMAR Contingency $ (868100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00139 (GMP No 5-S2) for this subcontract modification is The Middlesex Corporation (Non-MWBELDBVBE) There is 82 MWBE and 14 LDB participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to The Middlesex Corporation on BP-S00139 South Terminal C Phase 1 - Landside Civil(GMP No 5-S2) for the total lump sum amount of $868100 with funding fromCustomer Facility Charges and General Airport Revenue Bonds

C Subcontractor Modification for BP-S00143 (GMP No 6-S1) with ECS Florida LLC for CR0321-6S1 ECS Testing Budget Adjustment Mr Guirges presented the memorandum requesting approval for Hensel Phelps Construction (HPC) to issuea Subcontractor Modification on BP-S00143 South Terminal C Phase 1 - AirsideTerminal Structure and Enclosure (GMP No 6-S1) at the Orlando International Airport in the total amount of $20382400 to ECS Florida LLC for CR0321-6S1 ECS Testing Budget Adjustment BP 0304 Building Concrete Precast andMasonry TestingInspection has been previously awarded within GMP No 6-S1to ECS Florida LLC CC No 2018072403G

HPC is requesting to issue a Subcontractor Modification to ECS Florida LLCin the total not-to-exceed amount of $20382400 for CR0321-6S1 ECS Testing Budget Adjustment ECS Florida LLC was previously awarded a Not-to-Exceed(NTE) subcontract on July 24 2018 Subsequent to this award a set of acceptable rates was established to align testing rates across the projects to be consistent This request is for the variance in costs from the awardedunit rates to the allowable billable unit rates (ie the established Program-Wide rates for Quality Control Testing) for the base bid quantity of laborhours and quality control tests included in the ECS initial award

Minutes of the Construction Committee Meeting February 18 2020 Page 8 of 39

The approval of this Subcontractor Modification to ECS Florida LLC resolves all requests for cost and time associated with the ECS Testing BudgetAdjustment in GMP No 6-S1 Costs for the additional Structural Steel andBuilding Envelope TestingInspection were approved in CC No 2019121703B

HPC has submitted documentation including the subcontractors proposal tosupport this request By approving this request the Owner does not waive its right to enforce the contract requirements for other requests for cost ortime

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

HPC to issue a subcontract modification to ECS Florida LLC in the not-to-exceed amount of $ 20382400 Deduct from Owner Contingency $ (20382400)

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-S1) for this subcontract modification is ECS Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to ECSFlorida LLC on BP-S00143 South Terminal C Phase 1 - Airside Terminal Structure and Enclosure (GMP No 6-S1) for the total not-to-exceed amount of $20382400 with funding from Passenger Facility Charges and GeneralAirport Revenue Bonds

D Subcontractor Modification for BP-S00143 (GMP No 6-S1) with TampT Constructionof Central Fla Inc for CR0434-6S1-RFI 1714 Flowable Fill Placement for HubArea H3 Slab-on-Grade (SOG) Mr Guirges presented the memorandum requesting approval 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-S1) at the Orlando International Airport in the total amount of $1616300 to TampT Construction of Central Fla Inc for CR0434-6S1-RFI 1714 Flowable Fill Placement for Hub Area H3 Slab-on-Grade (SOG) Bid Package 0302 Building Concrete has been previously awarded within GMP No 6-S1 to TampT Construction of Central Fla Inc CC No201800410008

HPC is requesting to issue a Subcontractor Modification to TampT Construction of Central Fla Inc in the total Lump Sum amount of $1616300 for CR0434-6S1-RFI 1714 Flowable Fill Placement for Hub Area H3 Slab-on-Grade (SOG) Theadditional scope of work consists of the costs associated with the additionallabor material and equipment required to place the approved flowable fill mixture underneath the design elevation for the Slab-on-Grade placement and concrete for the thickened edge perimeter in the Airside Concourse Hub AreaH3 per RFI 1714

The approval of this Subcontractor Modification to TampT Construction of Central Fla Inc resolves all requests for cost and time resulting from RFI 1714Flowable Fill Placement for Hub Area H3 Slab-on-Grade (SOG) Costs for testingand inspection if any will be submitted via future CR

Minutes of the Construction Committee Meeting February 18 2020 Page 9 of 39

HPC has submitted documentation including the subcontractors 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 TampT Construction of Central Fla Inc in the lump sum amount of $ 1616300 Deduct from CMAR Contingency $ (1616300)

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-S1) for this subcontract modification is TampT Construction of Central Fla Inc (MWBE) There is 966 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to TampTConstruction of Central Fla Inc on BP-S00143 South Terminal C Phase 1 - Airside Terminal Structure and Enclosure (GMP No 6-S1) for the total lumpsum amount of $1616300 with funding from General Airport Revenue Bonds

E Subcontractor Modification for BP-S00143 (GMP No 6-S1) with Kirlin Florida LLC for CR0450-6S1-RFI 1908 Exterior Domestic Cold-Water Piping InsulationMr Guirges presented the memorandum requesting approval for Hensel Phelps Construction (HPC) to issue a Subcontract Modification on BP-S00143 SouthTerminal C Phase 1 - Airside Terminal Structure and Enclosure (GMP No 6-S1) at the Orlando International Airport in the total deductive amount of($723000) to Kirlin Florida LLC for CR0450-6S1-RFI 1908 Exterior DomesticCold-Water Piping Insulation Bid Package for BP-S00143 2201 Plumbing has been previously awarded within GMP No 6S1 to Kirlin Florida LLC CC No2018052204H

HPC is requesting to issue a Subcontractor Modification to Kirlin Florida LLCin the total deductive Lump Sum amount of ($723000) for CR0450-6S1-RFI 1908Exterior Domestic Cold-Water Piping Insulation The modified scope of workconsists of the credits for replacing the 1-inch thick Cellular Glass insulation at exterior domestic cold-water piping with 1-inch thick Fiberglass insulation per RFI 1908 response

The approval of this Subcontractor Modification to Kirlin Florida LLC resolves all requests for cost and time resulting from RFI 1908

HPC has submitted documentation including the subcontractors 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

Minutes of the Construction Committee Meeting February 18 2020 Page 10 of 39

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

HPC to issue a subcontract modification to Kirlin Florida LLC in the deductive lump sum amount of $ (723000) Add to Owner Contingency $ 723000

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-S1) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is a 100 reduction in MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to KirlinFlorida LLC on BP-S00143 South Terminal C Phase 1 - Airside Terminal Structure and Enclosure (GMP No 6-S1) for the total deductive lump sumamount of ($723000) with funding credited to Passenger Facility Charges and General Airport Revenue Bonds

F Subcontractor Modifications for BP-S00143 (GMP No 6-S1) with Banker Steel Co LLC for CR0403-RFI 1604 Stair 161 and 162 Location and Stringer Support and CR0445-RFI 1703 Area 14 Soft Joint Support in Exterior Framing Clarification (CWA-BP-S143-007) Mr Guirges presented the memorandumrequesting approval for Hensel Phelps Construction (HPC) to issue SubcontractModifications on BP-S00143 South Terminal C Phase 1 - Airside Terminal Structure and Enclosure (GMP No 6-S1) at the Orlando International Airport in the total amount of $3449500 to Banker Steel Co LLC for CR0403-RFI1604 Stair 161 and 162 Location and Stringer Support and CR0445-RFI1703 Area 14Soft Joint Support in Exterior Framing Clarification (CWA-BP-S143-007) Bid Package for BP-S00143 0501 Structural Steel and Miscellaneous Metals has been previously awarded within GMP No 6-S1 to Banker Steel Co LLC CC No 20180410008

HPC is requesting to issue Subcontractor Modifications to Banker Steel Co LLC in the Lump Sum amounts of

1 $1531900 for CR0403-6S1-RFI 1604 Stair 161 and 162 Location andStringer Support The additional scope of work consists of necessarysteel members and stiffeners to support the stringer and allow installation of floor finish on the north edge of escalator pit 161 and on the south edge of escalator pit 162 per RFI 1604

2 $1917600 for CR0445-6S1-RFI 1703 Area 14 Soft Joint Support inExterior Framing Clarification The additional scope of work consistsof necessary steel members to support a soft joint for the exteriorframing in Area 14 per RFI 1703

The approval of these Subcontractor Modifications to Banker Steel Corp LLC resolves all requests for cost and time resulting from RFIs 1604 and 1703 scopes of work in GMP No 6-S1 Costs for Patching of Fireproofing and Insulation and Testing and Inspection if any will be submitted in a futureCR There are no cost impacts to GMP Nos 6-S 6-S2 6-S3 6-S4 6-S5 CR0445 closes out CWA-BP-S143-007

Minutes of the Construction Committee Meeting February 18 2020 Page 11 of 39

HPC has submitted documentation including the subcontractors 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 $ 3449500 Deduct from Owner Contingency $ (3449500)

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-S1) for this subcontract modification is Banker Steel Co LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue Subcontractor Modifications to Banker Steel Co LLC on BP-S00143 South Terminal C Phase 1 - Airside TerminalStructure and Enclosure (GMP No 6-S1) for the total lump sum amount of$3449500 with funding from Passenger Facility Charges and General AirportRevenue Bonds

G Subcontractor Modification for BP-S00144 (GMP No 6-S2) with Wal-Mark Contracting Group LLC for CR04152-6S2-RFIs 1667 and 16671 Ramp Level Overhang Framing and Insulation Mr Guirges presented the memorandum requesting approval for Hensel Phelps Construction (HPC) to issue a Subcontractor Modification on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes (GMP No 6-S2) at the Orlando International Airport in the total amount of $1841000 to Wal-Mark Contracting Group LLCfor CR04152-6S2-RFIs 1667 and 16671 Ramp Level Overhang Framing and Insulation Bid Package for BP-S144 0902 Framing and Drywall has been previously awarded within GMP No 6-S2 to Wal-Mark Contracting Group LLC CC No 20180605006

HPC is requesting to issue a Subcontractors Modification to Wal-Mark Contracting Group LLC in the total Lump Sum amount of $1841000 for CR04152-6S2-RFIs 1667 and 16671 Ramp Level Overhang Framing and Insulation The modified scope of work includes replacing the Smart Cl (Composite Insulation) system with conventional framing and batt insulation at the ramp level overhang per RFIs 1667 and 16671 response

The approval of this Subcontractor Modification to Wal-Mark Contracting GroupLLC resolves all requests for cost and time resulting from RFIs 1667 and 16671scope of work within GMP No 6-S2 Credits for the Ramp Level overhang metaldecking and composite insulation ldquoSmart Clrdquo were approved via CC 20191217003C Potential credit for the approximately 15250 SF of metal deck not installedin GMP No 6-S1 is being evaluated by the OAR and any cost for this creditwill be submitted in a future CR

HPC has submitted documentation including the subcontractors proposal tosupport this request An independent cost estimate is included By approving

Minutes of the Construction Committee Meeting February 18 2020 Page 12 of 39

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 Wal-Mark Contracting Group LLC in the lump sum amount of $ 1841000 Deduct from Owner Contingency $ (1841000)

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-S2) for this subcontract modification is Wal-Mark Contracting Group LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to Wal-MarkContracting Group LLC on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes (GMP No 6-S2) for the total lump sum amount of $1841000 with funding from Passenger Facility Charges and General Airport Revenue Bonds

H Subcontractor Modifications for BP-S00144 (GMP No 6-S2) with Wal-Mark Contracting Group LLC and Alpha Insulation and Waterproofing Inc forCR0449-6S2-RFI 18531 Roof Expansion Joint Framing at Parapet and CR04692-RFI 818 Series-Ramp Level Floor Fire Dampers without Floors Mr Guirges presented the memorandum requesting approval for Hensel Phelps Construction (HPC) to issue Subcontractor Modifications on BP-S00144 South Terminal CPhase 1 - Airside Enclosure and Exterior Finishes (GMP No 6-S2) at theOrlando International Airport in the total amount of $13070600 to Wal-Mark Contracting Group LLC and Alpha Insulation and Waterproofing Inc forCR0449-6S2-RFI 18531 Roof Expansion Joint Framing at Parapet and CR04692-RFI 818 Series-Ramp Level Floor Fire Dampers without Floors

Bid Package for BP-S00144 0902 Framing and Drywall has been previously awarded within GMP No 6-S2 to Wal-Mark Contracting Group LLC CC No20180605006

Bid Package for BP-S144 0701 Caulking and Waterproofing has been previously awarded within GMP No 6-S2 to Alpha Insulation and Waterproofing Inc CCNo 20180605006

HPC is requesting to issue the following Subcontractor Modifications

Wal-Mark Contracting Group LLC in the Lump Sum amount $3600600 for CR0449-6S2-RFI 18531 Roof Expansion Joint Framing at Parapet Themodified scope of work includes costs for the up-sized framing from 6-inch to 8-inch studs with additional plates at the expansion joint roof parapets in lieu of installing structural steel support per RFI 18531

Wal-Mark Contracting Group LLC in the Lump Sum amount $9237900 for CR04692-RFI 818 Series-Ramp Level Floor Fire Dampers without FloorsThe modified scope of work consists of additional framing and drywall

Minutes of the Construction Committee Meeting February 18 2020 Page 13 of 39

for the horizontal and vertical shaft enclosures in Areas 14 17 and 25only

Alpha Insulation and Waterproofing Inc in the Lump Sum amount of $232100 for CR04692-RFI 818 Series-Ramp Level Floor Fire Damperswithout Floors The modified scope of work adds firestopping to the wallshown on sheet Al3125 which changed to a 2-hours rated wall in Area 25

The approval of these Subcontractor Modifications to Wal-Mark ContractingGroup LLC and Alpha Insulation and Waterproofing Inc resolves all requests for costs resulting from the scopes of work in RFI 1853 series in GMP No 6-S2 and RFI 0818 series for Areas 14 17 and 25 only in GMP No 6-S2 Cost impacts to GMP No 6-S1 were submitted in CR04691-6S1-RFI 0818 Series-Ramp Level Floor Fire Dampers without Floors Cost impacts for Drawing Areas 1516 18 19 20 21 22 23 24 26 27 28 29 30 31 32 and 33 included inthe responses to RFI 0818 series if any will be submitted in a future CRThere are no cost impacts to GMP Nos 6-S 6-S3 6-S4 and 6-S5 HPC willsubmit TIA-079 requesting additional time associated with RFI 0818 seriesscope of work The OAR will evaluate TIA-079 and any time recommended to begranted will be submitted at a future CCM

HPC has submitted documentation including the subcontractors proposal tosupport their request An independent cost estimate is included

By approving this request the Owner does not waive its right to enforce thecontract 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 Wal-Mark Contracting Group LLC in the lump sum amount of $ 12838500 HPC to issue a subcontract modification to Alpha Insulation and Waterproofing Inc in the lump sum amount of $ 232100 Deduct from Owner Contingency $ (13070600)

Hensel Phelps Construction is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractors identified and committed to participate on BP-S00144 (GMP No 6-S2) for these subcontractor modifications are Wal-Mark Contracting LLC (Non-MWBELDBVBE) and Alpha Insulation and Waterproofing Inc (Non-MWBELDBVBE) There is no small business participation associated with these modifications

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue Subcontractor Modifications to Wal-MarkContracting Group LLC and Alpha Insulation and Waterproofing Inc on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes(GMP No 6-S2) for the total lump sum amount of $13070600 which includesthe lump sum amount of $12838500 to Wal-Mark Contracting Group LLC and the lump sum amount of $232100 to Alpha Insulation and Waterproofing Inc withfunding from Passenger Facility Charges and General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 14 of 39

I Subcontractor Modification for BP-S00144 (GMP No 6-S2) with Wal-Mark Contracting Group LLC for CR0458-6S2-RFI 1583 Gypsum Wallboard on EastExterior Wall (VE) Mr Guirges presented the memorandum requesting approval for Hensel Phelps Construction (HPC) to issue a Subcontractor Modification on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes(GMP No 6-S2) at the Orlando International Airport in the total deductiveamount of ($7689000) to Wal-Mark Contracting Group LLC for CR0458-6S2-RFI1583 Gypsum Wallboard on East Exterior Wall (VE) Bid Package for BP-S00144 0902 Framing and Drywall has been previously awarded within GMP No 6-S2 to Wal-Mark Contracting Group LLC CC No 20180605006

Hensel Phelps Construction is requesting to issue Subcontractors Modifications to Wal-Mark Contracting Group LLC in the total deductive Lump Sum amount of ($7689000) for CR0458-6S2-RFI 1583 Gypsum Wallboard on East Exterior WallContract Documents indicated an interior partition wall adjacent to an exterior wall system which also included a gypsum wallboard partition It was determined that the drywall associated with the exterior wall system could be deleted if inner curved partition could be extended to the deck The modified scope of work includes costs for the additional framing and drywall to extend the curved partition to the decking and includes credit for the deletion of the inner gypsum wallboard in Area 14 and Areas 25 through 32 of the North Airside Concourse per RFI 1583 and OAR responses

The approval of this Subcontractor Modification to Wal-Mark Contracting Group LLC resolves all requests for cost and time resulting from RFI 1583 scope ofwork

HPC has submitted documentation including the subcontractors 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 Wal-Mark Contracting Group LLC in the deductive lump sum amount of $ (7689000) Add to Owner Contingency $ 7689000

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-S2) for this subcontract modification is Wal-Mark Contracting Group LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to Wal-MarkContracting Group LLC on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes (GMP No 6-S2) for the total deductive lumpsum amount of ($7689000) with funding credited to Passenger Facility Charges and General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 15 of 39

J Subcontractor Modification for BP-S00146 (GMP No 7-S) with Banker Steel Co LLC for CR04721-LST-RFIs-2312 and 23121-Roof Stair 4x4 HSS Flashing 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 theOrlando International Airport in the total amount of $302500 to Banker Steel Co LLC for CR04721-LST-RFI-2312 and 23121-Roof Stair 4x4 HSS Flashing Bid Package 500 Structural Steel was previously awarded within GMP No 7-S to Banker Steel Co LLC CC No 20180313010

TKJV is proposing a subcontract modification to Banker Steel Co LLC in the total lump sum amount of $302500 for CR04721-LST-RFIs-2312 and 23121-RoofStair 4x4 HSS Flashing Previously approved CR0472 was based on RFI 2312 which included costs for supplemental steel to address flashing on the adjacent lower roofs and included two stair locations Each staircase revised in RFI 2312 included a set of staircases but CR 0472 only included costs for 2stairs The contractor requested clarification in RFI 23121 that the condition applied to all 4 stairs located at the lower roof which was confirmed Thescope of work in this request consists of all costs associated with the supplemental steel for the other 2 stairs

The approval of this subcontract modification to Banker Steel Co LLC resolves all requests for costs and time associated with LST RFI 23121

TKJV has submitted documentation including the subcontractors 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

Current GMP Line Item 6 value $ 137804300 TKJV to issue a subcontract modification to Banker Steel Co LLC in the lump sum amount of $ 302500 Deduct from Line Item 6 $ (302500) Remaining GMP Line Item 6 Value $ 137501800

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 Banker Steel Co LLC (Non-MWBELDBVBE) There is 825 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Banker Steel Co LLC on BP-S00146 South Terminal C Phase 1 - Landside Terminal Structure and Enclosure (GMP No 7-S) for the total lump sum amount of$302500 with funding from Passenger Facility Charges and General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 16 of 39

K Subcontractor Modification for BP-S00146 (GMP No 7-S) with Banker Steel Co LLC for CR0680-LST-RFI 29471-West Prow and Truss Deflection 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 theOrlando International Airport in the total amount of $3177200 to Banker Steel Co LLC for CR0680-LST-RFI 29471-West Prow and Truss Deflection Bid Package 500 Structural Steel was previously awarded within GMP No 7-S toBanker Steel Co LLC CC No 20180313010

TKJV is proposing a subcontract modification to Banker Steel Co LLC in the total lump sum amount of $3177200 for CR0680-LST-RFI 29471-West Prow and Truss Deflection Although the west prow structural steel deflections wereanticipated the deflected condition caused the sag rods and wind girts for the exterior wall in this area to be out of alignment with the exterior walland curtain wall systems RFI 29471 requested direction on bringing the sag rods and wind girts back into correct elevations The modified scope of work consists of changes to sag rod connections at the west prow revision of vertical location of sag rod connections and clips at GL L2 on Atrium HSSCross Truss as confirmed by RFI 29471

The approval of this subcontract modification to Banker Steel Co LLC resolves all requests for costs and time associated with LST RFIs 2947 and 29471

TKJV has submitted documentation including the subcontractors 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 Banker Steel Co LLC in the lump sum amount of $ 3177200 Current GMP No 7-S Line Item 6 Value $ 140981500 Deduct from Line Item $ (3177200) Remaining GMP No 7-S Line Item 6 Value $ 137804300

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 Banker Steel Co LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Banker Steel Co LLC on BP-S00146 South Terminal C Phase 1 - Landside Terminal Structure and Enclosure (GMP No 7-S) for the total lump sum amount of$3177200 with funding from General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 17 of 39

L Subcontractor Modifications for BP-S00147 (GMP No 7-S1) with MSE2 Inc dba Mader Southeast for CR05641-LST-Bulletin 23 Drywall-Backing and Framing for Added Devices CR0595-LST-Bulletin 32-Drywall and CR0599-LST-RFI 1980-Wall Type around Columns Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue Subcontract Modifications onBP-S00147 South Terminal C Phase 1 - Landside Terminal Remaining Structures and Systems (GMP No 7-S1) at the Orlando International Airport in the total amount of $834800 to MSE2 Inc dba Mader Southeast for CR05641-LST-Bulletin 23 Drywall-Backing and Framing for Added Devices CR0595-LST-Bulletin 32-Drywall and CR0599-LST-RFI 1980-Wall Type Around Columns at Area 9 Bid Package 910 Drywall and Framing was previously awarded within GMP No 7-S1 to MSE2 Inc dba Mader Southeast CC No 20181002009

TKJV is proposing the following subcontract modifications to MSE2 Inc dba Mader Southeast in the respective lump sum amounts of

1 $611700 for CR05641-LST-Bulletin 23 Drywall-Backing and Framing forAdded Devices The modified scope of work consists of additional backing and framing for devices and smoke dampers as per LST Bulletin 23

2 $294800 for CR0595-LST-Bulletin 32-Drywall The modified scope of work consists of additional costs for backing and blocking added signage as per LST Bulletin 32 revisions

3 ($71700) for CR0599-LST-RFI 1980-Wall Type Around Columns at Area 9 The modified scope of work consists of deletion of framing and drywall around columns at LST Area 9 Level 1 that were replaced with CMU perRFI 1980

The approval of these subcontract modifications to MSE2 Inc dba Mader Southeast resolves all requests for cost and time for

1 CR05641 with LST Bulletin 23 for Drywall in GMP No 7-S1 CR0564 for low voltage was submitted 10012019

2 CR0595 with LST Bulletin 32 for Drywall in GMP No 7-S1 There will beadditional costs forthcoming for signage in GMP No 7-S2 once the subcontract agreement is awarded There will be no costs for GMP No 7-S or GMP No 7-S3

3 CR0599 for all requests for cost and time associated with RFI 1980

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

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

TKJV to issue a subcontract modification to MSE2 Inc dba Mader Southeast in the lump sum amount of $ 611700 TKJV to issue a subcontract modification to MSE2 Inc dba Mader Southeast in the lump sum amount of $ 294800 TKJV to issue a subcontract modification to MSE2 Inc dba Mader Southeast in the lump sum amount of $ (71700) Deduct from PI Owner Contingency $ (587600) Deduct from P1X Owner Contingency $ (247200)

Minutes of the Construction Committee Meeting February 18 2020 Page 18 of 39

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-S1) for this subcontract modification is MSE2 Inc dba Mader Southeast (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue Subcontractor Modifications to MSE2 Inc dba Mader Southeast on BP-S00147 South Terminal C Phase 1 - LandsideTerminal Remaining Structures and Systems (GMP No 7-S1) for the total lumpsum amount of $834800 with funding from Passenger Facility Charges and General Airport Revenue Bonds

M Subcontractor Modifications for BP-S00150 (GMP No 9-S) with Skybuilders USA LLC for CR0362-PKG-Rental Extension Temporary Wall Protection Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando InternationalAirport in the total amount of $3903600 to Skybuilders USA LLC for CR0362-PKG-Rental Extension Temporary Wall Protection Bid Package 3100 Demolition was previously awarded within GMP No 9-S to Skybuilders USA LLC CC No 2017101016

TKJV is proposing a subcontract modification to Skybuilders USA LLC in thetotal lump sum amount of $3903600 for CR0362-PKG-Rental Extension TemporaryWall Protection he modified scope of work consists of all additional costsassociated with the rental extension of temporary wall protection for 8 months from October 18 2019 to June 20 2020 for 2478 LF of temporary panels 2195 LF of windscreen and 533 sandbags and rental extension for 4 months from February 20 2020 to June 20 2020 for 444 LF of temporary panels andwindscreen and 150 sandbags in various locations in the parking garage

The approval of this subcontract modification to Skybuilders USA LLC resolves all requests for costs and time resulting from the scope of work associated with CR0362

TKJV has submitted documentation including the subcontractors 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 Skybuilders USA LLC in the lump sum amount of $ 3903600 Deduct from CMAR Contingency $ (3903600)

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 Skybuilders USA LLC (MWBELDB) There is a 100 MWBE participation associated with this modification

Minutes of the Construction Committee Meeting February 18 2020 Page 19 of 39

Vice Chair Sharman asked if the completed eligibility was received for thisitem Ms Hinds answered yes

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Skybuilders USA LLC on BP-S00150 South Terminal C Phase 1 - Parking Facility- Phase 1 (GMP No 9-S) for the total lump sum amount of $3903600 with funding from Customer Facility Charges and General Airport Revenue Bonds

N Subcontractor Modification for BP-S00150 (GMP No 9-S) with Gulf Mechanical Contractors LLC for CR0492-PKG-RFI 1968-Electrical Room Door Size ChangesMr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando International Airport in the total amount of $167700 to Gulf Mechanical Contractors LLC for CR0492-PKG-RFI 1968 Series-Electrical Room Door SizeChanges Bid Package for 2200 Plumbing was previously awarded within GMPNo 9-S to Gulf Mechanical Contractors LLC CC No 20171010016

TKJV is proposing a subcontract modification to Gulf Mechanical ContractorsLLC in the total lump sum amount of $167700 for CR0492-PKG-RFI1968 Series-Electrical Room Door Size Changes The modified scope of work consists of all labor and material to trench and excavate reconfigured PVC pipes and fittingsrequired to accommodate a changed door opening dimension due to the responsefrom RFI 1968

The approval of this subcontract modification to Gulf Mechanical Contractors LLC resolves all requests for cost and time associated with RFI 1968 series for GMP No 9-S Remaining costs for RFI 1968 were previously submitted under GMP No 9-S1 as CR04921-PKG-RFI 1968-Electrical Room Door Size Changes

TKJV has submitted documentation including the subcontractors 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 cost or time

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

TKJV to issue subcontract modification to Gulf Mechanical Contractors LLC in the lump sum amount of $ 167700 Deduct from Owner Contingency $ (167700)

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 Gulf Mechanical Contractors LLC (Non-MWBELDBVBE) There is no small businessparticipation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Gulf

Minutes of the Construction Committee Meeting February 18 2020 Page 20 of 39

Mechanical Contractors LLC on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $167700 with funding from Customer Facility Charges and General Airport Revenue Bonds

O Subcontractor Modification for BP-S00150 (GMP No 9-S) with CCK ConstructionServices Inc for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU Mr Guirges presented the memorandum requesting approvalfor Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando International Airport in the total amount of $816800 to CCK Construction Services Inc for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU Bid Package 30 Concrete was previouslyawarded within GMP No 9-S to CCK Construction Services Inc CC No2017101016

TKJV is proposing a subcontract modification to CCK Construction ServicesInc in the total lump sum amount $816800 for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU The modified scope consists ofall materials and labor required for the additional footer and the Cast inPlace (CIP) tie beams as per RFI 1877

The approval of this subcontract modification resolves all requests for cost and time associated with RFI 1877 for GMP No 9-S Costs for Miscellaneous metals subcontractors will be submitted under CR 05531 for GMP No 9-S1

TKJV has submitted documentation including the subcontractors 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 CCK Construction Services Inc in the lump sum amount of $ 816800 Deduct from Owner Contingency $ (816800)

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 CCK Construction Services Inc (Non-MWBELDBVBE) There is 189 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to CCK Construction Services Inc on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $816800 with funding from Customer Facility Charges and General Airport Revenue Bonds

P Subcontract Award for BP-S00150 (GMP No 9-S) with Fine Tune Services LLC for CR0630-PKG-Rough and Final Cleaning Award Mr Guirges presented thememorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) toissue a Subcontract Award on BP-S00150 South Terminal C Phase 1 ParkingFacility - Phase 1 (GMP No 9-S) at the Orlando International Airport in thetotal amount of $15450000 to Fine Tune Enterprises Inc for CR0630-PKG-

Minutes of the Construction Committee Meeting February 18 2020 Page 21 of 39

Rough and Final Cleaning Award Bid Package for BP-S150 Parking FacilityPhase 1 was previously awarded to TKJV reference CC No 2017101016

TKJV is proposing a subcontract award for CR0630-PKG-Rough and Final Cleaning The scope of the award is for the cleaning of all concrete structures floorselevators and finished areas for the parking garage phase 2 in accordance with bid package 174 dated August 1 2019 and documents through PKG DSI 4 andCWS Bulletin 12 and as described in the Fine Tune Enterprises Inc proposal

The approval of this subcontract award to Fine Tune Enterprises Inc resolvesall costs associated with PKG Bid Package 174 and documents through DSI 4 andCWS Bulletin 12

TKJV has submitted documentation including the subcontractors 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 Subcontract Award for this project is as follows

TKJV to issue Subcontract Award to Fine Tune Enterprises Inc in the lump sum amount of $ 15450000 GMP Line Item 17 current balance $ (7500000) Deduct from P1 CMAR Contingency $ (6921000) Deduct from CWE CMAR Contingency $ (1029000) GMP Line Item 17 remaining balance $ 000

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 award is Fine Tune Enterprises Inc (MWBELDB) There is 100 MWBE participation associated with this award

Vice Chair Sharman asked if this request includes the cost for cleaning the canopies Mr Guirges stated that although the canopies are not installedyet this item includes final cleaning under the canopy area Ms Stockerl agreed that the estimate included the cost of final cleaning once the canopies are installed Vice Chair Sharman stated that funding is partially from the Campus Wide Improvements project Mr Ruohomaki stated that the funding sources can be re-evaluated if necessary Vice Chair Sharman agreed that the funding can be revised if needed

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontract Award to Fine Tune Enterprises Inc on BP-S00150 South Terminal C Phase 1 - Parking Facility- Phase 1 (GMP No 9-S) for the total lump sum amount of $15450000 withfunding from Customer Facility Charges and General Airport Revenue Bonds

Q Subcontractor Modification for BP-S00150 (GMP No 9-S) with CCK ConstructionServices Inc for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement 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 $156000 to CCK Construction

Minutes of the Construction Committee Meeting February 18 2020 Page 22 of 39

Services Inc for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement Bid Package 30 Concrete was previously awarded within GMP No 9-S to CCKConstruction Services Inc CC No 2017101016

TKJV is proposing a subcontract modification to CCK Construction ServicesInc in the total lump sum amount $156000 for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement The modified scope consists of additional laborand material to cut splice and adjust the promenade slab reinforcement

The approval of this subcontract modification resolves all requests for cost and time associated with PKG RFI 19851

TKJV has submitted documentation including the subcontractors 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 CCK Construction Services Incin the lump sum amount of $ 156000 Deduct from CMAR Contingency $ (156000)

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 CCK Construction Services Inc (Non-MWBELDBVBE) There is no small businessparticipation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to CCK Construction Services Inc on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $156000 with funding from Customer Facility Charges and General Airport Revenue Bonds

R Subcontractor Modification for BP-S00151 (GMP No 9-S1) with Quality Cable Contractors Inc for CR04301-PKG-Bulletin 10 and RFI 2690-Low Voltage Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00151 South Terminal C Phase 1 - Parking Facility Phase 2 (GMP No 9-S1) at the Orlando International Airport in the total amount of $5225700 to Quality Cable Contractors Inc for CR04301-PKG-Bulletin 10 and RFI 2690-Low Voltage Bid package 2800 Low Voltage Electrical was previously awarded within GMP No 9-S1 Parking Facility Phase 2 to Quality Cable Contractors Inc CC No2018092525A

TKJV) is proposing a subcontract modification to Quality Cable Contractors Inc in the total lump sum amount of $5225700 for CR04301-PKG-Bulletin 10and RFI 2690-Low Voltage The modified scope of work consists of additional materials labor and equipment for ten (10) additional access controls at PKGdoors and the credit associated with the blue phone and camera outletsrevisions per PKG Bulletin 10 and RFI 2690

Minutes of the Construction Committee Meeting February 18 2020 Page 23 of 39

The approval of this subcontract modifications to Quality Cable ContractorsInc resolves all requests for costs and time resulting from PKG Bulletin 10 and RFI 2690 for GMP No 9-S1 CR0430 was submitted for GMP No 9-S CC No20190910021 This request resolves all requests for cost and time for RFI2690 for Low Voltage costs for the hardware changes for Taylor Cotton amp Ridley Inc GMP No 9-S1 was submitted under CR0776

TKJV has submitted documentation including the subcontractors 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 award to Quality Cable Contractors Inc in the lump sum amount of $ 5225700 Deduct from Owner Contingency $ (5225700)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00151 (GMP No 9-S1) for this subcontractor modificationis Quality Cable Contractors Inc (MWBELDB) There is 100 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Quality Cable Contractors Inc on BP-S00151 South Terminal C Phase 1 - ParkingFacility Phase 2 (GMP No 9-S1) for the total lump sum amount of $5225700 with funding from Customer Facility Charges and General Airport Revenue Bonds

S Subcontractor Modification for BP-S00163 (GMP No 5-S5) with The Middlesex Corporation for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place (CIP)Rectangular Beam Canopy Anchor Bolt Locations Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) toissue a Subcontract Modification on BP-S00163 South Terminal C Phase 1 -EnplaneDeplane Bridge and Roadways Balance of Work - FDOT (GMP No 65-S5)at the Orlando International Airport in the total amount of $2295700 to The Middlesex Corporation for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place(CIP) Rectangular Beam Canopy Anchor Bolt Locations Bid Package 3400 EnplaneDeplane Bridge-Combined Piers and Piles was previously awarded within GMP No 5-S5 EnplaneDeplane Bridge and Roadways Balance of Work -FDOT to The Middlesex Corporation CC No 20180605007

TKJV is proposing a subcontract modification to The Middlesex Corporation in the total lump sum amount of $2295700 for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place (CIP) Rectangular Beam Canopy Anchor Bolt Locations The CIP beams were formed and rebar installed but were found to have a discrepancy between the LSC (Landside Civil) and LST (Landside Terminal) drawings with thecanopy anchor bolt locations RFI 3051 response confirmed that the proposed structural adjustment to drill and epoxy the rebar inside the limits of the CIP rectangular beam is acceptable RFI 30511 response confirmed that the proposed epoxy product is acceptable RFI 3249 response provided the details of alternative reinforcement at the canopy column locations The modifiedscope of work consists of all the labor material and equipment costs

Minutes of the Construction Committee Meeting February 18 2020 Page 24 of 39

associated with the relocation of the anchor bolts and the structural adjustments required as per the EOR responses to RFIs 3051 30511 and 3249

The approval of this subcontract modification to The Middlesex Corporationresolves all requests for cost and time resulting from RFIs 3051 30511 and3249

TKJV has submitted documentation including the subcontractors 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 $ 2295700 Deduct from Phase 1 CMAR Contingency $ (2295700)

Due to the funding source of this GMP No 5-S5 Turner-Kiewit Joint Ventureproposed a 20 DBE participation goal for Bid Package 3400 EnplaneDeplane Bridge and Roadways Balance of Work - FDOT in lieu of MWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by this modification The subcontractor identified and committed to participate on BP-S00163 (GMP No 5-S5) for this subcontract modification is The Middlesex Corporation(Non-DBE) There is no DBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to The Middlesex Corporation on BP-S00163 South Terminal C Phase 1 - EnplaneDeplane Bridge and Roadways Balance of Work - FDOT (GMP No 5-S5) for the total lumpsum amount of $2295700 with funding from Passenger Facility Charges

T Subcontractor Modification for BP-S00168 (GMP No 6-S4) with MC Dean Inc for CR03382-6S4 ASC RFI 1621 Emergency Communications System (ECS) Speakersndash Low Voltage Mr Guirges presented the memorandum requesting approval forHensel Phelps Construction (HPC) to issue Subcontract Modifications on BP-S00168 South Terminal C Phase 1 - Interior Finishes and Specialties (GMPNo 6-S4) at the Orlando International Airport in the total amount of $2102300 to MC Dean Inc for CR03382-6S4 ASC RFI1621 EmergencyCommunications System (ECS) Speakers - Low Voltage Bid Package BP-S168 2701ASC Low Voltage Systems was previously awarded within the GMP No 6-S4 toMC Dean Inc CC No 20181002010

HPC is requesting to issue a Subcontractor Modification to MC Dean Inc in the total Lump Sum amount of $2102300 for CR03382-6S4 ASC RFI 1621 Emergency Communications System (ECS) Speakers - Low Voltage The response to RFI 1621 provided updated Technology drawings and schedule showing the Low VoltageRequirements for the Type 4 Wall Mount Emergency Communications SystemsSpeakers in Transfer Level Areas 16 and 17 The modified scope of work consistsof the costs associated with the additional conduits and 1-port Cat 6 cables required to those speakers for the low voltage scope per RFI 1621 response and sketches

Minutes of the Construction Committee Meeting February 18 2020 Page 25 of 39

The approval of this Subcontractor Modification to MC Dean Inc resolves all requests for cost and time resulting from RFI 1621 in GMP No 6-S4 Cost impacts for Electrical work associated with RFI 1621 in GMP No 6-S2 will besubmitted via CR03381-6S2-0143 There is no cost impact for RFI 1621 in GMP Nos 6-S 6-S1 6-S3 6-S5 or 6-S6

HPC has submitted documentation including the subcontractors 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 MC Dean Inc in the lump sum amount of $ 2102300 Deduct from Owner Contingency $(2102300)

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-S4) for this subcontract modification is MC Dean Inc (Non-MWBELDBVBE) There is 835 MWBE participationassociated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue Subcontractor Modifications to MC Dean Inc on BP-S00168 South Terminal C Phase 1 - Interior Finishes andSpecialties (GMP No 6-S4) for the total lump sum amount of $2102300 with funding from Passenger Facility Charges and General Airport Revenue Bonds

U Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0609-LST-RFIs 2513 25131 and 25132-Sink type per Location Verification Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $295100 to Kirlin Florida LLC for CR0609-LST-RFIs 2513 25131 and 25132- Sink type per Location Verification Bid Package BP 2300 Plumbing andHVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $295100 for CR0609-LST-RFIs 2513 25131 and 25132- Sink type per Location Verification The modified scope of work consists ofall costs associated with the change in fixture specification for the AG Lab sink from the S-2 tag to a custom steel two-bay sink with two drain boards disposal cone washout spray vacuum breaker solenoid valve and piping as captured in RFI 2513 confirmation of custom sink model number per RFI 25131 and the confirmation of the disposal waste drain opening size in RFI 25132

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFIs 2513 25131 and 25132

TKJV has submitted documentation including the subcontractors proposal to support their request An independent cost estimate is included By approving

Minutes of the Construction Committee Meeting February 18 2020 Page 26 of 39

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 Kirlin Florida LLC in the lump sum amount of $ 295100 Deduct from Owner Contingency $ (295100)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $295100with funding from General Airport Revenue Bonds

V Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0621-LST-RFI 2544- Missing Civil Storm Pipe Correction Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the OrlandoInternational Airport in the total amount of $563200 to Kirlin Florida LLCfor CR0621-LST-RFI 2544-Missing Civil Storm Pipe Connection Bid Package BP 2300 Plumbing and HVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No 2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $563200 for CR0621-LST-RFI 2544-Missing Civil Storm Pipe Connection The modified scope of work consists of all additional costsassociated with a net add of underground plumbing piping to correspond withthe new civil design between L1 and L2 per RFI 2544

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 2544

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the lump sum amount of $ 563200 Deduct from P1 Owner Contingency $ (563200)

Minutes of the Construction Committee Meeting February 18 2020 Page 27 of 39

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $563200with funding from Passenger Facility Charges and General Airport Revenue Bonds

W Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0710-LST-RFI 1727-AC Humidifiers Missing Domestic Chilled Water (DCW) Piping Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $446500 to Kirlin Florida LLC for CR0710-LST-RFI 1727-AC Humidifiers Missing Domestic Chilled Water (DCW) Piping Bid Package BP 2300 ldquoPlumbing andHVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $446500 for CR0710-LST-RFI 1727-AC humidifiersmissing DCW pipe The modified scope of work consists of additional domesticcold-water connections and piping for the AC units with humidifiers

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 1727

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the lump sum amount of $ 446500 Deduct from CMAR Phase 1 Contingency $ (324700) Deduct from CMAR Phase 1X Contingency $ (121800)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Minutes of the Construction Committee Meeting February 18 2020 Page 28 of 39

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $446500with funding from Passenger Facility Charges and General Airport Revenue Bonds

X Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0753-LST-RFI 2368-Duct Blanket R-Value 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-S3) at the OrlandoInternational Airport in the total deductive amount of ($6747700) to Kirlin Florida LLC for CR0753-LST-RFI 2368-Duct Blanket R-Value Bid Package BP 2300 Plumbing and HVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No 2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal deductive lump sum amount of ($6747700) for CR0753-LST-RFI 2368-DuctBlanket R-Value The modified scope of work consists of all additions anddeductions associated with the use of a 233-inch-thick 34-lbcu mineralfiberglass blanket instead of the specified 2-inch thick 15-lbcu mineralfiberglass blanket on HVAC duct systems per RFI 2368

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 2368

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the deductive lump sum amount of $ (6747700) Add to P1 Owner Contingency $ 4907600 Add to P1X Owner Contingency $ 1840100

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-DBEMWBELDBVBE) There is a reduction of 100 DBE participationassociated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin

Minutes of the Construction Committee Meeting February 18 2020 Page 29 of 39

Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total deductive lump sum amount of($6747700) with funding credited to Passenger Facility Charges and GeneralAirport Revenue Bonds

Y Subcontractor Modifications for BP-S00173 (GMP No 7-S3) with MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Mr Guirges presented the memorandum requesting approval forTurner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $985400 to MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Bid Package BP 2600 Electrical waspreviously awarded within GMP No 7-S3 to MC Dean Inc CC No 2018100211

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $575400 for CR06161-LST RFI 2611-Missing PACSEnclosures RFI 2611 requested information regarding routing of PACS (Physical Access Control System) door panels to IDF rooms innear US Customs and Border Protection (CBP) spaces The modified scope of work consists of all labor material and equipment associated with the addition of power for (11) PACS enclosures as captured in RFI 2611

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $410000 for CR0692-LST-Bulletin 31-Electrical Themodified scope of work consists of all costs associated with the confirmed Electrical panel additions per new circuit descriptions andload updates

The approval of these subcontract modifications to MC Dean Inc as proposedin CR06161-LST RFI 2611-Missing PACS Enclosures resolves all requests forcosts and time associated with LST RFI 2611 for GMP No 7-S3 Electrical CR0616 CC No 20191217-3-1 resolved all cost and time for GMP No 7-S1 LowVoltage There will be no forthcoming CRs for RFI 2611

The approval of this subcontract modification as proposed to MC Dean inCR0692-LST-Bulletin 31-Electrical Inc resolves all requests for costs andtime associated with LST Bulletin 31 Electrical scope A CR for GMP No 7-S1Low voltage scope is forthcoming

TKJV has submitted documentation including the subcontractors 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 for CR06161 to MC Dean Inc in the lump sum amount of $ 575400 TKJV to issue a subcontract modification for CR0692 to MC Dean Inc in the lump sum amount of $ 410000 Deduct from PI Owner Contingency $ (985400)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on

Minutes of the Construction Committee Meeting February 18 2020 Page 30 of 39

BP-S00173 (GMP No 7-S3) for this subcontract modification is MC Dean Inc(Non-DBE) There is no small business participation associated with thismodification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue Subcontractor Modifications to MC Dean Inc on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $985400 withfunding from General Airport Revenue Bonds

Z Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0662-AFC-Power and Laydown Yard to QC Lab Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $2817800 to Kiewit Infrastructure South Cofor CR0662-AFC-Power and Laydown Yard to QC Lab Bid Package 34101 Site Electrical and Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $2817800 for CR0662-AFC-Power and Laydown Yard to QC Lab The scope of work consists of all labor material and equipmentrequired to install the power to the Quality Control (QC) lab located off Wiley Road from the Security Check Point and construct a lay-downparking areaat the QC lab and subsequently remove it when the lab is no longer needed The dimensions for the base material needed for the lay-downparking area are 50-foot by 50-foot next to the lab and 12-foot by 30-foot in front of the lab

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Power and Laydown Yard to QC Lab scope of work

TKJV has submitted documentation including the subcontractors 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 Kiewit Infrastructure South Co in the lump sum amount of $ 2817800 Deduct from P1 Owner Contingency $ (1551700) Deduct from P1X Owner Contingency $ (1266100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Minutes of the Construction Committee Meeting February 18 2020 Page 31 of 39

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $2817800 with fundingfrom General Airport Revenue Bonds

AA Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0672-AFC-Test Pit Remediation Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $6069900 to Kiewit Infrastructure South Co forCR0672-AFC-Asphalt Millings Shortage Bid Package 34101 Site Electricaland Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $6069900 for CR0672-AFC-Asphalt MillingsShortage The modified scope of work consists of all costs associated withasphalt milling RAP (Reclaimed Asphalt Pavement) for use on crane pads accessroad and pedestrian paths as tracked by the time and material (TampM) tickets

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Asphalt Millings Shortage

TKJV has submitted documentation including the subcontractors proposal to support their request An independent cost review 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 Kiewit Infrastructure South Co in the lump sum amount of $ 6069900 Deduct from P1 Owner Contingency $ (2724800) Deduct from P1X Owner Contingency $ (3345100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is 87 LDB participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $6069900 with fundingfrom General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 32 of 39

GENERAL

REQUEST FOR APPROVAL TO REIMBURSE THE HYATT FOR WORK PERFORMED DURING BP-00474HYATT REGENCY GUEST ROOMCORRIDOR RENOVATION AT THE ORLANDO INTERNATIONAL AIRPORT 4 Ms Grant presented the memorandum dated February 18 2020 along with aninvoice from Hyatt Regency dated September 30 2019 for BP-00474 Hyatt GuestRoomCorridor Renovation at the Orlando International Airport The invoice is to provide reimbursement for emergency work to clean the 7th Floor after a sprinkler activation repair cut phone lines in several rooms and clean rooms for turnover which was not completed by the General Contractor (GC) in time to turn over thoserooms

If approved this reimbursement would be effective February 18 2020

Ms Schneider asked if the contractor was back-billed for this Mr Ruohomaki answered no that this is a negotiated settlement Vice Chair Sharman stated that this was done to finish the renovations and open the areas earlier which was in the best interest of the Aviation Authority

Vice Chair Sharman asked if R W Block Consulting Inc had reviewed the invoiceand will sign-off on it Mr Kurek answered yes it will be signed

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve to Reimbursethe Hyatt Regency for Work performed during BP-00474 Hyatt Guest RoomCorridor Renovation for the total lump sum fee amount of $926994 with funding frompreviously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 107 TO THE CONTINUING PROGRAMAND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR A NO-COST STAFFING CHANGE FOR THE CONSTRUCTION PHASE OAR SERVICES FOR BP-00482 GATE E-50 AND CHECKPOINT CHARLIE DEVELOPMENT ATTHE ORLANDO INTERNATIONAL AIRPORT 5 Mr Sorondo presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 5 2020 for a No-Cost Staffing Change for the Construction Phase OAR Services forBP-00482 Gate E-50 and Checkpoint Charlie Development at the Orlando International Airport On September 24 2019 the Construction Committee approved Addendum No107 to the above-referenced agreement in the amount of $24677100 for ConstructionPhase OAR Services Since that time a no-cost staffing change is being requested to replace the JMATT Construction Services LLC Senior Inspector who is stillengaged on another project with an A2 Group Inc Inspector and a Geotech Consultants International Inc dba GCI Inc Senior Inspector as furthered described in the Consultantrsquos proposal

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contractrsquos MWBELDBVBE specifications and determined that the proposed no-cost staffing change includes a reduction to JMATT Construction Services LLC (MWBE)in the amount of ($5355000) and an add to A2 Group Inc (DBE) in the amount of$2100000 resulting in an overall 28 MWBE participation for this Addendum No 107 and Amendment Nos 1 and 2

Vice Chair Sharman asked if Geotech Consultants International Inc dba GCI Inc was switching subconsultants Mr Sorondo answered yes

Minutes of the Construction Committee Meeting February 18 2020 Page 33 of 39

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 107 to the Continuing Program and Project Management Services (OARPrime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for No-Cost Staffing Change for the Construction Phase OAR Services for BP-00482 Gate E-50 and Checkpoint Charlie Development there is no fiscal impact associatedwith this item

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN AMENDMENT TO PURCHASING CONTRACT 01-20 PERSONNEL SCREENING SERVICES WITH COVENANT AVIATION SECURITY AT THE ORLANDO INTERNATIONAL AIRPORT 6 Mr Shedek presented the memorandum dated February 18 2020 for Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC at the Orlando International Airport On January 7 2020 the Construction Committee approved Agenda Item No 11 for anAmendment to Purchasing Contract 01-20 Personnel Screening Services with CovenantAviation Security LLC for Personnel Screening Services on BP-00491 West Security Screening Checkpoint Expansion - Package 2 for a total not-to-exceed expense amountof $200000 with funding from project funds (ie previously-approved CapitalExpenditure Funds and General Airport Revenue Bonds) Since then it has been determined that these services will not be required

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC there is no fiscal impact associatedwith this item

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR E-00264 NORTH PARK PLACE LIGHT POLE REPLACEMENT AT THE ORLANDO INTERNATIONAL AIRPORT 7 Mr Graham presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for E-00264 North Park Place Light PoleReplacement at the Orlando International Airport The scope of the project is toremove and replace 49 parking lot light poles located in the North Park Place parkinglot re-install the existing light fixtures and provide ancillary replacement parts as necessary at the Orlando International Airport

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 42 MWBE participation on this Addendum

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for E-00264 North Park Place Light Pole Replacement for the total not-to-exceed fee amount of $2396100 with funding from previously-approved Discretionary Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 34 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE TICKET LOBBY MODIFICATIONS ANDIMPROVEMENTS AGREEMENT WITH CT HSU amp ASSOCIATES PA FOR CONSTRUCTION ADMINISTRATION SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 8 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from CT Hsu amp Associates PA dated January 30 2020 to provide Construction Administration Services for V-00906 West Checkpoint Video Walls a the Orlando International Airport Services will include CA services shop drawing review and coordination for the installation of the four LED video walls under the Chilirsquos Restaurant at the West Security Checkpoint A and B Sides

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that CT Hsu ampAssociates PA proposes 604 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Ticket Lobby Modifications and Improvements Agreement with CT Hsuamp Associates PA for Construction Administration Services for V-00906 West Checkpoint Video Walls for the total amount of $5624000 which includes the not-to-exceed fee amount of $5511700 and the not-to-exceed reimbursable expense amount of $112300 with funding from previously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 9 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for the above referenced project This project provides two large and two small Video Walls in the West Checkpoint area ofthe Great Hall on Landside Level 3

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 694 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for Construction Phase OAR Services for V-00906 West Checkpoint Video Walls for the total not-to-exceed fee amount of $4771500 with funding from previously-approved Capital Expenditure Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 35 of 39

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 19 TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT (OAR PRIME ENTITY) SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC TO PROVIDE ADDITIONAL CONSTRUCTION PHASE OAR SERVICES FOR V-00933 PODS A AND B FLOOR REPAIR AT THE ORLANDO INTERNATIONAL AIRPORT 10 Mr Willems presented the memorandum dated February 18 2020 along with aproposal from AECOM Technical Services Inc dated January 23 2020 to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair at the Orlando International Airport On November 19 2019 the Construction Committee approved Addendum No 19 in the amount of $714400 to the above-referencedagreement Since that time it has been determined that additional Construction Phase OAR Services are required as furthered described in the Consultantrsquos proposal dated January 23 2020

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the required services AECOM Technical Services Inc does not propose any MWBE LDB or VBE participation on this Amendment

Mr Patterson asked if this work will be ending next week Mr Willems answered yes

Mr Patterson stated that the timing of the work needed to be coordinated withOperations to avoid the holiday rush Mr Ruohomaki stated that due to these timingissues the OAR (AECOM Technical Services Inc) needs additional time to continue providing OAR Services on the project through close-out

Vice Chair Sharman asked if RW Block Consulting Inc had any outstanding issues with this request Ms Rainey responded that a change order on V-00933 requestinga time extension has not been received Mr Willems stated that the Contractor has not yet requested additional time but that a change order can be submitted to asubsequent Construction Committee Meeting Vice Chair Sharman asked if RW Block Consulting Inc would be amenable to this request once the change order is receivedMs Rainey answered yes [Subsequent to the Construction Committee meeting following review by the Contractor and OAR it was determined that a time extension change order would not be required RW Block Consulting Inc finds this item acceptable]

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 19 to the Continuing Program and Project Management (OAR Prime Entity) Services Agreement with AECOM Technical Services Inc to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair for thetotal not-to-exceed fee amount of $676800 with funding from previously-approvedOperation and Maintenance Funds

REQUEST FOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH HW DAVIS CONSTRUCTION INC FORV-00957 REPAIR SUB-CANOPIES LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 11 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from HW Davis Construction Inc dated October 23 2019 for V-00957Repair Sub-Canopies Level 3 A and B Enplane Drive at the Orlando InternationalAirport Project scope is to provide all labor equipment and materials to fabricatedeliver and install new fabric cover strips at diagonal steel braces at the sub-canopies rain protection covers at nine canopy locations and repair two separatedcable pockets at Canopy Nos 6 and 16 at the Orlando International Airport The duration of the project is 30 calendar days for Substantial Completion and 30

Minutes of the Construction Committee Meeting February 18 2020 Page 36 of 39

calendar days for Final Completion with a contemplated Notice to Proceed (NTP) date of February 24 2020

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that due to the limited scope of the required services HW Davis Construction Inc does notpropose any MWBELDBVBE participation on this Job Order Construction Services Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve a JobOrder Construction Services Addendum to the Continuing Vertical Construction Services Agreement with HW Davis Construction Inc for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total direct-negotiated amount of $3573300 andwaive the requirement for Performance and Payment Bonds with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR V-00957 REPAIR SUB-CANOPIES AT LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 12 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated January 31 2020 is to provide Construction Phase OAR Services on the above-referenced project

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the services to be provided Geotech Consultants International Inc dba GCI Inc does not propose any MWBELDBVBE participation on this Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total not-to-exceed fee amount of $290700 with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH GOMEZ CONSTRUCTION COMPANY FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) AT THE ORLANDO INTERNATIONAL AIRPORT 13 This item was deferred

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) ATTHE ORLANDO INTERNATIONAL AIRPORT 14 This item was deferred

Minutes of the Construction Committee Meeting February 18 2020 Page 37 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING ENVIRONMENTAL ENGINEERING CONSULTANT SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC FOR INSTALLATIONOF NEW MONITORING WELLS IMPLEMENTATION OF ONE SEMI-ANNUAL POST-ACTIVE REMEDIATIONMONITORING (PARM) AND PREPARATION OF ONE PARM REPORT AT THE FORMER DAYRON FACILITYFOR W-00072 OEA REMEDIATION OF DAYRON PLUME AT THE ORLANDO EXECUTIVE AIRPORT 15 Mr Carrington presented the memorandum dated February 18 2020 along with a proposal from AECOM Technical Services Inc dated February 10 2020 to provide for the installation of eleven new monitoring wells implementation of one semi-annual groundwater Post-Active Remediation Monitoring (PARM) and the preparation and submission of one PARM report at the former Dayron Facility at the OrlandoExecutive Airport The one semi-annual PARM monitoring event to be performed in late March or early April 2020

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that AECOM Technical Services Inc proposes 331 MWBE and 80 LDB participation on this Addendum

Mr Ruohomaki asked if this was in pursuit of a NFA designation (No Further Action)Mr Carrington answered yes

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve an Addendum to the Continuing Environmental Engineering Consultant Services Agreement with AECOMTechnical Services Inc for Installation of New Monitoring Wells Implementation of One Semi-Annual Post-Active Remediation Monitoring (PARM) and Preparation of One PARM Report at the Former Dayron Facility for W-00072 OEA Remediation of DayronPlume at the Orlando Executive Airport for the total amount of $7150000 which includes the not-to-exceed fee amount of $4112700 and the not-to-exceed reimbursable expense amount of $3037300 with funding from OEA Environmental Liability Funds

REQUEST FOR RECOMMENDATION OF APPROVAL OF NO-COST ADDENDA TO THE CONTINUING TRANSPORTATION PLANNING CONSULTING SERVICES AGREEMENTS TO EXERCISE THE SECOND AND FINAL ONE-YEAR RENEWAL OPTION 16 Ms Anderson presented the memorandum dated February 18 2020 requesting the recommendation of approval of No-Cost Addenda to the Continuing Transportation Planning Consulting Services Agreements to exercise the second and final one-year renewal option In June 2016 the Aviation Authority Board approved ContinuingTransportation Planning Consulting Services Agreement with the below firms Theprovisions in the agreement include a base three-year term with two subsequent optional one-year renewal periods upon mutual agreement of the parties

Each firmrsquos first one-year renewal expires as follows

Firm Expiration Date HNTB Corporation July 26 2020 HDR Engineering Inc September 12 2020

In order to maintain these services on an as-needed basis for routine operations staff requires the services of the above-referenced firms The firms were requested to provide their concurrence to exercise the second and final one-year renewal option

Upon motion of Mr Patterson second by Mr Hunt vote carried to recommend to theAviation Authority Board approval of No-Cost Addenda to the Continuing Transportation

Minutes of the Construction Committee Meeting February 18 2020 Page 38 of 39

Planning Consulting Services Agreements to Exercise the Second and Final One-Year Renewal Option there is no fiscal impact associated with this item

REQUEST FOR APPROVAL OF CONTRACTORrsquoS FINAL PAYMENT TO HL PRUITT CORPORATION FOR E-00212 INVENTORY AND MARKING OF AIRFIELD LIGHTING AT THE ORLANDO INTERNATIONALAIRPORT 17 Mr Patterson presented the memorandum dated February 18 2020 requesting the Contractorrsquos Final Payment to HL Pruitt Corporation for E-00212 Inventory andMarking of Airfield Lighting at the Orlando International Airport The Construction Contract for the referenced project has been completed and all issues involving the Contractor have been addressed and resolved

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve theContractorrsquos Final Payment Authorization to HL Pruitt Corporation for E-00212Inventory and marking of Airfield Lighting at the Orlando International Airport

INFORMATION ITEMS

18 The following items were presented for information only

A Field Change Order (FCO) Log

B Revised Supporting Documentation for Change Order PS-00329-11 Parking Access and Revenue Control System (PARCS) Replacement at The OrlandoInternational Airport [From Construction Committee on July 30 2019 ItemNo 1-F] [The Construction Committee determined that this information item should be converted to an action item and it was motioned with Item No 2-B]

C Revised Coversheet for Hensel Phelps Construction to issue a SubcontractModification to Inland Construction and Engineering Inc for BP-S00144South Terminal C Phase 1 - Airside Enclosure amp Exterior Finishes (GMPNo 6-S2) at The Orlando International Airport [From ConstructionCommittee on November 26 2019 Item No 2-D]

D Additional Supporting Documentation for Request for Recommendation ofApproval of an Amendment to Addendum No 7 to the Construction Management at Risk (CMR) Entity Services for the South Terminal C Phase 1 (STC-P1)Agreement with Turner-Kiewit Joint Venture for BP-S00150 South TerminalC Phase 1 ndash Parking Facility (GMP 9-S) at The Orlando International Airport [From Construction Committee on December 17 2019 Item No 5]

E Revised Coversheet for Request for Approval of an Addendum to the Technology and Multi-Media Specialty Engineer for the South Terminal CPhase 1 Agreement with Burns Engineering Inc for Design Services related to Customs Border and Patrol (CBP) final review for W-S00113 South Terminal C Phase 1 ndash Experiential Media Environment (EME) at The OrlandoInternational Airport [From Construction Committee on February 4 2020Item No 10]

F Office of Small Business Participation Memorandum for the Request forRecommendation of Approval of the FFampE and IT Estimate Procurement Plan and Process for Updating the Construction Committee for W-S00145 SouthTerminal C Phase 1 and Phase 1X (STC-P1 and P1X) Owner Furnished FFampE and IT Items at The Orlando International Airport [From ConstructionCommittee on February 4 2020 Item No 11]

______________________________

Minutes of the Construction Committee Meeting February 18 2020 Page 39 of 39

ADJOURNMENT

19 There being no further business for discussion the meeting was adjourned at 910 am

Kathleen Sharman Vice Chair Construction Committee Chief Financial Officer

Page 2: On TUESDAY, FEBRUARY 18, 2020 , the CONSTRUCTION … · Mike Patterson, Director of Construction . Gary Hunt, Director of Maintenance . ... Steve Pue, GOAA Maintenance . Vendla Davermann,

Minutes of the Construction Committee Meeting February 18 2020 Page 2 of 39

Paul Gula Geotech Consultants International Inc dba GCI Inc Rita Watson Schenkel amp Shultz Inc Rob Jarvis Artistic Identity LLC Ryan Allen RW Block Consulting Inc Teresa Andrecheck AECOM Technical Services Inc Win Beltran Geotech Consultants International Inc dba GCI Inc Tara Ciaglia Recording Secretary

LOBBYIST DISCLOSURE Parties present were reminded that for individuals who conduct lobbying activities with Aviation Authority employees or Board members registration with the Aviation Authority is required each year prior to conducting any lobbying activities A statement of expenditures incurred in connection with those lobbying instances should also be filed prior to April 1st of each year for the preceding year As of 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 andor 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 Authorityrsquos 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 400 pm on thefifth business day) of the rendering of that decision

MINUTES 1 The following minutes were presented for consideration

CONSIDERATION OF DECEMBER 3 2019 MINUTES A Upon motion of Mr Patterson second by Ms Schneider vote carried to approve

the Construction Committee Minutes from the meeting held on December 3 2019as presented

CONSIDERATION OF DECEMBER 17 2019 MINUTES B Upon motion of Mr Patterson second by Ms Schneider vote carried to approve

the Construction Committee Minutes from the meeting held on December 17 2019with inclusion of a minor corrections provided by Mr Patterson

CONSIDERATION OF JANUARY 7 2020 MINUTES C Upon motion of Mr Patterson second by Ms Schneider vote carried to approve

the Construction Committee Minutes from the meeting held on January 7 2020as presented

CONSIDERATION OF JANUARY 14 2020 MINUTES D Upon motion of Mr Patterson second by Ms Schneider vote carried to approve

the Construction Committee Minutes from the meeting held on January 14 2020as presented

Minutes of the Construction Committee Meeting February 18 2020 Page 3 of 39

CONSIDERATION OF JANUARY 21 2020 MINUTES E Upon motion of Mr Patterson second by Ms Schneider vote carried to approve

the Construction Committee Minutes from the meeting held on January 21 2020as presented

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

A Change Order E-00143-04 VARIOUS REVISIONS This change order to the contractwith Electric Services Inc for Main Computer Room - Electrical Upgrades isto 1 Provide all labor equipment and materials to supply temporary powerfor Panels EQH21 and UPSEQL21 located in Main Computer Room 02-4407 including a step-down transformer an electrical panel and a 50A 480V circuit from Electrical Room 02-5124 The temporary service shall provide power to six L630R receptacles four 20A duplex receptacles and a calix rectifier Temporary power shall also be provided for Liebert Unit AC1 and the calixrectifier Contractor shall provide power and temporary ductwork for two owner-furnished portable Air Conditioning (AC) units After use the 70A SOOW cord six L530R receptacles and six RS plate covers shall be turned over to theOwner (Reference ESI-RCO No 12) ADD $1205365 and 2 Increase theContract Time for Substantial Completion by 84 calendar days from 299 calendar days to 383 calendar days for work associated with Item No 1 above NO COST

Upon motion of Ms Schneider second by Mr Hunt vote carried to recommend to the Aviation Authority Board approval of Change Order E-00143-04 for atotal amount of $1205365 and an 84 calendar day time extension to Substantial Completion with funding from previously-approved Capital Expenditure Funds

B Change Order PS-00329-13 ADDITIONAL LOGIC DEVELOPMENT This change order to the contract with SKIDATA Inc for Parking Access and Revenue Control System(PARCS) - Excludes 5-Year Maintenance is to provide all labor hardware andsoftware to develop additional logic to include new requirements incorporatingoffline transactions in the real time interface (Lump Sum) ADD $2490000

Ms Sharman asked how the transactions will be reconciled between the Aviation Authority and CFX Mr Watson replied that once this logic development is online the accounts between the two agencies will be reconciled similar tohow it is done now Ms Sharman further asked what action is taken when the customer exits the parking garage but the CFX account has no funds Mr Watson replied the CFX will handle recouping any monies similar to currentpractices through use of the vehiclersquos tag number and transponder number

Legal Counsel noted that Agenda (Information) Item No 18-B which addressed similar terms and conditions along with warranty language to this change order should be an action item rather than an information Both this changeorder and Agenda (Information) Item No 18-B can be considered in one motion

Agenda Item Nos 2-B and 18-B were considered in one motion

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve Agenda (Information) Item No 18-B and Change Order PS-00329-13 for a totalamount of $2490000 and no time extension with funding from previously-approved Discretionary Fund previously-approved Capital Expenditure Funds and Improvement and Development Funds

C Change Order R-00088-02 FINAL ADJUSTMENT OF NTE CONTRACT This change orderto the contract with PampA Roofing and Sheet Metal Inc for Emergency Roof

Minutes of the Construction Committee Meeting February 18 2020 Page 4 of 39

Repairs and Waterproofing Maintenance is the final change order and provides for final contract adjustments to reflect the actual cost of time and material expended to complete the work The original contract amount was $10000000The actual material and labor expenditure totaled $8721074 which includes$6318987 for work related to the TerminalAirsides $289362 for work related to the Tradeport Area and $2112725 for work related to OtherBuildings The remaining balances are as follows TerminalAirsides $181013 Tradeport Area $2110638 and Other Buildings ($1012725) TOTAL $1278926 This change order reduces the contract amount by ($1278926) for a final contract amount of $8721074 DEDUCT ($1278926)

Upon motion of Ms Schneider second by Mr Patterson vote carried approveChange Order R-00088-02 for a total deductive amount of ($1278926) and notime extension with funding credited to previously-approved Capital Expenditure Funds

D Change Order V-00920-02 VARIOUS REVISIONS This change order to the contractwith Gomez Construction Company for Hyatt South Side HVAC Duct and Roof Repair is to l (a) Replace lightning protection system on the reconstructed roofarea on this project (Reference Contractorrsquos COR No 2 Rev 3) ADD $482084 (b) Decrease the Lightning Protection Installation Allowance by ($482084) from $1400000 to $917916 to offset the cost associated with Item No 1a above DEDUCT ($482084) and (c) Reduce the LightningProtection Installation Allowance by ($917916) from $917916 to $000 forthe unused portion of the allowance DEDUCT ($917916) NET AMOUNT FOR ITEM NO 1 DEDUCT ($917916) 2 (a) Replace flashing and sealant at skylightby removing 600 Linear Feet (LF) of existing Dow 123 Sealant Provide andinstall new stainless-steel drip edge and provide and install new Dow 123Sealant in accordance with CMC Report dated May 1 2019 CMC Report dated June 26 2019 and Skylight Wall Flashing Detail dated June 27 2019(Reference Contractorrsquos COR No 3 Rev 5) ADD $3683808 (b) Decrease the Unforeseen Conditions Allowance by ($3683808) from $4000000 to $316192 to offset the cost associated with Item No 2a above DEDUCT ($3683808) NET AMOUNT FOR ITEM NO 2 $000 3 (a) Demolish and reconstruct roof curbsby removing existing roof curbs (ie knee walls) around the Heating Ventilation Air Conditioning (HVAC) duct that penetrates the roof deck from the Mechanical Rooms below on both the north and south HVAC enclosures Reconstruct the knee wall around the HVAC duct a couple of feet beyond theduct to allow adequate room for roof membrane installation in accordance withCMC Report dated May 16 2019 and CMC Report dated May 24 2019 (ReferenceContractors COR No 4 Rev 2) ADD $6214848 and (b) Decrease the Unforeseen Conditions Allowance by ($316192) from $316192 to $000 to offset the cost associated with Item No 3a above DEDUCT ($316192) NET AMOUNT FOR ITEM NO 3 ADD $5898656 4 Reduce the Test and Balance Allowanceby ($1000000) from $1000000 to $000 for the unused portion of theallowance DEDUCT ($1000000) and 5 (a) Increase the Contract Time forSubstantial Completion by 90 calendar days from 90 calendar days to 180calendar days for work associated with Item Nos 1 and 3 above and (b) Increase the Contract Time for Final Completion by 200 calendar days from 30 calendar days to 230 calendar days for work associated with Item No 2 above

Mr Patterson asked if this was the final change order Mr Pancoast replied no that this reconciles all allowances and there will be one more change order to reconcile the bond cost

Upon motion of Mr Patterson second by Mr Hunt vote carried recommend to the Aviation Authority Board approval of Change Order V-00920-02 for a totalamount of $3980740 and a 90 calendar day time extension to Substantial

Minutes of the Construction Committee Meeting February 18 2020 Page 5 of 39

Completion and a 200 calendar day time extension to Final Completion withfunding from Previously Approved Capital Expenditure and General Airport Revenue Bond Funds

E Change Order V-00926-01 EMERGENCY AND EXIT LIGHT INSTALLATION This change order to the contract with Gomez Construction Company for US Customs andBorder Protection (CBP) Modular Training Room is to add labor and material for the installation of Emergency and Exit Lights for the CBP building to finalize the City inspection requirement ADD $447877

Ms Sharman stated that the start-up package has not been finalized Mr Birkebak replied that he has it and it is under review

Upon motion of Mr Patterson second by Mr Hunt vote carried approve ChangeOrder V-00926-01 for a total amount of $447877 and no time extension withfunding from previously-approved Operation and Maintenance Funds

F Change Order V-00932-01 FINAL ADJUSTMENT OF NTE CONTRACT This change orderto the contract with RL Burns Inc for Landside and Airside Terminals On-Call Plumbing Repairs is the final change order and is to increase the Not-to-Exceed Contract amount by $2563703 from $19500000 to $22063703 for additional on-call maintenance plumbing repairs to complete emergency restroom repairs at Airside 2 Contractor shall purchase plumbing materials as required to complete work orders and maintain a constant workflow and allunused materials shall be returned to GOAA Maintenance These services are requested by GOAA Maintenance ADD $2563703

Ms Sharman stated that the start-up package has not been finalized Mr Birkebak replied that he has it and it is under review

Mr Hunt asked if any remaining funds will be returned to Maintenance after the project is completed Mr Graham replied yes

Upon motion of Mr Hunt second by Mr Patterson vote carried approve ChangeOrder V-00932-01 for a total amount of $2563703 and no time extension with funding from previously-approved Operation and Maintenance Funds

CONSTRUCTION MANAGEMENT AT RISK (CMR) GUARANTEED MAXIMUM PRICE (GMP) BUDGET BUYOUT AND CONTINGENCY (BBC) MANAGEMENT REQUESTS AGENDA3 The following GMP Budget Buyout and Contingency Management requests (related to the South Terminal C Phase One Project) were presented for consideration

A Subcontractor Modification for BP-S00139 (GMP No 5-S2) with The Middlesex Corporation for CR0535-LSC-Bulletin 17-Utility Changes Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontractor Modification on BP-S00139 South Terminal C Phase 1 -Landside Civil (GMP No 5-S2) at the Orlando International Airport in thetotal deductive amount of ($702200) to The Middlesex Corporation for CR0535-LSC-Bulletin 17-Utility Changes Bid Package 3100 Sitework was previouslyawarded within GMP No 5-S2 to The Middlesex Corporation CC No 2018050405A

TKJV is proposing a subcontract modification to The Middlesex Corporation in the total deductive lump sum amount of ($702200) for CR0535-LSC-Bulletin 17-Utility Changes LSC Bulletin 17 made multiple changes that affect GMP No 5-S2 including adjustments to water and fire main routing grading details and relocatingrealignment of duct banks The modified scope of work consists of all labor material and equipment costs associated with the rerouting changes to 14-inch PVC force main 12-inch water main changes 6-inch fire

Minutes of the Construction Committee Meeting February 18 2020 Page 6 of 39

main changes deleted fiber optic duct bank rerouted Generators A and B DuctBank rerouted OUC duct bank and deleted fiber optic manhole as captured in the LSC Bulletin 17 Utility changes

The approval of this subcontract modification to The Middlesex Corporationresolves all requests for costs and time associated with LSC Bulletin 17utility changes Time and costs associated with primary power duct bank changes that impact GMP No 5-S2 will be resolved in CR0489 Time and costs associatedwith LSC Bulletin 17 for GMP No 5-S6 will be resolved in GMP No 5-S6 Amendment Nos 1 and 2

TKJV has submitted documentation including the subcontractors 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 award to The Middlesex Corporation in the deductive lump sum amount of $ (702200) Add to PI Owner Contingency $ 702200

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00139 (GMP No 5-S2) for this subcontract modification is The Middlesex Corporation (Non-MWBELDBVBE) This modification is comprisedof a deduct to Transportation Systems Inc (LDB) in the amount of ($4198194)and an add to RCS Civil Inc (MWBE) in the amount of $2862435 and LampSDiversified Inc (LDB) in the amount of $210000 This modification results in a net deduct of ($3988200) to LDB participation and a net add of $2862450to MWBE participation

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to The Middlesex Corporation on BP-S00139 South Terminal C Phase 1 - Landside Civil(GMP No 5-S2) for the total deductive lump sum amount of ($702200) with funding credited to Customer Facility Charges and General Airport RevenueBonds

B Subcontractor Modification for BP-S00139 (GMP No 5-S2) with The Middlesex Corporation for CR0604-LSC-Fire Riser Scope Gap at the Landside Terminal Building Mr Guirges presented the memorandum requesting approval forTurner-Kiewit Joint Venture (TKJV) to issue a Subcontractor Modification on BP-S00139 South Terminal C Phase 1 - Landside Civil (GMP No 5-S2) at theOrlando International Airport in the total amount of $868100 to The Middlesex Corporation for CR0604-LSC-Fire Riser Scope Gap at the LandsideTerminal Building Bid Package 3100 Sitework was previously awarded within GMP No 5-S2 to The Middlesex Corporation CC No 2018050405A

TKJV is proposing a subcontract modification to The Middlesex Corporation in the total lump sum amount of $868100 for the Landside Terminal Building The Bid Package for GMP No 5-S2 (LSC) did not include any LST Fire ProtectionDrawings those which stated that the Fire Protection SOW begins 12-inches above finish floor from the fire riser For that reason The Middlesex

Minutes of the Construction Committee Meeting February 18 2020 Page 7 of 39

Corporation will extend the fire protection water main to meet the LST Buildingfire riser The modified scope of work consists of the costs associated withthe additional 10-inch (8-foot x 6-foot) fire riser and credits associated with the deleted 10-inch pipe reducer per LSC Civil drawings and LST FireProtection Drawings

The approval of this subcontract modification to The Middlesex Corporationresolves all requests for costs and time associated with CR0604-LSC-Fire Riser Scope Gap

TKJV has submitted documentation including the subcontractors 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 award to The Middlesex Corporation in the lump sum amount of $ 868100 Deduct from P1 CMAR Contingency $ (868100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00139 (GMP No 5-S2) for this subcontract modification is The Middlesex Corporation (Non-MWBELDBVBE) There is 82 MWBE and 14 LDB participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to The Middlesex Corporation on BP-S00139 South Terminal C Phase 1 - Landside Civil(GMP No 5-S2) for the total lump sum amount of $868100 with funding fromCustomer Facility Charges and General Airport Revenue Bonds

C Subcontractor Modification for BP-S00143 (GMP No 6-S1) with ECS Florida LLC for CR0321-6S1 ECS Testing Budget Adjustment Mr Guirges presented the memorandum requesting approval for Hensel Phelps Construction (HPC) to issuea Subcontractor Modification on BP-S00143 South Terminal C Phase 1 - AirsideTerminal Structure and Enclosure (GMP No 6-S1) at the Orlando International Airport in the total amount of $20382400 to ECS Florida LLC for CR0321-6S1 ECS Testing Budget Adjustment BP 0304 Building Concrete Precast andMasonry TestingInspection has been previously awarded within GMP No 6-S1to ECS Florida LLC CC No 2018072403G

HPC is requesting to issue a Subcontractor Modification to ECS Florida LLCin the total not-to-exceed amount of $20382400 for CR0321-6S1 ECS Testing Budget Adjustment ECS Florida LLC was previously awarded a Not-to-Exceed(NTE) subcontract on July 24 2018 Subsequent to this award a set of acceptable rates was established to align testing rates across the projects to be consistent This request is for the variance in costs from the awardedunit rates to the allowable billable unit rates (ie the established Program-Wide rates for Quality Control Testing) for the base bid quantity of laborhours and quality control tests included in the ECS initial award

Minutes of the Construction Committee Meeting February 18 2020 Page 8 of 39

The approval of this Subcontractor Modification to ECS Florida LLC resolves all requests for cost and time associated with the ECS Testing BudgetAdjustment in GMP No 6-S1 Costs for the additional Structural Steel andBuilding Envelope TestingInspection were approved in CC No 2019121703B

HPC has submitted documentation including the subcontractors proposal tosupport this request By approving this request the Owner does not waive its right to enforce the contract requirements for other requests for cost ortime

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

HPC to issue a subcontract modification to ECS Florida LLC in the not-to-exceed amount of $ 20382400 Deduct from Owner Contingency $ (20382400)

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-S1) for this subcontract modification is ECS Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to ECSFlorida LLC on BP-S00143 South Terminal C Phase 1 - Airside Terminal Structure and Enclosure (GMP No 6-S1) for the total not-to-exceed amount of $20382400 with funding from Passenger Facility Charges and GeneralAirport Revenue Bonds

D Subcontractor Modification for BP-S00143 (GMP No 6-S1) with TampT Constructionof Central Fla Inc for CR0434-6S1-RFI 1714 Flowable Fill Placement for HubArea H3 Slab-on-Grade (SOG) Mr Guirges presented the memorandum requesting approval 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-S1) at the Orlando International Airport in the total amount of $1616300 to TampT Construction of Central Fla Inc for CR0434-6S1-RFI 1714 Flowable Fill Placement for Hub Area H3 Slab-on-Grade (SOG) Bid Package 0302 Building Concrete has been previously awarded within GMP No 6-S1 to TampT Construction of Central Fla Inc CC No201800410008

HPC is requesting to issue a Subcontractor Modification to TampT Construction of Central Fla Inc in the total Lump Sum amount of $1616300 for CR0434-6S1-RFI 1714 Flowable Fill Placement for Hub Area H3 Slab-on-Grade (SOG) Theadditional scope of work consists of the costs associated with the additionallabor material and equipment required to place the approved flowable fill mixture underneath the design elevation for the Slab-on-Grade placement and concrete for the thickened edge perimeter in the Airside Concourse Hub AreaH3 per RFI 1714

The approval of this Subcontractor Modification to TampT Construction of Central Fla Inc resolves all requests for cost and time resulting from RFI 1714Flowable Fill Placement for Hub Area H3 Slab-on-Grade (SOG) Costs for testingand inspection if any will be submitted via future CR

Minutes of the Construction Committee Meeting February 18 2020 Page 9 of 39

HPC has submitted documentation including the subcontractors 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 TampT Construction of Central Fla Inc in the lump sum amount of $ 1616300 Deduct from CMAR Contingency $ (1616300)

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-S1) for this subcontract modification is TampT Construction of Central Fla Inc (MWBE) There is 966 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to TampTConstruction of Central Fla Inc on BP-S00143 South Terminal C Phase 1 - Airside Terminal Structure and Enclosure (GMP No 6-S1) for the total lumpsum amount of $1616300 with funding from General Airport Revenue Bonds

E Subcontractor Modification for BP-S00143 (GMP No 6-S1) with Kirlin Florida LLC for CR0450-6S1-RFI 1908 Exterior Domestic Cold-Water Piping InsulationMr Guirges presented the memorandum requesting approval for Hensel Phelps Construction (HPC) to issue a Subcontract Modification on BP-S00143 SouthTerminal C Phase 1 - Airside Terminal Structure and Enclosure (GMP No 6-S1) at the Orlando International Airport in the total deductive amount of($723000) to Kirlin Florida LLC for CR0450-6S1-RFI 1908 Exterior DomesticCold-Water Piping Insulation Bid Package for BP-S00143 2201 Plumbing has been previously awarded within GMP No 6S1 to Kirlin Florida LLC CC No2018052204H

HPC is requesting to issue a Subcontractor Modification to Kirlin Florida LLCin the total deductive Lump Sum amount of ($723000) for CR0450-6S1-RFI 1908Exterior Domestic Cold-Water Piping Insulation The modified scope of workconsists of the credits for replacing the 1-inch thick Cellular Glass insulation at exterior domestic cold-water piping with 1-inch thick Fiberglass insulation per RFI 1908 response

The approval of this Subcontractor Modification to Kirlin Florida LLC resolves all requests for cost and time resulting from RFI 1908

HPC has submitted documentation including the subcontractors 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

Minutes of the Construction Committee Meeting February 18 2020 Page 10 of 39

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

HPC to issue a subcontract modification to Kirlin Florida LLC in the deductive lump sum amount of $ (723000) Add to Owner Contingency $ 723000

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-S1) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is a 100 reduction in MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to KirlinFlorida LLC on BP-S00143 South Terminal C Phase 1 - Airside Terminal Structure and Enclosure (GMP No 6-S1) for the total deductive lump sumamount of ($723000) with funding credited to Passenger Facility Charges and General Airport Revenue Bonds

F Subcontractor Modifications for BP-S00143 (GMP No 6-S1) with Banker Steel Co LLC for CR0403-RFI 1604 Stair 161 and 162 Location and Stringer Support and CR0445-RFI 1703 Area 14 Soft Joint Support in Exterior Framing Clarification (CWA-BP-S143-007) Mr Guirges presented the memorandumrequesting approval for Hensel Phelps Construction (HPC) to issue SubcontractModifications on BP-S00143 South Terminal C Phase 1 - Airside Terminal Structure and Enclosure (GMP No 6-S1) at the Orlando International Airport in the total amount of $3449500 to Banker Steel Co LLC for CR0403-RFI1604 Stair 161 and 162 Location and Stringer Support and CR0445-RFI1703 Area 14Soft Joint Support in Exterior Framing Clarification (CWA-BP-S143-007) Bid Package for BP-S00143 0501 Structural Steel and Miscellaneous Metals has been previously awarded within GMP No 6-S1 to Banker Steel Co LLC CC No 20180410008

HPC is requesting to issue Subcontractor Modifications to Banker Steel Co LLC in the Lump Sum amounts of

1 $1531900 for CR0403-6S1-RFI 1604 Stair 161 and 162 Location andStringer Support The additional scope of work consists of necessarysteel members and stiffeners to support the stringer and allow installation of floor finish on the north edge of escalator pit 161 and on the south edge of escalator pit 162 per RFI 1604

2 $1917600 for CR0445-6S1-RFI 1703 Area 14 Soft Joint Support inExterior Framing Clarification The additional scope of work consistsof necessary steel members to support a soft joint for the exteriorframing in Area 14 per RFI 1703

The approval of these Subcontractor Modifications to Banker Steel Corp LLC resolves all requests for cost and time resulting from RFIs 1604 and 1703 scopes of work in GMP No 6-S1 Costs for Patching of Fireproofing and Insulation and Testing and Inspection if any will be submitted in a futureCR There are no cost impacts to GMP Nos 6-S 6-S2 6-S3 6-S4 6-S5 CR0445 closes out CWA-BP-S143-007

Minutes of the Construction Committee Meeting February 18 2020 Page 11 of 39

HPC has submitted documentation including the subcontractors 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 $ 3449500 Deduct from Owner Contingency $ (3449500)

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-S1) for this subcontract modification is Banker Steel Co LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue Subcontractor Modifications to Banker Steel Co LLC on BP-S00143 South Terminal C Phase 1 - Airside TerminalStructure and Enclosure (GMP No 6-S1) for the total lump sum amount of$3449500 with funding from Passenger Facility Charges and General AirportRevenue Bonds

G Subcontractor Modification for BP-S00144 (GMP No 6-S2) with Wal-Mark Contracting Group LLC for CR04152-6S2-RFIs 1667 and 16671 Ramp Level Overhang Framing and Insulation Mr Guirges presented the memorandum requesting approval for Hensel Phelps Construction (HPC) to issue a Subcontractor Modification on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes (GMP No 6-S2) at the Orlando International Airport in the total amount of $1841000 to Wal-Mark Contracting Group LLCfor CR04152-6S2-RFIs 1667 and 16671 Ramp Level Overhang Framing and Insulation Bid Package for BP-S144 0902 Framing and Drywall has been previously awarded within GMP No 6-S2 to Wal-Mark Contracting Group LLC CC No 20180605006

HPC is requesting to issue a Subcontractors Modification to Wal-Mark Contracting Group LLC in the total Lump Sum amount of $1841000 for CR04152-6S2-RFIs 1667 and 16671 Ramp Level Overhang Framing and Insulation The modified scope of work includes replacing the Smart Cl (Composite Insulation) system with conventional framing and batt insulation at the ramp level overhang per RFIs 1667 and 16671 response

The approval of this Subcontractor Modification to Wal-Mark Contracting GroupLLC resolves all requests for cost and time resulting from RFIs 1667 and 16671scope of work within GMP No 6-S2 Credits for the Ramp Level overhang metaldecking and composite insulation ldquoSmart Clrdquo were approved via CC 20191217003C Potential credit for the approximately 15250 SF of metal deck not installedin GMP No 6-S1 is being evaluated by the OAR and any cost for this creditwill be submitted in a future CR

HPC has submitted documentation including the subcontractors proposal tosupport this request An independent cost estimate is included By approving

Minutes of the Construction Committee Meeting February 18 2020 Page 12 of 39

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 Wal-Mark Contracting Group LLC in the lump sum amount of $ 1841000 Deduct from Owner Contingency $ (1841000)

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-S2) for this subcontract modification is Wal-Mark Contracting Group LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to Wal-MarkContracting Group LLC on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes (GMP No 6-S2) for the total lump sum amount of $1841000 with funding from Passenger Facility Charges and General Airport Revenue Bonds

H Subcontractor Modifications for BP-S00144 (GMP No 6-S2) with Wal-Mark Contracting Group LLC and Alpha Insulation and Waterproofing Inc forCR0449-6S2-RFI 18531 Roof Expansion Joint Framing at Parapet and CR04692-RFI 818 Series-Ramp Level Floor Fire Dampers without Floors Mr Guirges presented the memorandum requesting approval for Hensel Phelps Construction (HPC) to issue Subcontractor Modifications on BP-S00144 South Terminal CPhase 1 - Airside Enclosure and Exterior Finishes (GMP No 6-S2) at theOrlando International Airport in the total amount of $13070600 to Wal-Mark Contracting Group LLC and Alpha Insulation and Waterproofing Inc forCR0449-6S2-RFI 18531 Roof Expansion Joint Framing at Parapet and CR04692-RFI 818 Series-Ramp Level Floor Fire Dampers without Floors

Bid Package for BP-S00144 0902 Framing and Drywall has been previously awarded within GMP No 6-S2 to Wal-Mark Contracting Group LLC CC No20180605006

Bid Package for BP-S144 0701 Caulking and Waterproofing has been previously awarded within GMP No 6-S2 to Alpha Insulation and Waterproofing Inc CCNo 20180605006

HPC is requesting to issue the following Subcontractor Modifications

Wal-Mark Contracting Group LLC in the Lump Sum amount $3600600 for CR0449-6S2-RFI 18531 Roof Expansion Joint Framing at Parapet Themodified scope of work includes costs for the up-sized framing from 6-inch to 8-inch studs with additional plates at the expansion joint roof parapets in lieu of installing structural steel support per RFI 18531

Wal-Mark Contracting Group LLC in the Lump Sum amount $9237900 for CR04692-RFI 818 Series-Ramp Level Floor Fire Dampers without FloorsThe modified scope of work consists of additional framing and drywall

Minutes of the Construction Committee Meeting February 18 2020 Page 13 of 39

for the horizontal and vertical shaft enclosures in Areas 14 17 and 25only

Alpha Insulation and Waterproofing Inc in the Lump Sum amount of $232100 for CR04692-RFI 818 Series-Ramp Level Floor Fire Damperswithout Floors The modified scope of work adds firestopping to the wallshown on sheet Al3125 which changed to a 2-hours rated wall in Area 25

The approval of these Subcontractor Modifications to Wal-Mark ContractingGroup LLC and Alpha Insulation and Waterproofing Inc resolves all requests for costs resulting from the scopes of work in RFI 1853 series in GMP No 6-S2 and RFI 0818 series for Areas 14 17 and 25 only in GMP No 6-S2 Cost impacts to GMP No 6-S1 were submitted in CR04691-6S1-RFI 0818 Series-Ramp Level Floor Fire Dampers without Floors Cost impacts for Drawing Areas 1516 18 19 20 21 22 23 24 26 27 28 29 30 31 32 and 33 included inthe responses to RFI 0818 series if any will be submitted in a future CRThere are no cost impacts to GMP Nos 6-S 6-S3 6-S4 and 6-S5 HPC willsubmit TIA-079 requesting additional time associated with RFI 0818 seriesscope of work The OAR will evaluate TIA-079 and any time recommended to begranted will be submitted at a future CCM

HPC has submitted documentation including the subcontractors proposal tosupport their request An independent cost estimate is included

By approving this request the Owner does not waive its right to enforce thecontract 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 Wal-Mark Contracting Group LLC in the lump sum amount of $ 12838500 HPC to issue a subcontract modification to Alpha Insulation and Waterproofing Inc in the lump sum amount of $ 232100 Deduct from Owner Contingency $ (13070600)

Hensel Phelps Construction is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractors identified and committed to participate on BP-S00144 (GMP No 6-S2) for these subcontractor modifications are Wal-Mark Contracting LLC (Non-MWBELDBVBE) and Alpha Insulation and Waterproofing Inc (Non-MWBELDBVBE) There is no small business participation associated with these modifications

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue Subcontractor Modifications to Wal-MarkContracting Group LLC and Alpha Insulation and Waterproofing Inc on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes(GMP No 6-S2) for the total lump sum amount of $13070600 which includesthe lump sum amount of $12838500 to Wal-Mark Contracting Group LLC and the lump sum amount of $232100 to Alpha Insulation and Waterproofing Inc withfunding from Passenger Facility Charges and General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 14 of 39

I Subcontractor Modification for BP-S00144 (GMP No 6-S2) with Wal-Mark Contracting Group LLC for CR0458-6S2-RFI 1583 Gypsum Wallboard on EastExterior Wall (VE) Mr Guirges presented the memorandum requesting approval for Hensel Phelps Construction (HPC) to issue a Subcontractor Modification on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes(GMP No 6-S2) at the Orlando International Airport in the total deductiveamount of ($7689000) to Wal-Mark Contracting Group LLC for CR0458-6S2-RFI1583 Gypsum Wallboard on East Exterior Wall (VE) Bid Package for BP-S00144 0902 Framing and Drywall has been previously awarded within GMP No 6-S2 to Wal-Mark Contracting Group LLC CC No 20180605006

Hensel Phelps Construction is requesting to issue Subcontractors Modifications to Wal-Mark Contracting Group LLC in the total deductive Lump Sum amount of ($7689000) for CR0458-6S2-RFI 1583 Gypsum Wallboard on East Exterior WallContract Documents indicated an interior partition wall adjacent to an exterior wall system which also included a gypsum wallboard partition It was determined that the drywall associated with the exterior wall system could be deleted if inner curved partition could be extended to the deck The modified scope of work includes costs for the additional framing and drywall to extend the curved partition to the decking and includes credit for the deletion of the inner gypsum wallboard in Area 14 and Areas 25 through 32 of the North Airside Concourse per RFI 1583 and OAR responses

The approval of this Subcontractor Modification to Wal-Mark Contracting Group LLC resolves all requests for cost and time resulting from RFI 1583 scope ofwork

HPC has submitted documentation including the subcontractors 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 Wal-Mark Contracting Group LLC in the deductive lump sum amount of $ (7689000) Add to Owner Contingency $ 7689000

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-S2) for this subcontract modification is Wal-Mark Contracting Group LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to Wal-MarkContracting Group LLC on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes (GMP No 6-S2) for the total deductive lumpsum amount of ($7689000) with funding credited to Passenger Facility Charges and General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 15 of 39

J Subcontractor Modification for BP-S00146 (GMP No 7-S) with Banker Steel Co LLC for CR04721-LST-RFIs-2312 and 23121-Roof Stair 4x4 HSS Flashing 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 theOrlando International Airport in the total amount of $302500 to Banker Steel Co LLC for CR04721-LST-RFI-2312 and 23121-Roof Stair 4x4 HSS Flashing Bid Package 500 Structural Steel was previously awarded within GMP No 7-S to Banker Steel Co LLC CC No 20180313010

TKJV is proposing a subcontract modification to Banker Steel Co LLC in the total lump sum amount of $302500 for CR04721-LST-RFIs-2312 and 23121-RoofStair 4x4 HSS Flashing Previously approved CR0472 was based on RFI 2312 which included costs for supplemental steel to address flashing on the adjacent lower roofs and included two stair locations Each staircase revised in RFI 2312 included a set of staircases but CR 0472 only included costs for 2stairs The contractor requested clarification in RFI 23121 that the condition applied to all 4 stairs located at the lower roof which was confirmed Thescope of work in this request consists of all costs associated with the supplemental steel for the other 2 stairs

The approval of this subcontract modification to Banker Steel Co LLC resolves all requests for costs and time associated with LST RFI 23121

TKJV has submitted documentation including the subcontractors 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

Current GMP Line Item 6 value $ 137804300 TKJV to issue a subcontract modification to Banker Steel Co LLC in the lump sum amount of $ 302500 Deduct from Line Item 6 $ (302500) Remaining GMP Line Item 6 Value $ 137501800

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 Banker Steel Co LLC (Non-MWBELDBVBE) There is 825 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Banker Steel Co LLC on BP-S00146 South Terminal C Phase 1 - Landside Terminal Structure and Enclosure (GMP No 7-S) for the total lump sum amount of$302500 with funding from Passenger Facility Charges and General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 16 of 39

K Subcontractor Modification for BP-S00146 (GMP No 7-S) with Banker Steel Co LLC for CR0680-LST-RFI 29471-West Prow and Truss Deflection 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 theOrlando International Airport in the total amount of $3177200 to Banker Steel Co LLC for CR0680-LST-RFI 29471-West Prow and Truss Deflection Bid Package 500 Structural Steel was previously awarded within GMP No 7-S toBanker Steel Co LLC CC No 20180313010

TKJV is proposing a subcontract modification to Banker Steel Co LLC in the total lump sum amount of $3177200 for CR0680-LST-RFI 29471-West Prow and Truss Deflection Although the west prow structural steel deflections wereanticipated the deflected condition caused the sag rods and wind girts for the exterior wall in this area to be out of alignment with the exterior walland curtain wall systems RFI 29471 requested direction on bringing the sag rods and wind girts back into correct elevations The modified scope of work consists of changes to sag rod connections at the west prow revision of vertical location of sag rod connections and clips at GL L2 on Atrium HSSCross Truss as confirmed by RFI 29471

The approval of this subcontract modification to Banker Steel Co LLC resolves all requests for costs and time associated with LST RFIs 2947 and 29471

TKJV has submitted documentation including the subcontractors 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 Banker Steel Co LLC in the lump sum amount of $ 3177200 Current GMP No 7-S Line Item 6 Value $ 140981500 Deduct from Line Item $ (3177200) Remaining GMP No 7-S Line Item 6 Value $ 137804300

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 Banker Steel Co LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Banker Steel Co LLC on BP-S00146 South Terminal C Phase 1 - Landside Terminal Structure and Enclosure (GMP No 7-S) for the total lump sum amount of$3177200 with funding from General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 17 of 39

L Subcontractor Modifications for BP-S00147 (GMP No 7-S1) with MSE2 Inc dba Mader Southeast for CR05641-LST-Bulletin 23 Drywall-Backing and Framing for Added Devices CR0595-LST-Bulletin 32-Drywall and CR0599-LST-RFI 1980-Wall Type around Columns Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue Subcontract Modifications onBP-S00147 South Terminal C Phase 1 - Landside Terminal Remaining Structures and Systems (GMP No 7-S1) at the Orlando International Airport in the total amount of $834800 to MSE2 Inc dba Mader Southeast for CR05641-LST-Bulletin 23 Drywall-Backing and Framing for Added Devices CR0595-LST-Bulletin 32-Drywall and CR0599-LST-RFI 1980-Wall Type Around Columns at Area 9 Bid Package 910 Drywall and Framing was previously awarded within GMP No 7-S1 to MSE2 Inc dba Mader Southeast CC No 20181002009

TKJV is proposing the following subcontract modifications to MSE2 Inc dba Mader Southeast in the respective lump sum amounts of

1 $611700 for CR05641-LST-Bulletin 23 Drywall-Backing and Framing forAdded Devices The modified scope of work consists of additional backing and framing for devices and smoke dampers as per LST Bulletin 23

2 $294800 for CR0595-LST-Bulletin 32-Drywall The modified scope of work consists of additional costs for backing and blocking added signage as per LST Bulletin 32 revisions

3 ($71700) for CR0599-LST-RFI 1980-Wall Type Around Columns at Area 9 The modified scope of work consists of deletion of framing and drywall around columns at LST Area 9 Level 1 that were replaced with CMU perRFI 1980

The approval of these subcontract modifications to MSE2 Inc dba Mader Southeast resolves all requests for cost and time for

1 CR05641 with LST Bulletin 23 for Drywall in GMP No 7-S1 CR0564 for low voltage was submitted 10012019

2 CR0595 with LST Bulletin 32 for Drywall in GMP No 7-S1 There will beadditional costs forthcoming for signage in GMP No 7-S2 once the subcontract agreement is awarded There will be no costs for GMP No 7-S or GMP No 7-S3

3 CR0599 for all requests for cost and time associated with RFI 1980

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

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

TKJV to issue a subcontract modification to MSE2 Inc dba Mader Southeast in the lump sum amount of $ 611700 TKJV to issue a subcontract modification to MSE2 Inc dba Mader Southeast in the lump sum amount of $ 294800 TKJV to issue a subcontract modification to MSE2 Inc dba Mader Southeast in the lump sum amount of $ (71700) Deduct from PI Owner Contingency $ (587600) Deduct from P1X Owner Contingency $ (247200)

Minutes of the Construction Committee Meeting February 18 2020 Page 18 of 39

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-S1) for this subcontract modification is MSE2 Inc dba Mader Southeast (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue Subcontractor Modifications to MSE2 Inc dba Mader Southeast on BP-S00147 South Terminal C Phase 1 - LandsideTerminal Remaining Structures and Systems (GMP No 7-S1) for the total lumpsum amount of $834800 with funding from Passenger Facility Charges and General Airport Revenue Bonds

M Subcontractor Modifications for BP-S00150 (GMP No 9-S) with Skybuilders USA LLC for CR0362-PKG-Rental Extension Temporary Wall Protection Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando InternationalAirport in the total amount of $3903600 to Skybuilders USA LLC for CR0362-PKG-Rental Extension Temporary Wall Protection Bid Package 3100 Demolition was previously awarded within GMP No 9-S to Skybuilders USA LLC CC No 2017101016

TKJV is proposing a subcontract modification to Skybuilders USA LLC in thetotal lump sum amount of $3903600 for CR0362-PKG-Rental Extension TemporaryWall Protection he modified scope of work consists of all additional costsassociated with the rental extension of temporary wall protection for 8 months from October 18 2019 to June 20 2020 for 2478 LF of temporary panels 2195 LF of windscreen and 533 sandbags and rental extension for 4 months from February 20 2020 to June 20 2020 for 444 LF of temporary panels andwindscreen and 150 sandbags in various locations in the parking garage

The approval of this subcontract modification to Skybuilders USA LLC resolves all requests for costs and time resulting from the scope of work associated with CR0362

TKJV has submitted documentation including the subcontractors 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 Skybuilders USA LLC in the lump sum amount of $ 3903600 Deduct from CMAR Contingency $ (3903600)

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 Skybuilders USA LLC (MWBELDB) There is a 100 MWBE participation associated with this modification

Minutes of the Construction Committee Meeting February 18 2020 Page 19 of 39

Vice Chair Sharman asked if the completed eligibility was received for thisitem Ms Hinds answered yes

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Skybuilders USA LLC on BP-S00150 South Terminal C Phase 1 - Parking Facility- Phase 1 (GMP No 9-S) for the total lump sum amount of $3903600 with funding from Customer Facility Charges and General Airport Revenue Bonds

N Subcontractor Modification for BP-S00150 (GMP No 9-S) with Gulf Mechanical Contractors LLC for CR0492-PKG-RFI 1968-Electrical Room Door Size ChangesMr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando International Airport in the total amount of $167700 to Gulf Mechanical Contractors LLC for CR0492-PKG-RFI 1968 Series-Electrical Room Door SizeChanges Bid Package for 2200 Plumbing was previously awarded within GMPNo 9-S to Gulf Mechanical Contractors LLC CC No 20171010016

TKJV is proposing a subcontract modification to Gulf Mechanical ContractorsLLC in the total lump sum amount of $167700 for CR0492-PKG-RFI1968 Series-Electrical Room Door Size Changes The modified scope of work consists of all labor and material to trench and excavate reconfigured PVC pipes and fittingsrequired to accommodate a changed door opening dimension due to the responsefrom RFI 1968

The approval of this subcontract modification to Gulf Mechanical Contractors LLC resolves all requests for cost and time associated with RFI 1968 series for GMP No 9-S Remaining costs for RFI 1968 were previously submitted under GMP No 9-S1 as CR04921-PKG-RFI 1968-Electrical Room Door Size Changes

TKJV has submitted documentation including the subcontractors 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 cost or time

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

TKJV to issue subcontract modification to Gulf Mechanical Contractors LLC in the lump sum amount of $ 167700 Deduct from Owner Contingency $ (167700)

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 Gulf Mechanical Contractors LLC (Non-MWBELDBVBE) There is no small businessparticipation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Gulf

Minutes of the Construction Committee Meeting February 18 2020 Page 20 of 39

Mechanical Contractors LLC on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $167700 with funding from Customer Facility Charges and General Airport Revenue Bonds

O Subcontractor Modification for BP-S00150 (GMP No 9-S) with CCK ConstructionServices Inc for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU Mr Guirges presented the memorandum requesting approvalfor Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando International Airport in the total amount of $816800 to CCK Construction Services Inc for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU Bid Package 30 Concrete was previouslyawarded within GMP No 9-S to CCK Construction Services Inc CC No2017101016

TKJV is proposing a subcontract modification to CCK Construction ServicesInc in the total lump sum amount $816800 for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU The modified scope consists ofall materials and labor required for the additional footer and the Cast inPlace (CIP) tie beams as per RFI 1877

The approval of this subcontract modification resolves all requests for cost and time associated with RFI 1877 for GMP No 9-S Costs for Miscellaneous metals subcontractors will be submitted under CR 05531 for GMP No 9-S1

TKJV has submitted documentation including the subcontractors 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 CCK Construction Services Inc in the lump sum amount of $ 816800 Deduct from Owner Contingency $ (816800)

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 CCK Construction Services Inc (Non-MWBELDBVBE) There is 189 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to CCK Construction Services Inc on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $816800 with funding from Customer Facility Charges and General Airport Revenue Bonds

P Subcontract Award for BP-S00150 (GMP No 9-S) with Fine Tune Services LLC for CR0630-PKG-Rough and Final Cleaning Award Mr Guirges presented thememorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) toissue a Subcontract Award on BP-S00150 South Terminal C Phase 1 ParkingFacility - Phase 1 (GMP No 9-S) at the Orlando International Airport in thetotal amount of $15450000 to Fine Tune Enterprises Inc for CR0630-PKG-

Minutes of the Construction Committee Meeting February 18 2020 Page 21 of 39

Rough and Final Cleaning Award Bid Package for BP-S150 Parking FacilityPhase 1 was previously awarded to TKJV reference CC No 2017101016

TKJV is proposing a subcontract award for CR0630-PKG-Rough and Final Cleaning The scope of the award is for the cleaning of all concrete structures floorselevators and finished areas for the parking garage phase 2 in accordance with bid package 174 dated August 1 2019 and documents through PKG DSI 4 andCWS Bulletin 12 and as described in the Fine Tune Enterprises Inc proposal

The approval of this subcontract award to Fine Tune Enterprises Inc resolvesall costs associated with PKG Bid Package 174 and documents through DSI 4 andCWS Bulletin 12

TKJV has submitted documentation including the subcontractors 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 Subcontract Award for this project is as follows

TKJV to issue Subcontract Award to Fine Tune Enterprises Inc in the lump sum amount of $ 15450000 GMP Line Item 17 current balance $ (7500000) Deduct from P1 CMAR Contingency $ (6921000) Deduct from CWE CMAR Contingency $ (1029000) GMP Line Item 17 remaining balance $ 000

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 award is Fine Tune Enterprises Inc (MWBELDB) There is 100 MWBE participation associated with this award

Vice Chair Sharman asked if this request includes the cost for cleaning the canopies Mr Guirges stated that although the canopies are not installedyet this item includes final cleaning under the canopy area Ms Stockerl agreed that the estimate included the cost of final cleaning once the canopies are installed Vice Chair Sharman stated that funding is partially from the Campus Wide Improvements project Mr Ruohomaki stated that the funding sources can be re-evaluated if necessary Vice Chair Sharman agreed that the funding can be revised if needed

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontract Award to Fine Tune Enterprises Inc on BP-S00150 South Terminal C Phase 1 - Parking Facility- Phase 1 (GMP No 9-S) for the total lump sum amount of $15450000 withfunding from Customer Facility Charges and General Airport Revenue Bonds

Q Subcontractor Modification for BP-S00150 (GMP No 9-S) with CCK ConstructionServices Inc for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement 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 $156000 to CCK Construction

Minutes of the Construction Committee Meeting February 18 2020 Page 22 of 39

Services Inc for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement Bid Package 30 Concrete was previously awarded within GMP No 9-S to CCKConstruction Services Inc CC No 2017101016

TKJV is proposing a subcontract modification to CCK Construction ServicesInc in the total lump sum amount $156000 for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement The modified scope consists of additional laborand material to cut splice and adjust the promenade slab reinforcement

The approval of this subcontract modification resolves all requests for cost and time associated with PKG RFI 19851

TKJV has submitted documentation including the subcontractors 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 CCK Construction Services Incin the lump sum amount of $ 156000 Deduct from CMAR Contingency $ (156000)

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 CCK Construction Services Inc (Non-MWBELDBVBE) There is no small businessparticipation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to CCK Construction Services Inc on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $156000 with funding from Customer Facility Charges and General Airport Revenue Bonds

R Subcontractor Modification for BP-S00151 (GMP No 9-S1) with Quality Cable Contractors Inc for CR04301-PKG-Bulletin 10 and RFI 2690-Low Voltage Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00151 South Terminal C Phase 1 - Parking Facility Phase 2 (GMP No 9-S1) at the Orlando International Airport in the total amount of $5225700 to Quality Cable Contractors Inc for CR04301-PKG-Bulletin 10 and RFI 2690-Low Voltage Bid package 2800 Low Voltage Electrical was previously awarded within GMP No 9-S1 Parking Facility Phase 2 to Quality Cable Contractors Inc CC No2018092525A

TKJV) is proposing a subcontract modification to Quality Cable Contractors Inc in the total lump sum amount of $5225700 for CR04301-PKG-Bulletin 10and RFI 2690-Low Voltage The modified scope of work consists of additional materials labor and equipment for ten (10) additional access controls at PKGdoors and the credit associated with the blue phone and camera outletsrevisions per PKG Bulletin 10 and RFI 2690

Minutes of the Construction Committee Meeting February 18 2020 Page 23 of 39

The approval of this subcontract modifications to Quality Cable ContractorsInc resolves all requests for costs and time resulting from PKG Bulletin 10 and RFI 2690 for GMP No 9-S1 CR0430 was submitted for GMP No 9-S CC No20190910021 This request resolves all requests for cost and time for RFI2690 for Low Voltage costs for the hardware changes for Taylor Cotton amp Ridley Inc GMP No 9-S1 was submitted under CR0776

TKJV has submitted documentation including the subcontractors 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 award to Quality Cable Contractors Inc in the lump sum amount of $ 5225700 Deduct from Owner Contingency $ (5225700)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00151 (GMP No 9-S1) for this subcontractor modificationis Quality Cable Contractors Inc (MWBELDB) There is 100 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Quality Cable Contractors Inc on BP-S00151 South Terminal C Phase 1 - ParkingFacility Phase 2 (GMP No 9-S1) for the total lump sum amount of $5225700 with funding from Customer Facility Charges and General Airport Revenue Bonds

S Subcontractor Modification for BP-S00163 (GMP No 5-S5) with The Middlesex Corporation for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place (CIP)Rectangular Beam Canopy Anchor Bolt Locations Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) toissue a Subcontract Modification on BP-S00163 South Terminal C Phase 1 -EnplaneDeplane Bridge and Roadways Balance of Work - FDOT (GMP No 65-S5)at the Orlando International Airport in the total amount of $2295700 to The Middlesex Corporation for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place(CIP) Rectangular Beam Canopy Anchor Bolt Locations Bid Package 3400 EnplaneDeplane Bridge-Combined Piers and Piles was previously awarded within GMP No 5-S5 EnplaneDeplane Bridge and Roadways Balance of Work -FDOT to The Middlesex Corporation CC No 20180605007

TKJV is proposing a subcontract modification to The Middlesex Corporation in the total lump sum amount of $2295700 for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place (CIP) Rectangular Beam Canopy Anchor Bolt Locations The CIP beams were formed and rebar installed but were found to have a discrepancy between the LSC (Landside Civil) and LST (Landside Terminal) drawings with thecanopy anchor bolt locations RFI 3051 response confirmed that the proposed structural adjustment to drill and epoxy the rebar inside the limits of the CIP rectangular beam is acceptable RFI 30511 response confirmed that the proposed epoxy product is acceptable RFI 3249 response provided the details of alternative reinforcement at the canopy column locations The modifiedscope of work consists of all the labor material and equipment costs

Minutes of the Construction Committee Meeting February 18 2020 Page 24 of 39

associated with the relocation of the anchor bolts and the structural adjustments required as per the EOR responses to RFIs 3051 30511 and 3249

The approval of this subcontract modification to The Middlesex Corporationresolves all requests for cost and time resulting from RFIs 3051 30511 and3249

TKJV has submitted documentation including the subcontractors 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 $ 2295700 Deduct from Phase 1 CMAR Contingency $ (2295700)

Due to the funding source of this GMP No 5-S5 Turner-Kiewit Joint Ventureproposed a 20 DBE participation goal for Bid Package 3400 EnplaneDeplane Bridge and Roadways Balance of Work - FDOT in lieu of MWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by this modification The subcontractor identified and committed to participate on BP-S00163 (GMP No 5-S5) for this subcontract modification is The Middlesex Corporation(Non-DBE) There is no DBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to The Middlesex Corporation on BP-S00163 South Terminal C Phase 1 - EnplaneDeplane Bridge and Roadways Balance of Work - FDOT (GMP No 5-S5) for the total lumpsum amount of $2295700 with funding from Passenger Facility Charges

T Subcontractor Modification for BP-S00168 (GMP No 6-S4) with MC Dean Inc for CR03382-6S4 ASC RFI 1621 Emergency Communications System (ECS) Speakersndash Low Voltage Mr Guirges presented the memorandum requesting approval forHensel Phelps Construction (HPC) to issue Subcontract Modifications on BP-S00168 South Terminal C Phase 1 - Interior Finishes and Specialties (GMPNo 6-S4) at the Orlando International Airport in the total amount of $2102300 to MC Dean Inc for CR03382-6S4 ASC RFI1621 EmergencyCommunications System (ECS) Speakers - Low Voltage Bid Package BP-S168 2701ASC Low Voltage Systems was previously awarded within the GMP No 6-S4 toMC Dean Inc CC No 20181002010

HPC is requesting to issue a Subcontractor Modification to MC Dean Inc in the total Lump Sum amount of $2102300 for CR03382-6S4 ASC RFI 1621 Emergency Communications System (ECS) Speakers - Low Voltage The response to RFI 1621 provided updated Technology drawings and schedule showing the Low VoltageRequirements for the Type 4 Wall Mount Emergency Communications SystemsSpeakers in Transfer Level Areas 16 and 17 The modified scope of work consistsof the costs associated with the additional conduits and 1-port Cat 6 cables required to those speakers for the low voltage scope per RFI 1621 response and sketches

Minutes of the Construction Committee Meeting February 18 2020 Page 25 of 39

The approval of this Subcontractor Modification to MC Dean Inc resolves all requests for cost and time resulting from RFI 1621 in GMP No 6-S4 Cost impacts for Electrical work associated with RFI 1621 in GMP No 6-S2 will besubmitted via CR03381-6S2-0143 There is no cost impact for RFI 1621 in GMP Nos 6-S 6-S1 6-S3 6-S5 or 6-S6

HPC has submitted documentation including the subcontractors 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 MC Dean Inc in the lump sum amount of $ 2102300 Deduct from Owner Contingency $(2102300)

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-S4) for this subcontract modification is MC Dean Inc (Non-MWBELDBVBE) There is 835 MWBE participationassociated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue Subcontractor Modifications to MC Dean Inc on BP-S00168 South Terminal C Phase 1 - Interior Finishes andSpecialties (GMP No 6-S4) for the total lump sum amount of $2102300 with funding from Passenger Facility Charges and General Airport Revenue Bonds

U Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0609-LST-RFIs 2513 25131 and 25132-Sink type per Location Verification Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $295100 to Kirlin Florida LLC for CR0609-LST-RFIs 2513 25131 and 25132- Sink type per Location Verification Bid Package BP 2300 Plumbing andHVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $295100 for CR0609-LST-RFIs 2513 25131 and 25132- Sink type per Location Verification The modified scope of work consists ofall costs associated with the change in fixture specification for the AG Lab sink from the S-2 tag to a custom steel two-bay sink with two drain boards disposal cone washout spray vacuum breaker solenoid valve and piping as captured in RFI 2513 confirmation of custom sink model number per RFI 25131 and the confirmation of the disposal waste drain opening size in RFI 25132

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFIs 2513 25131 and 25132

TKJV has submitted documentation including the subcontractors proposal to support their request An independent cost estimate is included By approving

Minutes of the Construction Committee Meeting February 18 2020 Page 26 of 39

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 Kirlin Florida LLC in the lump sum amount of $ 295100 Deduct from Owner Contingency $ (295100)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $295100with funding from General Airport Revenue Bonds

V Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0621-LST-RFI 2544- Missing Civil Storm Pipe Correction Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the OrlandoInternational Airport in the total amount of $563200 to Kirlin Florida LLCfor CR0621-LST-RFI 2544-Missing Civil Storm Pipe Connection Bid Package BP 2300 Plumbing and HVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No 2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $563200 for CR0621-LST-RFI 2544-Missing Civil Storm Pipe Connection The modified scope of work consists of all additional costsassociated with a net add of underground plumbing piping to correspond withthe new civil design between L1 and L2 per RFI 2544

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 2544

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the lump sum amount of $ 563200 Deduct from P1 Owner Contingency $ (563200)

Minutes of the Construction Committee Meeting February 18 2020 Page 27 of 39

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $563200with funding from Passenger Facility Charges and General Airport Revenue Bonds

W Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0710-LST-RFI 1727-AC Humidifiers Missing Domestic Chilled Water (DCW) Piping Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $446500 to Kirlin Florida LLC for CR0710-LST-RFI 1727-AC Humidifiers Missing Domestic Chilled Water (DCW) Piping Bid Package BP 2300 ldquoPlumbing andHVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $446500 for CR0710-LST-RFI 1727-AC humidifiersmissing DCW pipe The modified scope of work consists of additional domesticcold-water connections and piping for the AC units with humidifiers

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 1727

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the lump sum amount of $ 446500 Deduct from CMAR Phase 1 Contingency $ (324700) Deduct from CMAR Phase 1X Contingency $ (121800)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Minutes of the Construction Committee Meeting February 18 2020 Page 28 of 39

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $446500with funding from Passenger Facility Charges and General Airport Revenue Bonds

X Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0753-LST-RFI 2368-Duct Blanket R-Value 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-S3) at the OrlandoInternational Airport in the total deductive amount of ($6747700) to Kirlin Florida LLC for CR0753-LST-RFI 2368-Duct Blanket R-Value Bid Package BP 2300 Plumbing and HVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No 2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal deductive lump sum amount of ($6747700) for CR0753-LST-RFI 2368-DuctBlanket R-Value The modified scope of work consists of all additions anddeductions associated with the use of a 233-inch-thick 34-lbcu mineralfiberglass blanket instead of the specified 2-inch thick 15-lbcu mineralfiberglass blanket on HVAC duct systems per RFI 2368

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 2368

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the deductive lump sum amount of $ (6747700) Add to P1 Owner Contingency $ 4907600 Add to P1X Owner Contingency $ 1840100

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-DBEMWBELDBVBE) There is a reduction of 100 DBE participationassociated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin

Minutes of the Construction Committee Meeting February 18 2020 Page 29 of 39

Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total deductive lump sum amount of($6747700) with funding credited to Passenger Facility Charges and GeneralAirport Revenue Bonds

Y Subcontractor Modifications for BP-S00173 (GMP No 7-S3) with MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Mr Guirges presented the memorandum requesting approval forTurner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $985400 to MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Bid Package BP 2600 Electrical waspreviously awarded within GMP No 7-S3 to MC Dean Inc CC No 2018100211

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $575400 for CR06161-LST RFI 2611-Missing PACSEnclosures RFI 2611 requested information regarding routing of PACS (Physical Access Control System) door panels to IDF rooms innear US Customs and Border Protection (CBP) spaces The modified scope of work consists of all labor material and equipment associated with the addition of power for (11) PACS enclosures as captured in RFI 2611

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $410000 for CR0692-LST-Bulletin 31-Electrical Themodified scope of work consists of all costs associated with the confirmed Electrical panel additions per new circuit descriptions andload updates

The approval of these subcontract modifications to MC Dean Inc as proposedin CR06161-LST RFI 2611-Missing PACS Enclosures resolves all requests forcosts and time associated with LST RFI 2611 for GMP No 7-S3 Electrical CR0616 CC No 20191217-3-1 resolved all cost and time for GMP No 7-S1 LowVoltage There will be no forthcoming CRs for RFI 2611

The approval of this subcontract modification as proposed to MC Dean inCR0692-LST-Bulletin 31-Electrical Inc resolves all requests for costs andtime associated with LST Bulletin 31 Electrical scope A CR for GMP No 7-S1Low voltage scope is forthcoming

TKJV has submitted documentation including the subcontractors 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 for CR06161 to MC Dean Inc in the lump sum amount of $ 575400 TKJV to issue a subcontract modification for CR0692 to MC Dean Inc in the lump sum amount of $ 410000 Deduct from PI Owner Contingency $ (985400)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on

Minutes of the Construction Committee Meeting February 18 2020 Page 30 of 39

BP-S00173 (GMP No 7-S3) for this subcontract modification is MC Dean Inc(Non-DBE) There is no small business participation associated with thismodification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue Subcontractor Modifications to MC Dean Inc on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $985400 withfunding from General Airport Revenue Bonds

Z Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0662-AFC-Power and Laydown Yard to QC Lab Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $2817800 to Kiewit Infrastructure South Cofor CR0662-AFC-Power and Laydown Yard to QC Lab Bid Package 34101 Site Electrical and Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $2817800 for CR0662-AFC-Power and Laydown Yard to QC Lab The scope of work consists of all labor material and equipmentrequired to install the power to the Quality Control (QC) lab located off Wiley Road from the Security Check Point and construct a lay-downparking areaat the QC lab and subsequently remove it when the lab is no longer needed The dimensions for the base material needed for the lay-downparking area are 50-foot by 50-foot next to the lab and 12-foot by 30-foot in front of the lab

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Power and Laydown Yard to QC Lab scope of work

TKJV has submitted documentation including the subcontractors 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 Kiewit Infrastructure South Co in the lump sum amount of $ 2817800 Deduct from P1 Owner Contingency $ (1551700) Deduct from P1X Owner Contingency $ (1266100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Minutes of the Construction Committee Meeting February 18 2020 Page 31 of 39

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $2817800 with fundingfrom General Airport Revenue Bonds

AA Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0672-AFC-Test Pit Remediation Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $6069900 to Kiewit Infrastructure South Co forCR0672-AFC-Asphalt Millings Shortage Bid Package 34101 Site Electricaland Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $6069900 for CR0672-AFC-Asphalt MillingsShortage The modified scope of work consists of all costs associated withasphalt milling RAP (Reclaimed Asphalt Pavement) for use on crane pads accessroad and pedestrian paths as tracked by the time and material (TampM) tickets

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Asphalt Millings Shortage

TKJV has submitted documentation including the subcontractors proposal to support their request An independent cost review 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 Kiewit Infrastructure South Co in the lump sum amount of $ 6069900 Deduct from P1 Owner Contingency $ (2724800) Deduct from P1X Owner Contingency $ (3345100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is 87 LDB participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $6069900 with fundingfrom General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 32 of 39

GENERAL

REQUEST FOR APPROVAL TO REIMBURSE THE HYATT FOR WORK PERFORMED DURING BP-00474HYATT REGENCY GUEST ROOMCORRIDOR RENOVATION AT THE ORLANDO INTERNATIONAL AIRPORT 4 Ms Grant presented the memorandum dated February 18 2020 along with aninvoice from Hyatt Regency dated September 30 2019 for BP-00474 Hyatt GuestRoomCorridor Renovation at the Orlando International Airport The invoice is to provide reimbursement for emergency work to clean the 7th Floor after a sprinkler activation repair cut phone lines in several rooms and clean rooms for turnover which was not completed by the General Contractor (GC) in time to turn over thoserooms

If approved this reimbursement would be effective February 18 2020

Ms Schneider asked if the contractor was back-billed for this Mr Ruohomaki answered no that this is a negotiated settlement Vice Chair Sharman stated that this was done to finish the renovations and open the areas earlier which was in the best interest of the Aviation Authority

Vice Chair Sharman asked if R W Block Consulting Inc had reviewed the invoiceand will sign-off on it Mr Kurek answered yes it will be signed

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve to Reimbursethe Hyatt Regency for Work performed during BP-00474 Hyatt Guest RoomCorridor Renovation for the total lump sum fee amount of $926994 with funding frompreviously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 107 TO THE CONTINUING PROGRAMAND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR A NO-COST STAFFING CHANGE FOR THE CONSTRUCTION PHASE OAR SERVICES FOR BP-00482 GATE E-50 AND CHECKPOINT CHARLIE DEVELOPMENT ATTHE ORLANDO INTERNATIONAL AIRPORT 5 Mr Sorondo presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 5 2020 for a No-Cost Staffing Change for the Construction Phase OAR Services forBP-00482 Gate E-50 and Checkpoint Charlie Development at the Orlando International Airport On September 24 2019 the Construction Committee approved Addendum No107 to the above-referenced agreement in the amount of $24677100 for ConstructionPhase OAR Services Since that time a no-cost staffing change is being requested to replace the JMATT Construction Services LLC Senior Inspector who is stillengaged on another project with an A2 Group Inc Inspector and a Geotech Consultants International Inc dba GCI Inc Senior Inspector as furthered described in the Consultantrsquos proposal

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contractrsquos MWBELDBVBE specifications and determined that the proposed no-cost staffing change includes a reduction to JMATT Construction Services LLC (MWBE)in the amount of ($5355000) and an add to A2 Group Inc (DBE) in the amount of$2100000 resulting in an overall 28 MWBE participation for this Addendum No 107 and Amendment Nos 1 and 2

Vice Chair Sharman asked if Geotech Consultants International Inc dba GCI Inc was switching subconsultants Mr Sorondo answered yes

Minutes of the Construction Committee Meeting February 18 2020 Page 33 of 39

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 107 to the Continuing Program and Project Management Services (OARPrime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for No-Cost Staffing Change for the Construction Phase OAR Services for BP-00482 Gate E-50 and Checkpoint Charlie Development there is no fiscal impact associatedwith this item

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN AMENDMENT TO PURCHASING CONTRACT 01-20 PERSONNEL SCREENING SERVICES WITH COVENANT AVIATION SECURITY AT THE ORLANDO INTERNATIONAL AIRPORT 6 Mr Shedek presented the memorandum dated February 18 2020 for Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC at the Orlando International Airport On January 7 2020 the Construction Committee approved Agenda Item No 11 for anAmendment to Purchasing Contract 01-20 Personnel Screening Services with CovenantAviation Security LLC for Personnel Screening Services on BP-00491 West Security Screening Checkpoint Expansion - Package 2 for a total not-to-exceed expense amountof $200000 with funding from project funds (ie previously-approved CapitalExpenditure Funds and General Airport Revenue Bonds) Since then it has been determined that these services will not be required

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC there is no fiscal impact associatedwith this item

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR E-00264 NORTH PARK PLACE LIGHT POLE REPLACEMENT AT THE ORLANDO INTERNATIONAL AIRPORT 7 Mr Graham presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for E-00264 North Park Place Light PoleReplacement at the Orlando International Airport The scope of the project is toremove and replace 49 parking lot light poles located in the North Park Place parkinglot re-install the existing light fixtures and provide ancillary replacement parts as necessary at the Orlando International Airport

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 42 MWBE participation on this Addendum

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for E-00264 North Park Place Light Pole Replacement for the total not-to-exceed fee amount of $2396100 with funding from previously-approved Discretionary Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 34 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE TICKET LOBBY MODIFICATIONS ANDIMPROVEMENTS AGREEMENT WITH CT HSU amp ASSOCIATES PA FOR CONSTRUCTION ADMINISTRATION SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 8 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from CT Hsu amp Associates PA dated January 30 2020 to provide Construction Administration Services for V-00906 West Checkpoint Video Walls a the Orlando International Airport Services will include CA services shop drawing review and coordination for the installation of the four LED video walls under the Chilirsquos Restaurant at the West Security Checkpoint A and B Sides

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that CT Hsu ampAssociates PA proposes 604 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Ticket Lobby Modifications and Improvements Agreement with CT Hsuamp Associates PA for Construction Administration Services for V-00906 West Checkpoint Video Walls for the total amount of $5624000 which includes the not-to-exceed fee amount of $5511700 and the not-to-exceed reimbursable expense amount of $112300 with funding from previously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 9 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for the above referenced project This project provides two large and two small Video Walls in the West Checkpoint area ofthe Great Hall on Landside Level 3

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 694 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for Construction Phase OAR Services for V-00906 West Checkpoint Video Walls for the total not-to-exceed fee amount of $4771500 with funding from previously-approved Capital Expenditure Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 35 of 39

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 19 TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT (OAR PRIME ENTITY) SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC TO PROVIDE ADDITIONAL CONSTRUCTION PHASE OAR SERVICES FOR V-00933 PODS A AND B FLOOR REPAIR AT THE ORLANDO INTERNATIONAL AIRPORT 10 Mr Willems presented the memorandum dated February 18 2020 along with aproposal from AECOM Technical Services Inc dated January 23 2020 to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair at the Orlando International Airport On November 19 2019 the Construction Committee approved Addendum No 19 in the amount of $714400 to the above-referencedagreement Since that time it has been determined that additional Construction Phase OAR Services are required as furthered described in the Consultantrsquos proposal dated January 23 2020

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the required services AECOM Technical Services Inc does not propose any MWBE LDB or VBE participation on this Amendment

Mr Patterson asked if this work will be ending next week Mr Willems answered yes

Mr Patterson stated that the timing of the work needed to be coordinated withOperations to avoid the holiday rush Mr Ruohomaki stated that due to these timingissues the OAR (AECOM Technical Services Inc) needs additional time to continue providing OAR Services on the project through close-out

Vice Chair Sharman asked if RW Block Consulting Inc had any outstanding issues with this request Ms Rainey responded that a change order on V-00933 requestinga time extension has not been received Mr Willems stated that the Contractor has not yet requested additional time but that a change order can be submitted to asubsequent Construction Committee Meeting Vice Chair Sharman asked if RW Block Consulting Inc would be amenable to this request once the change order is receivedMs Rainey answered yes [Subsequent to the Construction Committee meeting following review by the Contractor and OAR it was determined that a time extension change order would not be required RW Block Consulting Inc finds this item acceptable]

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 19 to the Continuing Program and Project Management (OAR Prime Entity) Services Agreement with AECOM Technical Services Inc to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair for thetotal not-to-exceed fee amount of $676800 with funding from previously-approvedOperation and Maintenance Funds

REQUEST FOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH HW DAVIS CONSTRUCTION INC FORV-00957 REPAIR SUB-CANOPIES LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 11 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from HW Davis Construction Inc dated October 23 2019 for V-00957Repair Sub-Canopies Level 3 A and B Enplane Drive at the Orlando InternationalAirport Project scope is to provide all labor equipment and materials to fabricatedeliver and install new fabric cover strips at diagonal steel braces at the sub-canopies rain protection covers at nine canopy locations and repair two separatedcable pockets at Canopy Nos 6 and 16 at the Orlando International Airport The duration of the project is 30 calendar days for Substantial Completion and 30

Minutes of the Construction Committee Meeting February 18 2020 Page 36 of 39

calendar days for Final Completion with a contemplated Notice to Proceed (NTP) date of February 24 2020

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that due to the limited scope of the required services HW Davis Construction Inc does notpropose any MWBELDBVBE participation on this Job Order Construction Services Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve a JobOrder Construction Services Addendum to the Continuing Vertical Construction Services Agreement with HW Davis Construction Inc for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total direct-negotiated amount of $3573300 andwaive the requirement for Performance and Payment Bonds with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR V-00957 REPAIR SUB-CANOPIES AT LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 12 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated January 31 2020 is to provide Construction Phase OAR Services on the above-referenced project

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the services to be provided Geotech Consultants International Inc dba GCI Inc does not propose any MWBELDBVBE participation on this Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total not-to-exceed fee amount of $290700 with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH GOMEZ CONSTRUCTION COMPANY FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) AT THE ORLANDO INTERNATIONAL AIRPORT 13 This item was deferred

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) ATTHE ORLANDO INTERNATIONAL AIRPORT 14 This item was deferred

Minutes of the Construction Committee Meeting February 18 2020 Page 37 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING ENVIRONMENTAL ENGINEERING CONSULTANT SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC FOR INSTALLATIONOF NEW MONITORING WELLS IMPLEMENTATION OF ONE SEMI-ANNUAL POST-ACTIVE REMEDIATIONMONITORING (PARM) AND PREPARATION OF ONE PARM REPORT AT THE FORMER DAYRON FACILITYFOR W-00072 OEA REMEDIATION OF DAYRON PLUME AT THE ORLANDO EXECUTIVE AIRPORT 15 Mr Carrington presented the memorandum dated February 18 2020 along with a proposal from AECOM Technical Services Inc dated February 10 2020 to provide for the installation of eleven new monitoring wells implementation of one semi-annual groundwater Post-Active Remediation Monitoring (PARM) and the preparation and submission of one PARM report at the former Dayron Facility at the OrlandoExecutive Airport The one semi-annual PARM monitoring event to be performed in late March or early April 2020

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that AECOM Technical Services Inc proposes 331 MWBE and 80 LDB participation on this Addendum

Mr Ruohomaki asked if this was in pursuit of a NFA designation (No Further Action)Mr Carrington answered yes

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve an Addendum to the Continuing Environmental Engineering Consultant Services Agreement with AECOMTechnical Services Inc for Installation of New Monitoring Wells Implementation of One Semi-Annual Post-Active Remediation Monitoring (PARM) and Preparation of One PARM Report at the Former Dayron Facility for W-00072 OEA Remediation of DayronPlume at the Orlando Executive Airport for the total amount of $7150000 which includes the not-to-exceed fee amount of $4112700 and the not-to-exceed reimbursable expense amount of $3037300 with funding from OEA Environmental Liability Funds

REQUEST FOR RECOMMENDATION OF APPROVAL OF NO-COST ADDENDA TO THE CONTINUING TRANSPORTATION PLANNING CONSULTING SERVICES AGREEMENTS TO EXERCISE THE SECOND AND FINAL ONE-YEAR RENEWAL OPTION 16 Ms Anderson presented the memorandum dated February 18 2020 requesting the recommendation of approval of No-Cost Addenda to the Continuing Transportation Planning Consulting Services Agreements to exercise the second and final one-year renewal option In June 2016 the Aviation Authority Board approved ContinuingTransportation Planning Consulting Services Agreement with the below firms Theprovisions in the agreement include a base three-year term with two subsequent optional one-year renewal periods upon mutual agreement of the parties

Each firmrsquos first one-year renewal expires as follows

Firm Expiration Date HNTB Corporation July 26 2020 HDR Engineering Inc September 12 2020

In order to maintain these services on an as-needed basis for routine operations staff requires the services of the above-referenced firms The firms were requested to provide their concurrence to exercise the second and final one-year renewal option

Upon motion of Mr Patterson second by Mr Hunt vote carried to recommend to theAviation Authority Board approval of No-Cost Addenda to the Continuing Transportation

Minutes of the Construction Committee Meeting February 18 2020 Page 38 of 39

Planning Consulting Services Agreements to Exercise the Second and Final One-Year Renewal Option there is no fiscal impact associated with this item

REQUEST FOR APPROVAL OF CONTRACTORrsquoS FINAL PAYMENT TO HL PRUITT CORPORATION FOR E-00212 INVENTORY AND MARKING OF AIRFIELD LIGHTING AT THE ORLANDO INTERNATIONALAIRPORT 17 Mr Patterson presented the memorandum dated February 18 2020 requesting the Contractorrsquos Final Payment to HL Pruitt Corporation for E-00212 Inventory andMarking of Airfield Lighting at the Orlando International Airport The Construction Contract for the referenced project has been completed and all issues involving the Contractor have been addressed and resolved

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve theContractorrsquos Final Payment Authorization to HL Pruitt Corporation for E-00212Inventory and marking of Airfield Lighting at the Orlando International Airport

INFORMATION ITEMS

18 The following items were presented for information only

A Field Change Order (FCO) Log

B Revised Supporting Documentation for Change Order PS-00329-11 Parking Access and Revenue Control System (PARCS) Replacement at The OrlandoInternational Airport [From Construction Committee on July 30 2019 ItemNo 1-F] [The Construction Committee determined that this information item should be converted to an action item and it was motioned with Item No 2-B]

C Revised Coversheet for Hensel Phelps Construction to issue a SubcontractModification to Inland Construction and Engineering Inc for BP-S00144South Terminal C Phase 1 - Airside Enclosure amp Exterior Finishes (GMPNo 6-S2) at The Orlando International Airport [From ConstructionCommittee on November 26 2019 Item No 2-D]

D Additional Supporting Documentation for Request for Recommendation ofApproval of an Amendment to Addendum No 7 to the Construction Management at Risk (CMR) Entity Services for the South Terminal C Phase 1 (STC-P1)Agreement with Turner-Kiewit Joint Venture for BP-S00150 South TerminalC Phase 1 ndash Parking Facility (GMP 9-S) at The Orlando International Airport [From Construction Committee on December 17 2019 Item No 5]

E Revised Coversheet for Request for Approval of an Addendum to the Technology and Multi-Media Specialty Engineer for the South Terminal CPhase 1 Agreement with Burns Engineering Inc for Design Services related to Customs Border and Patrol (CBP) final review for W-S00113 South Terminal C Phase 1 ndash Experiential Media Environment (EME) at The OrlandoInternational Airport [From Construction Committee on February 4 2020Item No 10]

F Office of Small Business Participation Memorandum for the Request forRecommendation of Approval of the FFampE and IT Estimate Procurement Plan and Process for Updating the Construction Committee for W-S00145 SouthTerminal C Phase 1 and Phase 1X (STC-P1 and P1X) Owner Furnished FFampE and IT Items at The Orlando International Airport [From ConstructionCommittee on February 4 2020 Item No 11]

______________________________

Minutes of the Construction Committee Meeting February 18 2020 Page 39 of 39

ADJOURNMENT

19 There being no further business for discussion the meeting was adjourned at 910 am

Kathleen Sharman Vice Chair Construction Committee Chief Financial Officer

Page 3: On TUESDAY, FEBRUARY 18, 2020 , the CONSTRUCTION … · Mike Patterson, Director of Construction . Gary Hunt, Director of Maintenance . ... Steve Pue, GOAA Maintenance . Vendla Davermann,

Minutes of the Construction Committee Meeting February 18 2020 Page 3 of 39

CONSIDERATION OF JANUARY 21 2020 MINUTES E Upon motion of Mr Patterson second by Ms Schneider vote carried to approve

the Construction Committee Minutes from the meeting held on January 21 2020as presented

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

A Change Order E-00143-04 VARIOUS REVISIONS This change order to the contractwith Electric Services Inc for Main Computer Room - Electrical Upgrades isto 1 Provide all labor equipment and materials to supply temporary powerfor Panels EQH21 and UPSEQL21 located in Main Computer Room 02-4407 including a step-down transformer an electrical panel and a 50A 480V circuit from Electrical Room 02-5124 The temporary service shall provide power to six L630R receptacles four 20A duplex receptacles and a calix rectifier Temporary power shall also be provided for Liebert Unit AC1 and the calixrectifier Contractor shall provide power and temporary ductwork for two owner-furnished portable Air Conditioning (AC) units After use the 70A SOOW cord six L530R receptacles and six RS plate covers shall be turned over to theOwner (Reference ESI-RCO No 12) ADD $1205365 and 2 Increase theContract Time for Substantial Completion by 84 calendar days from 299 calendar days to 383 calendar days for work associated with Item No 1 above NO COST

Upon motion of Ms Schneider second by Mr Hunt vote carried to recommend to the Aviation Authority Board approval of Change Order E-00143-04 for atotal amount of $1205365 and an 84 calendar day time extension to Substantial Completion with funding from previously-approved Capital Expenditure Funds

B Change Order PS-00329-13 ADDITIONAL LOGIC DEVELOPMENT This change order to the contract with SKIDATA Inc for Parking Access and Revenue Control System(PARCS) - Excludes 5-Year Maintenance is to provide all labor hardware andsoftware to develop additional logic to include new requirements incorporatingoffline transactions in the real time interface (Lump Sum) ADD $2490000

Ms Sharman asked how the transactions will be reconciled between the Aviation Authority and CFX Mr Watson replied that once this logic development is online the accounts between the two agencies will be reconciled similar tohow it is done now Ms Sharman further asked what action is taken when the customer exits the parking garage but the CFX account has no funds Mr Watson replied the CFX will handle recouping any monies similar to currentpractices through use of the vehiclersquos tag number and transponder number

Legal Counsel noted that Agenda (Information) Item No 18-B which addressed similar terms and conditions along with warranty language to this change order should be an action item rather than an information Both this changeorder and Agenda (Information) Item No 18-B can be considered in one motion

Agenda Item Nos 2-B and 18-B were considered in one motion

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve Agenda (Information) Item No 18-B and Change Order PS-00329-13 for a totalamount of $2490000 and no time extension with funding from previously-approved Discretionary Fund previously-approved Capital Expenditure Funds and Improvement and Development Funds

C Change Order R-00088-02 FINAL ADJUSTMENT OF NTE CONTRACT This change orderto the contract with PampA Roofing and Sheet Metal Inc for Emergency Roof

Minutes of the Construction Committee Meeting February 18 2020 Page 4 of 39

Repairs and Waterproofing Maintenance is the final change order and provides for final contract adjustments to reflect the actual cost of time and material expended to complete the work The original contract amount was $10000000The actual material and labor expenditure totaled $8721074 which includes$6318987 for work related to the TerminalAirsides $289362 for work related to the Tradeport Area and $2112725 for work related to OtherBuildings The remaining balances are as follows TerminalAirsides $181013 Tradeport Area $2110638 and Other Buildings ($1012725) TOTAL $1278926 This change order reduces the contract amount by ($1278926) for a final contract amount of $8721074 DEDUCT ($1278926)

Upon motion of Ms Schneider second by Mr Patterson vote carried approveChange Order R-00088-02 for a total deductive amount of ($1278926) and notime extension with funding credited to previously-approved Capital Expenditure Funds

D Change Order V-00920-02 VARIOUS REVISIONS This change order to the contractwith Gomez Construction Company for Hyatt South Side HVAC Duct and Roof Repair is to l (a) Replace lightning protection system on the reconstructed roofarea on this project (Reference Contractorrsquos COR No 2 Rev 3) ADD $482084 (b) Decrease the Lightning Protection Installation Allowance by ($482084) from $1400000 to $917916 to offset the cost associated with Item No 1a above DEDUCT ($482084) and (c) Reduce the LightningProtection Installation Allowance by ($917916) from $917916 to $000 forthe unused portion of the allowance DEDUCT ($917916) NET AMOUNT FOR ITEM NO 1 DEDUCT ($917916) 2 (a) Replace flashing and sealant at skylightby removing 600 Linear Feet (LF) of existing Dow 123 Sealant Provide andinstall new stainless-steel drip edge and provide and install new Dow 123Sealant in accordance with CMC Report dated May 1 2019 CMC Report dated June 26 2019 and Skylight Wall Flashing Detail dated June 27 2019(Reference Contractorrsquos COR No 3 Rev 5) ADD $3683808 (b) Decrease the Unforeseen Conditions Allowance by ($3683808) from $4000000 to $316192 to offset the cost associated with Item No 2a above DEDUCT ($3683808) NET AMOUNT FOR ITEM NO 2 $000 3 (a) Demolish and reconstruct roof curbsby removing existing roof curbs (ie knee walls) around the Heating Ventilation Air Conditioning (HVAC) duct that penetrates the roof deck from the Mechanical Rooms below on both the north and south HVAC enclosures Reconstruct the knee wall around the HVAC duct a couple of feet beyond theduct to allow adequate room for roof membrane installation in accordance withCMC Report dated May 16 2019 and CMC Report dated May 24 2019 (ReferenceContractors COR No 4 Rev 2) ADD $6214848 and (b) Decrease the Unforeseen Conditions Allowance by ($316192) from $316192 to $000 to offset the cost associated with Item No 3a above DEDUCT ($316192) NET AMOUNT FOR ITEM NO 3 ADD $5898656 4 Reduce the Test and Balance Allowanceby ($1000000) from $1000000 to $000 for the unused portion of theallowance DEDUCT ($1000000) and 5 (a) Increase the Contract Time forSubstantial Completion by 90 calendar days from 90 calendar days to 180calendar days for work associated with Item Nos 1 and 3 above and (b) Increase the Contract Time for Final Completion by 200 calendar days from 30 calendar days to 230 calendar days for work associated with Item No 2 above

Mr Patterson asked if this was the final change order Mr Pancoast replied no that this reconciles all allowances and there will be one more change order to reconcile the bond cost

Upon motion of Mr Patterson second by Mr Hunt vote carried recommend to the Aviation Authority Board approval of Change Order V-00920-02 for a totalamount of $3980740 and a 90 calendar day time extension to Substantial

Minutes of the Construction Committee Meeting February 18 2020 Page 5 of 39

Completion and a 200 calendar day time extension to Final Completion withfunding from Previously Approved Capital Expenditure and General Airport Revenue Bond Funds

E Change Order V-00926-01 EMERGENCY AND EXIT LIGHT INSTALLATION This change order to the contract with Gomez Construction Company for US Customs andBorder Protection (CBP) Modular Training Room is to add labor and material for the installation of Emergency and Exit Lights for the CBP building to finalize the City inspection requirement ADD $447877

Ms Sharman stated that the start-up package has not been finalized Mr Birkebak replied that he has it and it is under review

Upon motion of Mr Patterson second by Mr Hunt vote carried approve ChangeOrder V-00926-01 for a total amount of $447877 and no time extension withfunding from previously-approved Operation and Maintenance Funds

F Change Order V-00932-01 FINAL ADJUSTMENT OF NTE CONTRACT This change orderto the contract with RL Burns Inc for Landside and Airside Terminals On-Call Plumbing Repairs is the final change order and is to increase the Not-to-Exceed Contract amount by $2563703 from $19500000 to $22063703 for additional on-call maintenance plumbing repairs to complete emergency restroom repairs at Airside 2 Contractor shall purchase plumbing materials as required to complete work orders and maintain a constant workflow and allunused materials shall be returned to GOAA Maintenance These services are requested by GOAA Maintenance ADD $2563703

Ms Sharman stated that the start-up package has not been finalized Mr Birkebak replied that he has it and it is under review

Mr Hunt asked if any remaining funds will be returned to Maintenance after the project is completed Mr Graham replied yes

Upon motion of Mr Hunt second by Mr Patterson vote carried approve ChangeOrder V-00932-01 for a total amount of $2563703 and no time extension with funding from previously-approved Operation and Maintenance Funds

CONSTRUCTION MANAGEMENT AT RISK (CMR) GUARANTEED MAXIMUM PRICE (GMP) BUDGET BUYOUT AND CONTINGENCY (BBC) MANAGEMENT REQUESTS AGENDA3 The following GMP Budget Buyout and Contingency Management requests (related to the South Terminal C Phase One Project) were presented for consideration

A Subcontractor Modification for BP-S00139 (GMP No 5-S2) with The Middlesex Corporation for CR0535-LSC-Bulletin 17-Utility Changes Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontractor Modification on BP-S00139 South Terminal C Phase 1 -Landside Civil (GMP No 5-S2) at the Orlando International Airport in thetotal deductive amount of ($702200) to The Middlesex Corporation for CR0535-LSC-Bulletin 17-Utility Changes Bid Package 3100 Sitework was previouslyawarded within GMP No 5-S2 to The Middlesex Corporation CC No 2018050405A

TKJV is proposing a subcontract modification to The Middlesex Corporation in the total deductive lump sum amount of ($702200) for CR0535-LSC-Bulletin 17-Utility Changes LSC Bulletin 17 made multiple changes that affect GMP No 5-S2 including adjustments to water and fire main routing grading details and relocatingrealignment of duct banks The modified scope of work consists of all labor material and equipment costs associated with the rerouting changes to 14-inch PVC force main 12-inch water main changes 6-inch fire

Minutes of the Construction Committee Meeting February 18 2020 Page 6 of 39

main changes deleted fiber optic duct bank rerouted Generators A and B DuctBank rerouted OUC duct bank and deleted fiber optic manhole as captured in the LSC Bulletin 17 Utility changes

The approval of this subcontract modification to The Middlesex Corporationresolves all requests for costs and time associated with LSC Bulletin 17utility changes Time and costs associated with primary power duct bank changes that impact GMP No 5-S2 will be resolved in CR0489 Time and costs associatedwith LSC Bulletin 17 for GMP No 5-S6 will be resolved in GMP No 5-S6 Amendment Nos 1 and 2

TKJV has submitted documentation including the subcontractors 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 award to The Middlesex Corporation in the deductive lump sum amount of $ (702200) Add to PI Owner Contingency $ 702200

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00139 (GMP No 5-S2) for this subcontract modification is The Middlesex Corporation (Non-MWBELDBVBE) This modification is comprisedof a deduct to Transportation Systems Inc (LDB) in the amount of ($4198194)and an add to RCS Civil Inc (MWBE) in the amount of $2862435 and LampSDiversified Inc (LDB) in the amount of $210000 This modification results in a net deduct of ($3988200) to LDB participation and a net add of $2862450to MWBE participation

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to The Middlesex Corporation on BP-S00139 South Terminal C Phase 1 - Landside Civil(GMP No 5-S2) for the total deductive lump sum amount of ($702200) with funding credited to Customer Facility Charges and General Airport RevenueBonds

B Subcontractor Modification for BP-S00139 (GMP No 5-S2) with The Middlesex Corporation for CR0604-LSC-Fire Riser Scope Gap at the Landside Terminal Building Mr Guirges presented the memorandum requesting approval forTurner-Kiewit Joint Venture (TKJV) to issue a Subcontractor Modification on BP-S00139 South Terminal C Phase 1 - Landside Civil (GMP No 5-S2) at theOrlando International Airport in the total amount of $868100 to The Middlesex Corporation for CR0604-LSC-Fire Riser Scope Gap at the LandsideTerminal Building Bid Package 3100 Sitework was previously awarded within GMP No 5-S2 to The Middlesex Corporation CC No 2018050405A

TKJV is proposing a subcontract modification to The Middlesex Corporation in the total lump sum amount of $868100 for the Landside Terminal Building The Bid Package for GMP No 5-S2 (LSC) did not include any LST Fire ProtectionDrawings those which stated that the Fire Protection SOW begins 12-inches above finish floor from the fire riser For that reason The Middlesex

Minutes of the Construction Committee Meeting February 18 2020 Page 7 of 39

Corporation will extend the fire protection water main to meet the LST Buildingfire riser The modified scope of work consists of the costs associated withthe additional 10-inch (8-foot x 6-foot) fire riser and credits associated with the deleted 10-inch pipe reducer per LSC Civil drawings and LST FireProtection Drawings

The approval of this subcontract modification to The Middlesex Corporationresolves all requests for costs and time associated with CR0604-LSC-Fire Riser Scope Gap

TKJV has submitted documentation including the subcontractors 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 award to The Middlesex Corporation in the lump sum amount of $ 868100 Deduct from P1 CMAR Contingency $ (868100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00139 (GMP No 5-S2) for this subcontract modification is The Middlesex Corporation (Non-MWBELDBVBE) There is 82 MWBE and 14 LDB participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to The Middlesex Corporation on BP-S00139 South Terminal C Phase 1 - Landside Civil(GMP No 5-S2) for the total lump sum amount of $868100 with funding fromCustomer Facility Charges and General Airport Revenue Bonds

C Subcontractor Modification for BP-S00143 (GMP No 6-S1) with ECS Florida LLC for CR0321-6S1 ECS Testing Budget Adjustment Mr Guirges presented the memorandum requesting approval for Hensel Phelps Construction (HPC) to issuea Subcontractor Modification on BP-S00143 South Terminal C Phase 1 - AirsideTerminal Structure and Enclosure (GMP No 6-S1) at the Orlando International Airport in the total amount of $20382400 to ECS Florida LLC for CR0321-6S1 ECS Testing Budget Adjustment BP 0304 Building Concrete Precast andMasonry TestingInspection has been previously awarded within GMP No 6-S1to ECS Florida LLC CC No 2018072403G

HPC is requesting to issue a Subcontractor Modification to ECS Florida LLCin the total not-to-exceed amount of $20382400 for CR0321-6S1 ECS Testing Budget Adjustment ECS Florida LLC was previously awarded a Not-to-Exceed(NTE) subcontract on July 24 2018 Subsequent to this award a set of acceptable rates was established to align testing rates across the projects to be consistent This request is for the variance in costs from the awardedunit rates to the allowable billable unit rates (ie the established Program-Wide rates for Quality Control Testing) for the base bid quantity of laborhours and quality control tests included in the ECS initial award

Minutes of the Construction Committee Meeting February 18 2020 Page 8 of 39

The approval of this Subcontractor Modification to ECS Florida LLC resolves all requests for cost and time associated with the ECS Testing BudgetAdjustment in GMP No 6-S1 Costs for the additional Structural Steel andBuilding Envelope TestingInspection were approved in CC No 2019121703B

HPC has submitted documentation including the subcontractors proposal tosupport this request By approving this request the Owner does not waive its right to enforce the contract requirements for other requests for cost ortime

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

HPC to issue a subcontract modification to ECS Florida LLC in the not-to-exceed amount of $ 20382400 Deduct from Owner Contingency $ (20382400)

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-S1) for this subcontract modification is ECS Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to ECSFlorida LLC on BP-S00143 South Terminal C Phase 1 - Airside Terminal Structure and Enclosure (GMP No 6-S1) for the total not-to-exceed amount of $20382400 with funding from Passenger Facility Charges and GeneralAirport Revenue Bonds

D Subcontractor Modification for BP-S00143 (GMP No 6-S1) with TampT Constructionof Central Fla Inc for CR0434-6S1-RFI 1714 Flowable Fill Placement for HubArea H3 Slab-on-Grade (SOG) Mr Guirges presented the memorandum requesting approval 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-S1) at the Orlando International Airport in the total amount of $1616300 to TampT Construction of Central Fla Inc for CR0434-6S1-RFI 1714 Flowable Fill Placement for Hub Area H3 Slab-on-Grade (SOG) Bid Package 0302 Building Concrete has been previously awarded within GMP No 6-S1 to TampT Construction of Central Fla Inc CC No201800410008

HPC is requesting to issue a Subcontractor Modification to TampT Construction of Central Fla Inc in the total Lump Sum amount of $1616300 for CR0434-6S1-RFI 1714 Flowable Fill Placement for Hub Area H3 Slab-on-Grade (SOG) Theadditional scope of work consists of the costs associated with the additionallabor material and equipment required to place the approved flowable fill mixture underneath the design elevation for the Slab-on-Grade placement and concrete for the thickened edge perimeter in the Airside Concourse Hub AreaH3 per RFI 1714

The approval of this Subcontractor Modification to TampT Construction of Central Fla Inc resolves all requests for cost and time resulting from RFI 1714Flowable Fill Placement for Hub Area H3 Slab-on-Grade (SOG) Costs for testingand inspection if any will be submitted via future CR

Minutes of the Construction Committee Meeting February 18 2020 Page 9 of 39

HPC has submitted documentation including the subcontractors 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 TampT Construction of Central Fla Inc in the lump sum amount of $ 1616300 Deduct from CMAR Contingency $ (1616300)

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-S1) for this subcontract modification is TampT Construction of Central Fla Inc (MWBE) There is 966 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to TampTConstruction of Central Fla Inc on BP-S00143 South Terminal C Phase 1 - Airside Terminal Structure and Enclosure (GMP No 6-S1) for the total lumpsum amount of $1616300 with funding from General Airport Revenue Bonds

E Subcontractor Modification for BP-S00143 (GMP No 6-S1) with Kirlin Florida LLC for CR0450-6S1-RFI 1908 Exterior Domestic Cold-Water Piping InsulationMr Guirges presented the memorandum requesting approval for Hensel Phelps Construction (HPC) to issue a Subcontract Modification on BP-S00143 SouthTerminal C Phase 1 - Airside Terminal Structure and Enclosure (GMP No 6-S1) at the Orlando International Airport in the total deductive amount of($723000) to Kirlin Florida LLC for CR0450-6S1-RFI 1908 Exterior DomesticCold-Water Piping Insulation Bid Package for BP-S00143 2201 Plumbing has been previously awarded within GMP No 6S1 to Kirlin Florida LLC CC No2018052204H

HPC is requesting to issue a Subcontractor Modification to Kirlin Florida LLCin the total deductive Lump Sum amount of ($723000) for CR0450-6S1-RFI 1908Exterior Domestic Cold-Water Piping Insulation The modified scope of workconsists of the credits for replacing the 1-inch thick Cellular Glass insulation at exterior domestic cold-water piping with 1-inch thick Fiberglass insulation per RFI 1908 response

The approval of this Subcontractor Modification to Kirlin Florida LLC resolves all requests for cost and time resulting from RFI 1908

HPC has submitted documentation including the subcontractors 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

Minutes of the Construction Committee Meeting February 18 2020 Page 10 of 39

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

HPC to issue a subcontract modification to Kirlin Florida LLC in the deductive lump sum amount of $ (723000) Add to Owner Contingency $ 723000

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-S1) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is a 100 reduction in MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to KirlinFlorida LLC on BP-S00143 South Terminal C Phase 1 - Airside Terminal Structure and Enclosure (GMP No 6-S1) for the total deductive lump sumamount of ($723000) with funding credited to Passenger Facility Charges and General Airport Revenue Bonds

F Subcontractor Modifications for BP-S00143 (GMP No 6-S1) with Banker Steel Co LLC for CR0403-RFI 1604 Stair 161 and 162 Location and Stringer Support and CR0445-RFI 1703 Area 14 Soft Joint Support in Exterior Framing Clarification (CWA-BP-S143-007) Mr Guirges presented the memorandumrequesting approval for Hensel Phelps Construction (HPC) to issue SubcontractModifications on BP-S00143 South Terminal C Phase 1 - Airside Terminal Structure and Enclosure (GMP No 6-S1) at the Orlando International Airport in the total amount of $3449500 to Banker Steel Co LLC for CR0403-RFI1604 Stair 161 and 162 Location and Stringer Support and CR0445-RFI1703 Area 14Soft Joint Support in Exterior Framing Clarification (CWA-BP-S143-007) Bid Package for BP-S00143 0501 Structural Steel and Miscellaneous Metals has been previously awarded within GMP No 6-S1 to Banker Steel Co LLC CC No 20180410008

HPC is requesting to issue Subcontractor Modifications to Banker Steel Co LLC in the Lump Sum amounts of

1 $1531900 for CR0403-6S1-RFI 1604 Stair 161 and 162 Location andStringer Support The additional scope of work consists of necessarysteel members and stiffeners to support the stringer and allow installation of floor finish on the north edge of escalator pit 161 and on the south edge of escalator pit 162 per RFI 1604

2 $1917600 for CR0445-6S1-RFI 1703 Area 14 Soft Joint Support inExterior Framing Clarification The additional scope of work consistsof necessary steel members to support a soft joint for the exteriorframing in Area 14 per RFI 1703

The approval of these Subcontractor Modifications to Banker Steel Corp LLC resolves all requests for cost and time resulting from RFIs 1604 and 1703 scopes of work in GMP No 6-S1 Costs for Patching of Fireproofing and Insulation and Testing and Inspection if any will be submitted in a futureCR There are no cost impacts to GMP Nos 6-S 6-S2 6-S3 6-S4 6-S5 CR0445 closes out CWA-BP-S143-007

Minutes of the Construction Committee Meeting February 18 2020 Page 11 of 39

HPC has submitted documentation including the subcontractors 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 $ 3449500 Deduct from Owner Contingency $ (3449500)

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-S1) for this subcontract modification is Banker Steel Co LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue Subcontractor Modifications to Banker Steel Co LLC on BP-S00143 South Terminal C Phase 1 - Airside TerminalStructure and Enclosure (GMP No 6-S1) for the total lump sum amount of$3449500 with funding from Passenger Facility Charges and General AirportRevenue Bonds

G Subcontractor Modification for BP-S00144 (GMP No 6-S2) with Wal-Mark Contracting Group LLC for CR04152-6S2-RFIs 1667 and 16671 Ramp Level Overhang Framing and Insulation Mr Guirges presented the memorandum requesting approval for Hensel Phelps Construction (HPC) to issue a Subcontractor Modification on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes (GMP No 6-S2) at the Orlando International Airport in the total amount of $1841000 to Wal-Mark Contracting Group LLCfor CR04152-6S2-RFIs 1667 and 16671 Ramp Level Overhang Framing and Insulation Bid Package for BP-S144 0902 Framing and Drywall has been previously awarded within GMP No 6-S2 to Wal-Mark Contracting Group LLC CC No 20180605006

HPC is requesting to issue a Subcontractors Modification to Wal-Mark Contracting Group LLC in the total Lump Sum amount of $1841000 for CR04152-6S2-RFIs 1667 and 16671 Ramp Level Overhang Framing and Insulation The modified scope of work includes replacing the Smart Cl (Composite Insulation) system with conventional framing and batt insulation at the ramp level overhang per RFIs 1667 and 16671 response

The approval of this Subcontractor Modification to Wal-Mark Contracting GroupLLC resolves all requests for cost and time resulting from RFIs 1667 and 16671scope of work within GMP No 6-S2 Credits for the Ramp Level overhang metaldecking and composite insulation ldquoSmart Clrdquo were approved via CC 20191217003C Potential credit for the approximately 15250 SF of metal deck not installedin GMP No 6-S1 is being evaluated by the OAR and any cost for this creditwill be submitted in a future CR

HPC has submitted documentation including the subcontractors proposal tosupport this request An independent cost estimate is included By approving

Minutes of the Construction Committee Meeting February 18 2020 Page 12 of 39

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 Wal-Mark Contracting Group LLC in the lump sum amount of $ 1841000 Deduct from Owner Contingency $ (1841000)

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-S2) for this subcontract modification is Wal-Mark Contracting Group LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to Wal-MarkContracting Group LLC on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes (GMP No 6-S2) for the total lump sum amount of $1841000 with funding from Passenger Facility Charges and General Airport Revenue Bonds

H Subcontractor Modifications for BP-S00144 (GMP No 6-S2) with Wal-Mark Contracting Group LLC and Alpha Insulation and Waterproofing Inc forCR0449-6S2-RFI 18531 Roof Expansion Joint Framing at Parapet and CR04692-RFI 818 Series-Ramp Level Floor Fire Dampers without Floors Mr Guirges presented the memorandum requesting approval for Hensel Phelps Construction (HPC) to issue Subcontractor Modifications on BP-S00144 South Terminal CPhase 1 - Airside Enclosure and Exterior Finishes (GMP No 6-S2) at theOrlando International Airport in the total amount of $13070600 to Wal-Mark Contracting Group LLC and Alpha Insulation and Waterproofing Inc forCR0449-6S2-RFI 18531 Roof Expansion Joint Framing at Parapet and CR04692-RFI 818 Series-Ramp Level Floor Fire Dampers without Floors

Bid Package for BP-S00144 0902 Framing and Drywall has been previously awarded within GMP No 6-S2 to Wal-Mark Contracting Group LLC CC No20180605006

Bid Package for BP-S144 0701 Caulking and Waterproofing has been previously awarded within GMP No 6-S2 to Alpha Insulation and Waterproofing Inc CCNo 20180605006

HPC is requesting to issue the following Subcontractor Modifications

Wal-Mark Contracting Group LLC in the Lump Sum amount $3600600 for CR0449-6S2-RFI 18531 Roof Expansion Joint Framing at Parapet Themodified scope of work includes costs for the up-sized framing from 6-inch to 8-inch studs with additional plates at the expansion joint roof parapets in lieu of installing structural steel support per RFI 18531

Wal-Mark Contracting Group LLC in the Lump Sum amount $9237900 for CR04692-RFI 818 Series-Ramp Level Floor Fire Dampers without FloorsThe modified scope of work consists of additional framing and drywall

Minutes of the Construction Committee Meeting February 18 2020 Page 13 of 39

for the horizontal and vertical shaft enclosures in Areas 14 17 and 25only

Alpha Insulation and Waterproofing Inc in the Lump Sum amount of $232100 for CR04692-RFI 818 Series-Ramp Level Floor Fire Damperswithout Floors The modified scope of work adds firestopping to the wallshown on sheet Al3125 which changed to a 2-hours rated wall in Area 25

The approval of these Subcontractor Modifications to Wal-Mark ContractingGroup LLC and Alpha Insulation and Waterproofing Inc resolves all requests for costs resulting from the scopes of work in RFI 1853 series in GMP No 6-S2 and RFI 0818 series for Areas 14 17 and 25 only in GMP No 6-S2 Cost impacts to GMP No 6-S1 were submitted in CR04691-6S1-RFI 0818 Series-Ramp Level Floor Fire Dampers without Floors Cost impacts for Drawing Areas 1516 18 19 20 21 22 23 24 26 27 28 29 30 31 32 and 33 included inthe responses to RFI 0818 series if any will be submitted in a future CRThere are no cost impacts to GMP Nos 6-S 6-S3 6-S4 and 6-S5 HPC willsubmit TIA-079 requesting additional time associated with RFI 0818 seriesscope of work The OAR will evaluate TIA-079 and any time recommended to begranted will be submitted at a future CCM

HPC has submitted documentation including the subcontractors proposal tosupport their request An independent cost estimate is included

By approving this request the Owner does not waive its right to enforce thecontract 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 Wal-Mark Contracting Group LLC in the lump sum amount of $ 12838500 HPC to issue a subcontract modification to Alpha Insulation and Waterproofing Inc in the lump sum amount of $ 232100 Deduct from Owner Contingency $ (13070600)

Hensel Phelps Construction is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractors identified and committed to participate on BP-S00144 (GMP No 6-S2) for these subcontractor modifications are Wal-Mark Contracting LLC (Non-MWBELDBVBE) and Alpha Insulation and Waterproofing Inc (Non-MWBELDBVBE) There is no small business participation associated with these modifications

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue Subcontractor Modifications to Wal-MarkContracting Group LLC and Alpha Insulation and Waterproofing Inc on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes(GMP No 6-S2) for the total lump sum amount of $13070600 which includesthe lump sum amount of $12838500 to Wal-Mark Contracting Group LLC and the lump sum amount of $232100 to Alpha Insulation and Waterproofing Inc withfunding from Passenger Facility Charges and General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 14 of 39

I Subcontractor Modification for BP-S00144 (GMP No 6-S2) with Wal-Mark Contracting Group LLC for CR0458-6S2-RFI 1583 Gypsum Wallboard on EastExterior Wall (VE) Mr Guirges presented the memorandum requesting approval for Hensel Phelps Construction (HPC) to issue a Subcontractor Modification on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes(GMP No 6-S2) at the Orlando International Airport in the total deductiveamount of ($7689000) to Wal-Mark Contracting Group LLC for CR0458-6S2-RFI1583 Gypsum Wallboard on East Exterior Wall (VE) Bid Package for BP-S00144 0902 Framing and Drywall has been previously awarded within GMP No 6-S2 to Wal-Mark Contracting Group LLC CC No 20180605006

Hensel Phelps Construction is requesting to issue Subcontractors Modifications to Wal-Mark Contracting Group LLC in the total deductive Lump Sum amount of ($7689000) for CR0458-6S2-RFI 1583 Gypsum Wallboard on East Exterior WallContract Documents indicated an interior partition wall adjacent to an exterior wall system which also included a gypsum wallboard partition It was determined that the drywall associated with the exterior wall system could be deleted if inner curved partition could be extended to the deck The modified scope of work includes costs for the additional framing and drywall to extend the curved partition to the decking and includes credit for the deletion of the inner gypsum wallboard in Area 14 and Areas 25 through 32 of the North Airside Concourse per RFI 1583 and OAR responses

The approval of this Subcontractor Modification to Wal-Mark Contracting Group LLC resolves all requests for cost and time resulting from RFI 1583 scope ofwork

HPC has submitted documentation including the subcontractors 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 Wal-Mark Contracting Group LLC in the deductive lump sum amount of $ (7689000) Add to Owner Contingency $ 7689000

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-S2) for this subcontract modification is Wal-Mark Contracting Group LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to Wal-MarkContracting Group LLC on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes (GMP No 6-S2) for the total deductive lumpsum amount of ($7689000) with funding credited to Passenger Facility Charges and General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 15 of 39

J Subcontractor Modification for BP-S00146 (GMP No 7-S) with Banker Steel Co LLC for CR04721-LST-RFIs-2312 and 23121-Roof Stair 4x4 HSS Flashing 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 theOrlando International Airport in the total amount of $302500 to Banker Steel Co LLC for CR04721-LST-RFI-2312 and 23121-Roof Stair 4x4 HSS Flashing Bid Package 500 Structural Steel was previously awarded within GMP No 7-S to Banker Steel Co LLC CC No 20180313010

TKJV is proposing a subcontract modification to Banker Steel Co LLC in the total lump sum amount of $302500 for CR04721-LST-RFIs-2312 and 23121-RoofStair 4x4 HSS Flashing Previously approved CR0472 was based on RFI 2312 which included costs for supplemental steel to address flashing on the adjacent lower roofs and included two stair locations Each staircase revised in RFI 2312 included a set of staircases but CR 0472 only included costs for 2stairs The contractor requested clarification in RFI 23121 that the condition applied to all 4 stairs located at the lower roof which was confirmed Thescope of work in this request consists of all costs associated with the supplemental steel for the other 2 stairs

The approval of this subcontract modification to Banker Steel Co LLC resolves all requests for costs and time associated with LST RFI 23121

TKJV has submitted documentation including the subcontractors 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

Current GMP Line Item 6 value $ 137804300 TKJV to issue a subcontract modification to Banker Steel Co LLC in the lump sum amount of $ 302500 Deduct from Line Item 6 $ (302500) Remaining GMP Line Item 6 Value $ 137501800

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 Banker Steel Co LLC (Non-MWBELDBVBE) There is 825 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Banker Steel Co LLC on BP-S00146 South Terminal C Phase 1 - Landside Terminal Structure and Enclosure (GMP No 7-S) for the total lump sum amount of$302500 with funding from Passenger Facility Charges and General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 16 of 39

K Subcontractor Modification for BP-S00146 (GMP No 7-S) with Banker Steel Co LLC for CR0680-LST-RFI 29471-West Prow and Truss Deflection 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 theOrlando International Airport in the total amount of $3177200 to Banker Steel Co LLC for CR0680-LST-RFI 29471-West Prow and Truss Deflection Bid Package 500 Structural Steel was previously awarded within GMP No 7-S toBanker Steel Co LLC CC No 20180313010

TKJV is proposing a subcontract modification to Banker Steel Co LLC in the total lump sum amount of $3177200 for CR0680-LST-RFI 29471-West Prow and Truss Deflection Although the west prow structural steel deflections wereanticipated the deflected condition caused the sag rods and wind girts for the exterior wall in this area to be out of alignment with the exterior walland curtain wall systems RFI 29471 requested direction on bringing the sag rods and wind girts back into correct elevations The modified scope of work consists of changes to sag rod connections at the west prow revision of vertical location of sag rod connections and clips at GL L2 on Atrium HSSCross Truss as confirmed by RFI 29471

The approval of this subcontract modification to Banker Steel Co LLC resolves all requests for costs and time associated with LST RFIs 2947 and 29471

TKJV has submitted documentation including the subcontractors 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 Banker Steel Co LLC in the lump sum amount of $ 3177200 Current GMP No 7-S Line Item 6 Value $ 140981500 Deduct from Line Item $ (3177200) Remaining GMP No 7-S Line Item 6 Value $ 137804300

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 Banker Steel Co LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Banker Steel Co LLC on BP-S00146 South Terminal C Phase 1 - Landside Terminal Structure and Enclosure (GMP No 7-S) for the total lump sum amount of$3177200 with funding from General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 17 of 39

L Subcontractor Modifications for BP-S00147 (GMP No 7-S1) with MSE2 Inc dba Mader Southeast for CR05641-LST-Bulletin 23 Drywall-Backing and Framing for Added Devices CR0595-LST-Bulletin 32-Drywall and CR0599-LST-RFI 1980-Wall Type around Columns Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue Subcontract Modifications onBP-S00147 South Terminal C Phase 1 - Landside Terminal Remaining Structures and Systems (GMP No 7-S1) at the Orlando International Airport in the total amount of $834800 to MSE2 Inc dba Mader Southeast for CR05641-LST-Bulletin 23 Drywall-Backing and Framing for Added Devices CR0595-LST-Bulletin 32-Drywall and CR0599-LST-RFI 1980-Wall Type Around Columns at Area 9 Bid Package 910 Drywall and Framing was previously awarded within GMP No 7-S1 to MSE2 Inc dba Mader Southeast CC No 20181002009

TKJV is proposing the following subcontract modifications to MSE2 Inc dba Mader Southeast in the respective lump sum amounts of

1 $611700 for CR05641-LST-Bulletin 23 Drywall-Backing and Framing forAdded Devices The modified scope of work consists of additional backing and framing for devices and smoke dampers as per LST Bulletin 23

2 $294800 for CR0595-LST-Bulletin 32-Drywall The modified scope of work consists of additional costs for backing and blocking added signage as per LST Bulletin 32 revisions

3 ($71700) for CR0599-LST-RFI 1980-Wall Type Around Columns at Area 9 The modified scope of work consists of deletion of framing and drywall around columns at LST Area 9 Level 1 that were replaced with CMU perRFI 1980

The approval of these subcontract modifications to MSE2 Inc dba Mader Southeast resolves all requests for cost and time for

1 CR05641 with LST Bulletin 23 for Drywall in GMP No 7-S1 CR0564 for low voltage was submitted 10012019

2 CR0595 with LST Bulletin 32 for Drywall in GMP No 7-S1 There will beadditional costs forthcoming for signage in GMP No 7-S2 once the subcontract agreement is awarded There will be no costs for GMP No 7-S or GMP No 7-S3

3 CR0599 for all requests for cost and time associated with RFI 1980

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

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

TKJV to issue a subcontract modification to MSE2 Inc dba Mader Southeast in the lump sum amount of $ 611700 TKJV to issue a subcontract modification to MSE2 Inc dba Mader Southeast in the lump sum amount of $ 294800 TKJV to issue a subcontract modification to MSE2 Inc dba Mader Southeast in the lump sum amount of $ (71700) Deduct from PI Owner Contingency $ (587600) Deduct from P1X Owner Contingency $ (247200)

Minutes of the Construction Committee Meeting February 18 2020 Page 18 of 39

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-S1) for this subcontract modification is MSE2 Inc dba Mader Southeast (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue Subcontractor Modifications to MSE2 Inc dba Mader Southeast on BP-S00147 South Terminal C Phase 1 - LandsideTerminal Remaining Structures and Systems (GMP No 7-S1) for the total lumpsum amount of $834800 with funding from Passenger Facility Charges and General Airport Revenue Bonds

M Subcontractor Modifications for BP-S00150 (GMP No 9-S) with Skybuilders USA LLC for CR0362-PKG-Rental Extension Temporary Wall Protection Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando InternationalAirport in the total amount of $3903600 to Skybuilders USA LLC for CR0362-PKG-Rental Extension Temporary Wall Protection Bid Package 3100 Demolition was previously awarded within GMP No 9-S to Skybuilders USA LLC CC No 2017101016

TKJV is proposing a subcontract modification to Skybuilders USA LLC in thetotal lump sum amount of $3903600 for CR0362-PKG-Rental Extension TemporaryWall Protection he modified scope of work consists of all additional costsassociated with the rental extension of temporary wall protection for 8 months from October 18 2019 to June 20 2020 for 2478 LF of temporary panels 2195 LF of windscreen and 533 sandbags and rental extension for 4 months from February 20 2020 to June 20 2020 for 444 LF of temporary panels andwindscreen and 150 sandbags in various locations in the parking garage

The approval of this subcontract modification to Skybuilders USA LLC resolves all requests for costs and time resulting from the scope of work associated with CR0362

TKJV has submitted documentation including the subcontractors 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 Skybuilders USA LLC in the lump sum amount of $ 3903600 Deduct from CMAR Contingency $ (3903600)

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 Skybuilders USA LLC (MWBELDB) There is a 100 MWBE participation associated with this modification

Minutes of the Construction Committee Meeting February 18 2020 Page 19 of 39

Vice Chair Sharman asked if the completed eligibility was received for thisitem Ms Hinds answered yes

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Skybuilders USA LLC on BP-S00150 South Terminal C Phase 1 - Parking Facility- Phase 1 (GMP No 9-S) for the total lump sum amount of $3903600 with funding from Customer Facility Charges and General Airport Revenue Bonds

N Subcontractor Modification for BP-S00150 (GMP No 9-S) with Gulf Mechanical Contractors LLC for CR0492-PKG-RFI 1968-Electrical Room Door Size ChangesMr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando International Airport in the total amount of $167700 to Gulf Mechanical Contractors LLC for CR0492-PKG-RFI 1968 Series-Electrical Room Door SizeChanges Bid Package for 2200 Plumbing was previously awarded within GMPNo 9-S to Gulf Mechanical Contractors LLC CC No 20171010016

TKJV is proposing a subcontract modification to Gulf Mechanical ContractorsLLC in the total lump sum amount of $167700 for CR0492-PKG-RFI1968 Series-Electrical Room Door Size Changes The modified scope of work consists of all labor and material to trench and excavate reconfigured PVC pipes and fittingsrequired to accommodate a changed door opening dimension due to the responsefrom RFI 1968

The approval of this subcontract modification to Gulf Mechanical Contractors LLC resolves all requests for cost and time associated with RFI 1968 series for GMP No 9-S Remaining costs for RFI 1968 were previously submitted under GMP No 9-S1 as CR04921-PKG-RFI 1968-Electrical Room Door Size Changes

TKJV has submitted documentation including the subcontractors 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 cost or time

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

TKJV to issue subcontract modification to Gulf Mechanical Contractors LLC in the lump sum amount of $ 167700 Deduct from Owner Contingency $ (167700)

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 Gulf Mechanical Contractors LLC (Non-MWBELDBVBE) There is no small businessparticipation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Gulf

Minutes of the Construction Committee Meeting February 18 2020 Page 20 of 39

Mechanical Contractors LLC on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $167700 with funding from Customer Facility Charges and General Airport Revenue Bonds

O Subcontractor Modification for BP-S00150 (GMP No 9-S) with CCK ConstructionServices Inc for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU Mr Guirges presented the memorandum requesting approvalfor Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando International Airport in the total amount of $816800 to CCK Construction Services Inc for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU Bid Package 30 Concrete was previouslyawarded within GMP No 9-S to CCK Construction Services Inc CC No2017101016

TKJV is proposing a subcontract modification to CCK Construction ServicesInc in the total lump sum amount $816800 for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU The modified scope consists ofall materials and labor required for the additional footer and the Cast inPlace (CIP) tie beams as per RFI 1877

The approval of this subcontract modification resolves all requests for cost and time associated with RFI 1877 for GMP No 9-S Costs for Miscellaneous metals subcontractors will be submitted under CR 05531 for GMP No 9-S1

TKJV has submitted documentation including the subcontractors 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 CCK Construction Services Inc in the lump sum amount of $ 816800 Deduct from Owner Contingency $ (816800)

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 CCK Construction Services Inc (Non-MWBELDBVBE) There is 189 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to CCK Construction Services Inc on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $816800 with funding from Customer Facility Charges and General Airport Revenue Bonds

P Subcontract Award for BP-S00150 (GMP No 9-S) with Fine Tune Services LLC for CR0630-PKG-Rough and Final Cleaning Award Mr Guirges presented thememorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) toissue a Subcontract Award on BP-S00150 South Terminal C Phase 1 ParkingFacility - Phase 1 (GMP No 9-S) at the Orlando International Airport in thetotal amount of $15450000 to Fine Tune Enterprises Inc for CR0630-PKG-

Minutes of the Construction Committee Meeting February 18 2020 Page 21 of 39

Rough and Final Cleaning Award Bid Package for BP-S150 Parking FacilityPhase 1 was previously awarded to TKJV reference CC No 2017101016

TKJV is proposing a subcontract award for CR0630-PKG-Rough and Final Cleaning The scope of the award is for the cleaning of all concrete structures floorselevators and finished areas for the parking garage phase 2 in accordance with bid package 174 dated August 1 2019 and documents through PKG DSI 4 andCWS Bulletin 12 and as described in the Fine Tune Enterprises Inc proposal

The approval of this subcontract award to Fine Tune Enterprises Inc resolvesall costs associated with PKG Bid Package 174 and documents through DSI 4 andCWS Bulletin 12

TKJV has submitted documentation including the subcontractors 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 Subcontract Award for this project is as follows

TKJV to issue Subcontract Award to Fine Tune Enterprises Inc in the lump sum amount of $ 15450000 GMP Line Item 17 current balance $ (7500000) Deduct from P1 CMAR Contingency $ (6921000) Deduct from CWE CMAR Contingency $ (1029000) GMP Line Item 17 remaining balance $ 000

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 award is Fine Tune Enterprises Inc (MWBELDB) There is 100 MWBE participation associated with this award

Vice Chair Sharman asked if this request includes the cost for cleaning the canopies Mr Guirges stated that although the canopies are not installedyet this item includes final cleaning under the canopy area Ms Stockerl agreed that the estimate included the cost of final cleaning once the canopies are installed Vice Chair Sharman stated that funding is partially from the Campus Wide Improvements project Mr Ruohomaki stated that the funding sources can be re-evaluated if necessary Vice Chair Sharman agreed that the funding can be revised if needed

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontract Award to Fine Tune Enterprises Inc on BP-S00150 South Terminal C Phase 1 - Parking Facility- Phase 1 (GMP No 9-S) for the total lump sum amount of $15450000 withfunding from Customer Facility Charges and General Airport Revenue Bonds

Q Subcontractor Modification for BP-S00150 (GMP No 9-S) with CCK ConstructionServices Inc for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement 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 $156000 to CCK Construction

Minutes of the Construction Committee Meeting February 18 2020 Page 22 of 39

Services Inc for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement Bid Package 30 Concrete was previously awarded within GMP No 9-S to CCKConstruction Services Inc CC No 2017101016

TKJV is proposing a subcontract modification to CCK Construction ServicesInc in the total lump sum amount $156000 for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement The modified scope consists of additional laborand material to cut splice and adjust the promenade slab reinforcement

The approval of this subcontract modification resolves all requests for cost and time associated with PKG RFI 19851

TKJV has submitted documentation including the subcontractors 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 CCK Construction Services Incin the lump sum amount of $ 156000 Deduct from CMAR Contingency $ (156000)

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 CCK Construction Services Inc (Non-MWBELDBVBE) There is no small businessparticipation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to CCK Construction Services Inc on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $156000 with funding from Customer Facility Charges and General Airport Revenue Bonds

R Subcontractor Modification for BP-S00151 (GMP No 9-S1) with Quality Cable Contractors Inc for CR04301-PKG-Bulletin 10 and RFI 2690-Low Voltage Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00151 South Terminal C Phase 1 - Parking Facility Phase 2 (GMP No 9-S1) at the Orlando International Airport in the total amount of $5225700 to Quality Cable Contractors Inc for CR04301-PKG-Bulletin 10 and RFI 2690-Low Voltage Bid package 2800 Low Voltage Electrical was previously awarded within GMP No 9-S1 Parking Facility Phase 2 to Quality Cable Contractors Inc CC No2018092525A

TKJV) is proposing a subcontract modification to Quality Cable Contractors Inc in the total lump sum amount of $5225700 for CR04301-PKG-Bulletin 10and RFI 2690-Low Voltage The modified scope of work consists of additional materials labor and equipment for ten (10) additional access controls at PKGdoors and the credit associated with the blue phone and camera outletsrevisions per PKG Bulletin 10 and RFI 2690

Minutes of the Construction Committee Meeting February 18 2020 Page 23 of 39

The approval of this subcontract modifications to Quality Cable ContractorsInc resolves all requests for costs and time resulting from PKG Bulletin 10 and RFI 2690 for GMP No 9-S1 CR0430 was submitted for GMP No 9-S CC No20190910021 This request resolves all requests for cost and time for RFI2690 for Low Voltage costs for the hardware changes for Taylor Cotton amp Ridley Inc GMP No 9-S1 was submitted under CR0776

TKJV has submitted documentation including the subcontractors 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 award to Quality Cable Contractors Inc in the lump sum amount of $ 5225700 Deduct from Owner Contingency $ (5225700)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00151 (GMP No 9-S1) for this subcontractor modificationis Quality Cable Contractors Inc (MWBELDB) There is 100 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Quality Cable Contractors Inc on BP-S00151 South Terminal C Phase 1 - ParkingFacility Phase 2 (GMP No 9-S1) for the total lump sum amount of $5225700 with funding from Customer Facility Charges and General Airport Revenue Bonds

S Subcontractor Modification for BP-S00163 (GMP No 5-S5) with The Middlesex Corporation for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place (CIP)Rectangular Beam Canopy Anchor Bolt Locations Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) toissue a Subcontract Modification on BP-S00163 South Terminal C Phase 1 -EnplaneDeplane Bridge and Roadways Balance of Work - FDOT (GMP No 65-S5)at the Orlando International Airport in the total amount of $2295700 to The Middlesex Corporation for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place(CIP) Rectangular Beam Canopy Anchor Bolt Locations Bid Package 3400 EnplaneDeplane Bridge-Combined Piers and Piles was previously awarded within GMP No 5-S5 EnplaneDeplane Bridge and Roadways Balance of Work -FDOT to The Middlesex Corporation CC No 20180605007

TKJV is proposing a subcontract modification to The Middlesex Corporation in the total lump sum amount of $2295700 for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place (CIP) Rectangular Beam Canopy Anchor Bolt Locations The CIP beams were formed and rebar installed but were found to have a discrepancy between the LSC (Landside Civil) and LST (Landside Terminal) drawings with thecanopy anchor bolt locations RFI 3051 response confirmed that the proposed structural adjustment to drill and epoxy the rebar inside the limits of the CIP rectangular beam is acceptable RFI 30511 response confirmed that the proposed epoxy product is acceptable RFI 3249 response provided the details of alternative reinforcement at the canopy column locations The modifiedscope of work consists of all the labor material and equipment costs

Minutes of the Construction Committee Meeting February 18 2020 Page 24 of 39

associated with the relocation of the anchor bolts and the structural adjustments required as per the EOR responses to RFIs 3051 30511 and 3249

The approval of this subcontract modification to The Middlesex Corporationresolves all requests for cost and time resulting from RFIs 3051 30511 and3249

TKJV has submitted documentation including the subcontractors 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 $ 2295700 Deduct from Phase 1 CMAR Contingency $ (2295700)

Due to the funding source of this GMP No 5-S5 Turner-Kiewit Joint Ventureproposed a 20 DBE participation goal for Bid Package 3400 EnplaneDeplane Bridge and Roadways Balance of Work - FDOT in lieu of MWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by this modification The subcontractor identified and committed to participate on BP-S00163 (GMP No 5-S5) for this subcontract modification is The Middlesex Corporation(Non-DBE) There is no DBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to The Middlesex Corporation on BP-S00163 South Terminal C Phase 1 - EnplaneDeplane Bridge and Roadways Balance of Work - FDOT (GMP No 5-S5) for the total lumpsum amount of $2295700 with funding from Passenger Facility Charges

T Subcontractor Modification for BP-S00168 (GMP No 6-S4) with MC Dean Inc for CR03382-6S4 ASC RFI 1621 Emergency Communications System (ECS) Speakersndash Low Voltage Mr Guirges presented the memorandum requesting approval forHensel Phelps Construction (HPC) to issue Subcontract Modifications on BP-S00168 South Terminal C Phase 1 - Interior Finishes and Specialties (GMPNo 6-S4) at the Orlando International Airport in the total amount of $2102300 to MC Dean Inc for CR03382-6S4 ASC RFI1621 EmergencyCommunications System (ECS) Speakers - Low Voltage Bid Package BP-S168 2701ASC Low Voltage Systems was previously awarded within the GMP No 6-S4 toMC Dean Inc CC No 20181002010

HPC is requesting to issue a Subcontractor Modification to MC Dean Inc in the total Lump Sum amount of $2102300 for CR03382-6S4 ASC RFI 1621 Emergency Communications System (ECS) Speakers - Low Voltage The response to RFI 1621 provided updated Technology drawings and schedule showing the Low VoltageRequirements for the Type 4 Wall Mount Emergency Communications SystemsSpeakers in Transfer Level Areas 16 and 17 The modified scope of work consistsof the costs associated with the additional conduits and 1-port Cat 6 cables required to those speakers for the low voltage scope per RFI 1621 response and sketches

Minutes of the Construction Committee Meeting February 18 2020 Page 25 of 39

The approval of this Subcontractor Modification to MC Dean Inc resolves all requests for cost and time resulting from RFI 1621 in GMP No 6-S4 Cost impacts for Electrical work associated with RFI 1621 in GMP No 6-S2 will besubmitted via CR03381-6S2-0143 There is no cost impact for RFI 1621 in GMP Nos 6-S 6-S1 6-S3 6-S5 or 6-S6

HPC has submitted documentation including the subcontractors 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 MC Dean Inc in the lump sum amount of $ 2102300 Deduct from Owner Contingency $(2102300)

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-S4) for this subcontract modification is MC Dean Inc (Non-MWBELDBVBE) There is 835 MWBE participationassociated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue Subcontractor Modifications to MC Dean Inc on BP-S00168 South Terminal C Phase 1 - Interior Finishes andSpecialties (GMP No 6-S4) for the total lump sum amount of $2102300 with funding from Passenger Facility Charges and General Airport Revenue Bonds

U Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0609-LST-RFIs 2513 25131 and 25132-Sink type per Location Verification Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $295100 to Kirlin Florida LLC for CR0609-LST-RFIs 2513 25131 and 25132- Sink type per Location Verification Bid Package BP 2300 Plumbing andHVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $295100 for CR0609-LST-RFIs 2513 25131 and 25132- Sink type per Location Verification The modified scope of work consists ofall costs associated with the change in fixture specification for the AG Lab sink from the S-2 tag to a custom steel two-bay sink with two drain boards disposal cone washout spray vacuum breaker solenoid valve and piping as captured in RFI 2513 confirmation of custom sink model number per RFI 25131 and the confirmation of the disposal waste drain opening size in RFI 25132

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFIs 2513 25131 and 25132

TKJV has submitted documentation including the subcontractors proposal to support their request An independent cost estimate is included By approving

Minutes of the Construction Committee Meeting February 18 2020 Page 26 of 39

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 Kirlin Florida LLC in the lump sum amount of $ 295100 Deduct from Owner Contingency $ (295100)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $295100with funding from General Airport Revenue Bonds

V Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0621-LST-RFI 2544- Missing Civil Storm Pipe Correction Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the OrlandoInternational Airport in the total amount of $563200 to Kirlin Florida LLCfor CR0621-LST-RFI 2544-Missing Civil Storm Pipe Connection Bid Package BP 2300 Plumbing and HVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No 2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $563200 for CR0621-LST-RFI 2544-Missing Civil Storm Pipe Connection The modified scope of work consists of all additional costsassociated with a net add of underground plumbing piping to correspond withthe new civil design between L1 and L2 per RFI 2544

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 2544

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the lump sum amount of $ 563200 Deduct from P1 Owner Contingency $ (563200)

Minutes of the Construction Committee Meeting February 18 2020 Page 27 of 39

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $563200with funding from Passenger Facility Charges and General Airport Revenue Bonds

W Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0710-LST-RFI 1727-AC Humidifiers Missing Domestic Chilled Water (DCW) Piping Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $446500 to Kirlin Florida LLC for CR0710-LST-RFI 1727-AC Humidifiers Missing Domestic Chilled Water (DCW) Piping Bid Package BP 2300 ldquoPlumbing andHVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $446500 for CR0710-LST-RFI 1727-AC humidifiersmissing DCW pipe The modified scope of work consists of additional domesticcold-water connections and piping for the AC units with humidifiers

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 1727

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the lump sum amount of $ 446500 Deduct from CMAR Phase 1 Contingency $ (324700) Deduct from CMAR Phase 1X Contingency $ (121800)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Minutes of the Construction Committee Meeting February 18 2020 Page 28 of 39

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $446500with funding from Passenger Facility Charges and General Airport Revenue Bonds

X Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0753-LST-RFI 2368-Duct Blanket R-Value 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-S3) at the OrlandoInternational Airport in the total deductive amount of ($6747700) to Kirlin Florida LLC for CR0753-LST-RFI 2368-Duct Blanket R-Value Bid Package BP 2300 Plumbing and HVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No 2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal deductive lump sum amount of ($6747700) for CR0753-LST-RFI 2368-DuctBlanket R-Value The modified scope of work consists of all additions anddeductions associated with the use of a 233-inch-thick 34-lbcu mineralfiberglass blanket instead of the specified 2-inch thick 15-lbcu mineralfiberglass blanket on HVAC duct systems per RFI 2368

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 2368

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the deductive lump sum amount of $ (6747700) Add to P1 Owner Contingency $ 4907600 Add to P1X Owner Contingency $ 1840100

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-DBEMWBELDBVBE) There is a reduction of 100 DBE participationassociated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin

Minutes of the Construction Committee Meeting February 18 2020 Page 29 of 39

Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total deductive lump sum amount of($6747700) with funding credited to Passenger Facility Charges and GeneralAirport Revenue Bonds

Y Subcontractor Modifications for BP-S00173 (GMP No 7-S3) with MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Mr Guirges presented the memorandum requesting approval forTurner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $985400 to MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Bid Package BP 2600 Electrical waspreviously awarded within GMP No 7-S3 to MC Dean Inc CC No 2018100211

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $575400 for CR06161-LST RFI 2611-Missing PACSEnclosures RFI 2611 requested information regarding routing of PACS (Physical Access Control System) door panels to IDF rooms innear US Customs and Border Protection (CBP) spaces The modified scope of work consists of all labor material and equipment associated with the addition of power for (11) PACS enclosures as captured in RFI 2611

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $410000 for CR0692-LST-Bulletin 31-Electrical Themodified scope of work consists of all costs associated with the confirmed Electrical panel additions per new circuit descriptions andload updates

The approval of these subcontract modifications to MC Dean Inc as proposedin CR06161-LST RFI 2611-Missing PACS Enclosures resolves all requests forcosts and time associated with LST RFI 2611 for GMP No 7-S3 Electrical CR0616 CC No 20191217-3-1 resolved all cost and time for GMP No 7-S1 LowVoltage There will be no forthcoming CRs for RFI 2611

The approval of this subcontract modification as proposed to MC Dean inCR0692-LST-Bulletin 31-Electrical Inc resolves all requests for costs andtime associated with LST Bulletin 31 Electrical scope A CR for GMP No 7-S1Low voltage scope is forthcoming

TKJV has submitted documentation including the subcontractors 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 for CR06161 to MC Dean Inc in the lump sum amount of $ 575400 TKJV to issue a subcontract modification for CR0692 to MC Dean Inc in the lump sum amount of $ 410000 Deduct from PI Owner Contingency $ (985400)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on

Minutes of the Construction Committee Meeting February 18 2020 Page 30 of 39

BP-S00173 (GMP No 7-S3) for this subcontract modification is MC Dean Inc(Non-DBE) There is no small business participation associated with thismodification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue Subcontractor Modifications to MC Dean Inc on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $985400 withfunding from General Airport Revenue Bonds

Z Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0662-AFC-Power and Laydown Yard to QC Lab Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $2817800 to Kiewit Infrastructure South Cofor CR0662-AFC-Power and Laydown Yard to QC Lab Bid Package 34101 Site Electrical and Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $2817800 for CR0662-AFC-Power and Laydown Yard to QC Lab The scope of work consists of all labor material and equipmentrequired to install the power to the Quality Control (QC) lab located off Wiley Road from the Security Check Point and construct a lay-downparking areaat the QC lab and subsequently remove it when the lab is no longer needed The dimensions for the base material needed for the lay-downparking area are 50-foot by 50-foot next to the lab and 12-foot by 30-foot in front of the lab

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Power and Laydown Yard to QC Lab scope of work

TKJV has submitted documentation including the subcontractors 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 Kiewit Infrastructure South Co in the lump sum amount of $ 2817800 Deduct from P1 Owner Contingency $ (1551700) Deduct from P1X Owner Contingency $ (1266100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Minutes of the Construction Committee Meeting February 18 2020 Page 31 of 39

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $2817800 with fundingfrom General Airport Revenue Bonds

AA Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0672-AFC-Test Pit Remediation Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $6069900 to Kiewit Infrastructure South Co forCR0672-AFC-Asphalt Millings Shortage Bid Package 34101 Site Electricaland Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $6069900 for CR0672-AFC-Asphalt MillingsShortage The modified scope of work consists of all costs associated withasphalt milling RAP (Reclaimed Asphalt Pavement) for use on crane pads accessroad and pedestrian paths as tracked by the time and material (TampM) tickets

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Asphalt Millings Shortage

TKJV has submitted documentation including the subcontractors proposal to support their request An independent cost review 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 Kiewit Infrastructure South Co in the lump sum amount of $ 6069900 Deduct from P1 Owner Contingency $ (2724800) Deduct from P1X Owner Contingency $ (3345100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is 87 LDB participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $6069900 with fundingfrom General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 32 of 39

GENERAL

REQUEST FOR APPROVAL TO REIMBURSE THE HYATT FOR WORK PERFORMED DURING BP-00474HYATT REGENCY GUEST ROOMCORRIDOR RENOVATION AT THE ORLANDO INTERNATIONAL AIRPORT 4 Ms Grant presented the memorandum dated February 18 2020 along with aninvoice from Hyatt Regency dated September 30 2019 for BP-00474 Hyatt GuestRoomCorridor Renovation at the Orlando International Airport The invoice is to provide reimbursement for emergency work to clean the 7th Floor after a sprinkler activation repair cut phone lines in several rooms and clean rooms for turnover which was not completed by the General Contractor (GC) in time to turn over thoserooms

If approved this reimbursement would be effective February 18 2020

Ms Schneider asked if the contractor was back-billed for this Mr Ruohomaki answered no that this is a negotiated settlement Vice Chair Sharman stated that this was done to finish the renovations and open the areas earlier which was in the best interest of the Aviation Authority

Vice Chair Sharman asked if R W Block Consulting Inc had reviewed the invoiceand will sign-off on it Mr Kurek answered yes it will be signed

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve to Reimbursethe Hyatt Regency for Work performed during BP-00474 Hyatt Guest RoomCorridor Renovation for the total lump sum fee amount of $926994 with funding frompreviously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 107 TO THE CONTINUING PROGRAMAND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR A NO-COST STAFFING CHANGE FOR THE CONSTRUCTION PHASE OAR SERVICES FOR BP-00482 GATE E-50 AND CHECKPOINT CHARLIE DEVELOPMENT ATTHE ORLANDO INTERNATIONAL AIRPORT 5 Mr Sorondo presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 5 2020 for a No-Cost Staffing Change for the Construction Phase OAR Services forBP-00482 Gate E-50 and Checkpoint Charlie Development at the Orlando International Airport On September 24 2019 the Construction Committee approved Addendum No107 to the above-referenced agreement in the amount of $24677100 for ConstructionPhase OAR Services Since that time a no-cost staffing change is being requested to replace the JMATT Construction Services LLC Senior Inspector who is stillengaged on another project with an A2 Group Inc Inspector and a Geotech Consultants International Inc dba GCI Inc Senior Inspector as furthered described in the Consultantrsquos proposal

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contractrsquos MWBELDBVBE specifications and determined that the proposed no-cost staffing change includes a reduction to JMATT Construction Services LLC (MWBE)in the amount of ($5355000) and an add to A2 Group Inc (DBE) in the amount of$2100000 resulting in an overall 28 MWBE participation for this Addendum No 107 and Amendment Nos 1 and 2

Vice Chair Sharman asked if Geotech Consultants International Inc dba GCI Inc was switching subconsultants Mr Sorondo answered yes

Minutes of the Construction Committee Meeting February 18 2020 Page 33 of 39

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 107 to the Continuing Program and Project Management Services (OARPrime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for No-Cost Staffing Change for the Construction Phase OAR Services for BP-00482 Gate E-50 and Checkpoint Charlie Development there is no fiscal impact associatedwith this item

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN AMENDMENT TO PURCHASING CONTRACT 01-20 PERSONNEL SCREENING SERVICES WITH COVENANT AVIATION SECURITY AT THE ORLANDO INTERNATIONAL AIRPORT 6 Mr Shedek presented the memorandum dated February 18 2020 for Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC at the Orlando International Airport On January 7 2020 the Construction Committee approved Agenda Item No 11 for anAmendment to Purchasing Contract 01-20 Personnel Screening Services with CovenantAviation Security LLC for Personnel Screening Services on BP-00491 West Security Screening Checkpoint Expansion - Package 2 for a total not-to-exceed expense amountof $200000 with funding from project funds (ie previously-approved CapitalExpenditure Funds and General Airport Revenue Bonds) Since then it has been determined that these services will not be required

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC there is no fiscal impact associatedwith this item

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR E-00264 NORTH PARK PLACE LIGHT POLE REPLACEMENT AT THE ORLANDO INTERNATIONAL AIRPORT 7 Mr Graham presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for E-00264 North Park Place Light PoleReplacement at the Orlando International Airport The scope of the project is toremove and replace 49 parking lot light poles located in the North Park Place parkinglot re-install the existing light fixtures and provide ancillary replacement parts as necessary at the Orlando International Airport

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 42 MWBE participation on this Addendum

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for E-00264 North Park Place Light Pole Replacement for the total not-to-exceed fee amount of $2396100 with funding from previously-approved Discretionary Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 34 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE TICKET LOBBY MODIFICATIONS ANDIMPROVEMENTS AGREEMENT WITH CT HSU amp ASSOCIATES PA FOR CONSTRUCTION ADMINISTRATION SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 8 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from CT Hsu amp Associates PA dated January 30 2020 to provide Construction Administration Services for V-00906 West Checkpoint Video Walls a the Orlando International Airport Services will include CA services shop drawing review and coordination for the installation of the four LED video walls under the Chilirsquos Restaurant at the West Security Checkpoint A and B Sides

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that CT Hsu ampAssociates PA proposes 604 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Ticket Lobby Modifications and Improvements Agreement with CT Hsuamp Associates PA for Construction Administration Services for V-00906 West Checkpoint Video Walls for the total amount of $5624000 which includes the not-to-exceed fee amount of $5511700 and the not-to-exceed reimbursable expense amount of $112300 with funding from previously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 9 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for the above referenced project This project provides two large and two small Video Walls in the West Checkpoint area ofthe Great Hall on Landside Level 3

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 694 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for Construction Phase OAR Services for V-00906 West Checkpoint Video Walls for the total not-to-exceed fee amount of $4771500 with funding from previously-approved Capital Expenditure Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 35 of 39

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 19 TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT (OAR PRIME ENTITY) SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC TO PROVIDE ADDITIONAL CONSTRUCTION PHASE OAR SERVICES FOR V-00933 PODS A AND B FLOOR REPAIR AT THE ORLANDO INTERNATIONAL AIRPORT 10 Mr Willems presented the memorandum dated February 18 2020 along with aproposal from AECOM Technical Services Inc dated January 23 2020 to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair at the Orlando International Airport On November 19 2019 the Construction Committee approved Addendum No 19 in the amount of $714400 to the above-referencedagreement Since that time it has been determined that additional Construction Phase OAR Services are required as furthered described in the Consultantrsquos proposal dated January 23 2020

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the required services AECOM Technical Services Inc does not propose any MWBE LDB or VBE participation on this Amendment

Mr Patterson asked if this work will be ending next week Mr Willems answered yes

Mr Patterson stated that the timing of the work needed to be coordinated withOperations to avoid the holiday rush Mr Ruohomaki stated that due to these timingissues the OAR (AECOM Technical Services Inc) needs additional time to continue providing OAR Services on the project through close-out

Vice Chair Sharman asked if RW Block Consulting Inc had any outstanding issues with this request Ms Rainey responded that a change order on V-00933 requestinga time extension has not been received Mr Willems stated that the Contractor has not yet requested additional time but that a change order can be submitted to asubsequent Construction Committee Meeting Vice Chair Sharman asked if RW Block Consulting Inc would be amenable to this request once the change order is receivedMs Rainey answered yes [Subsequent to the Construction Committee meeting following review by the Contractor and OAR it was determined that a time extension change order would not be required RW Block Consulting Inc finds this item acceptable]

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 19 to the Continuing Program and Project Management (OAR Prime Entity) Services Agreement with AECOM Technical Services Inc to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair for thetotal not-to-exceed fee amount of $676800 with funding from previously-approvedOperation and Maintenance Funds

REQUEST FOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH HW DAVIS CONSTRUCTION INC FORV-00957 REPAIR SUB-CANOPIES LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 11 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from HW Davis Construction Inc dated October 23 2019 for V-00957Repair Sub-Canopies Level 3 A and B Enplane Drive at the Orlando InternationalAirport Project scope is to provide all labor equipment and materials to fabricatedeliver and install new fabric cover strips at diagonal steel braces at the sub-canopies rain protection covers at nine canopy locations and repair two separatedcable pockets at Canopy Nos 6 and 16 at the Orlando International Airport The duration of the project is 30 calendar days for Substantial Completion and 30

Minutes of the Construction Committee Meeting February 18 2020 Page 36 of 39

calendar days for Final Completion with a contemplated Notice to Proceed (NTP) date of February 24 2020

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that due to the limited scope of the required services HW Davis Construction Inc does notpropose any MWBELDBVBE participation on this Job Order Construction Services Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve a JobOrder Construction Services Addendum to the Continuing Vertical Construction Services Agreement with HW Davis Construction Inc for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total direct-negotiated amount of $3573300 andwaive the requirement for Performance and Payment Bonds with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR V-00957 REPAIR SUB-CANOPIES AT LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 12 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated January 31 2020 is to provide Construction Phase OAR Services on the above-referenced project

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the services to be provided Geotech Consultants International Inc dba GCI Inc does not propose any MWBELDBVBE participation on this Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total not-to-exceed fee amount of $290700 with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH GOMEZ CONSTRUCTION COMPANY FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) AT THE ORLANDO INTERNATIONAL AIRPORT 13 This item was deferred

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) ATTHE ORLANDO INTERNATIONAL AIRPORT 14 This item was deferred

Minutes of the Construction Committee Meeting February 18 2020 Page 37 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING ENVIRONMENTAL ENGINEERING CONSULTANT SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC FOR INSTALLATIONOF NEW MONITORING WELLS IMPLEMENTATION OF ONE SEMI-ANNUAL POST-ACTIVE REMEDIATIONMONITORING (PARM) AND PREPARATION OF ONE PARM REPORT AT THE FORMER DAYRON FACILITYFOR W-00072 OEA REMEDIATION OF DAYRON PLUME AT THE ORLANDO EXECUTIVE AIRPORT 15 Mr Carrington presented the memorandum dated February 18 2020 along with a proposal from AECOM Technical Services Inc dated February 10 2020 to provide for the installation of eleven new monitoring wells implementation of one semi-annual groundwater Post-Active Remediation Monitoring (PARM) and the preparation and submission of one PARM report at the former Dayron Facility at the OrlandoExecutive Airport The one semi-annual PARM monitoring event to be performed in late March or early April 2020

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that AECOM Technical Services Inc proposes 331 MWBE and 80 LDB participation on this Addendum

Mr Ruohomaki asked if this was in pursuit of a NFA designation (No Further Action)Mr Carrington answered yes

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve an Addendum to the Continuing Environmental Engineering Consultant Services Agreement with AECOMTechnical Services Inc for Installation of New Monitoring Wells Implementation of One Semi-Annual Post-Active Remediation Monitoring (PARM) and Preparation of One PARM Report at the Former Dayron Facility for W-00072 OEA Remediation of DayronPlume at the Orlando Executive Airport for the total amount of $7150000 which includes the not-to-exceed fee amount of $4112700 and the not-to-exceed reimbursable expense amount of $3037300 with funding from OEA Environmental Liability Funds

REQUEST FOR RECOMMENDATION OF APPROVAL OF NO-COST ADDENDA TO THE CONTINUING TRANSPORTATION PLANNING CONSULTING SERVICES AGREEMENTS TO EXERCISE THE SECOND AND FINAL ONE-YEAR RENEWAL OPTION 16 Ms Anderson presented the memorandum dated February 18 2020 requesting the recommendation of approval of No-Cost Addenda to the Continuing Transportation Planning Consulting Services Agreements to exercise the second and final one-year renewal option In June 2016 the Aviation Authority Board approved ContinuingTransportation Planning Consulting Services Agreement with the below firms Theprovisions in the agreement include a base three-year term with two subsequent optional one-year renewal periods upon mutual agreement of the parties

Each firmrsquos first one-year renewal expires as follows

Firm Expiration Date HNTB Corporation July 26 2020 HDR Engineering Inc September 12 2020

In order to maintain these services on an as-needed basis for routine operations staff requires the services of the above-referenced firms The firms were requested to provide their concurrence to exercise the second and final one-year renewal option

Upon motion of Mr Patterson second by Mr Hunt vote carried to recommend to theAviation Authority Board approval of No-Cost Addenda to the Continuing Transportation

Minutes of the Construction Committee Meeting February 18 2020 Page 38 of 39

Planning Consulting Services Agreements to Exercise the Second and Final One-Year Renewal Option there is no fiscal impact associated with this item

REQUEST FOR APPROVAL OF CONTRACTORrsquoS FINAL PAYMENT TO HL PRUITT CORPORATION FOR E-00212 INVENTORY AND MARKING OF AIRFIELD LIGHTING AT THE ORLANDO INTERNATIONALAIRPORT 17 Mr Patterson presented the memorandum dated February 18 2020 requesting the Contractorrsquos Final Payment to HL Pruitt Corporation for E-00212 Inventory andMarking of Airfield Lighting at the Orlando International Airport The Construction Contract for the referenced project has been completed and all issues involving the Contractor have been addressed and resolved

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve theContractorrsquos Final Payment Authorization to HL Pruitt Corporation for E-00212Inventory and marking of Airfield Lighting at the Orlando International Airport

INFORMATION ITEMS

18 The following items were presented for information only

A Field Change Order (FCO) Log

B Revised Supporting Documentation for Change Order PS-00329-11 Parking Access and Revenue Control System (PARCS) Replacement at The OrlandoInternational Airport [From Construction Committee on July 30 2019 ItemNo 1-F] [The Construction Committee determined that this information item should be converted to an action item and it was motioned with Item No 2-B]

C Revised Coversheet for Hensel Phelps Construction to issue a SubcontractModification to Inland Construction and Engineering Inc for BP-S00144South Terminal C Phase 1 - Airside Enclosure amp Exterior Finishes (GMPNo 6-S2) at The Orlando International Airport [From ConstructionCommittee on November 26 2019 Item No 2-D]

D Additional Supporting Documentation for Request for Recommendation ofApproval of an Amendment to Addendum No 7 to the Construction Management at Risk (CMR) Entity Services for the South Terminal C Phase 1 (STC-P1)Agreement with Turner-Kiewit Joint Venture for BP-S00150 South TerminalC Phase 1 ndash Parking Facility (GMP 9-S) at The Orlando International Airport [From Construction Committee on December 17 2019 Item No 5]

E Revised Coversheet for Request for Approval of an Addendum to the Technology and Multi-Media Specialty Engineer for the South Terminal CPhase 1 Agreement with Burns Engineering Inc for Design Services related to Customs Border and Patrol (CBP) final review for W-S00113 South Terminal C Phase 1 ndash Experiential Media Environment (EME) at The OrlandoInternational Airport [From Construction Committee on February 4 2020Item No 10]

F Office of Small Business Participation Memorandum for the Request forRecommendation of Approval of the FFampE and IT Estimate Procurement Plan and Process for Updating the Construction Committee for W-S00145 SouthTerminal C Phase 1 and Phase 1X (STC-P1 and P1X) Owner Furnished FFampE and IT Items at The Orlando International Airport [From ConstructionCommittee on February 4 2020 Item No 11]

______________________________

Minutes of the Construction Committee Meeting February 18 2020 Page 39 of 39

ADJOURNMENT

19 There being no further business for discussion the meeting was adjourned at 910 am

Kathleen Sharman Vice Chair Construction Committee Chief Financial Officer

Page 4: On TUESDAY, FEBRUARY 18, 2020 , the CONSTRUCTION … · Mike Patterson, Director of Construction . Gary Hunt, Director of Maintenance . ... Steve Pue, GOAA Maintenance . Vendla Davermann,

Minutes of the Construction Committee Meeting February 18 2020 Page 4 of 39

Repairs and Waterproofing Maintenance is the final change order and provides for final contract adjustments to reflect the actual cost of time and material expended to complete the work The original contract amount was $10000000The actual material and labor expenditure totaled $8721074 which includes$6318987 for work related to the TerminalAirsides $289362 for work related to the Tradeport Area and $2112725 for work related to OtherBuildings The remaining balances are as follows TerminalAirsides $181013 Tradeport Area $2110638 and Other Buildings ($1012725) TOTAL $1278926 This change order reduces the contract amount by ($1278926) for a final contract amount of $8721074 DEDUCT ($1278926)

Upon motion of Ms Schneider second by Mr Patterson vote carried approveChange Order R-00088-02 for a total deductive amount of ($1278926) and notime extension with funding credited to previously-approved Capital Expenditure Funds

D Change Order V-00920-02 VARIOUS REVISIONS This change order to the contractwith Gomez Construction Company for Hyatt South Side HVAC Duct and Roof Repair is to l (a) Replace lightning protection system on the reconstructed roofarea on this project (Reference Contractorrsquos COR No 2 Rev 3) ADD $482084 (b) Decrease the Lightning Protection Installation Allowance by ($482084) from $1400000 to $917916 to offset the cost associated with Item No 1a above DEDUCT ($482084) and (c) Reduce the LightningProtection Installation Allowance by ($917916) from $917916 to $000 forthe unused portion of the allowance DEDUCT ($917916) NET AMOUNT FOR ITEM NO 1 DEDUCT ($917916) 2 (a) Replace flashing and sealant at skylightby removing 600 Linear Feet (LF) of existing Dow 123 Sealant Provide andinstall new stainless-steel drip edge and provide and install new Dow 123Sealant in accordance with CMC Report dated May 1 2019 CMC Report dated June 26 2019 and Skylight Wall Flashing Detail dated June 27 2019(Reference Contractorrsquos COR No 3 Rev 5) ADD $3683808 (b) Decrease the Unforeseen Conditions Allowance by ($3683808) from $4000000 to $316192 to offset the cost associated with Item No 2a above DEDUCT ($3683808) NET AMOUNT FOR ITEM NO 2 $000 3 (a) Demolish and reconstruct roof curbsby removing existing roof curbs (ie knee walls) around the Heating Ventilation Air Conditioning (HVAC) duct that penetrates the roof deck from the Mechanical Rooms below on both the north and south HVAC enclosures Reconstruct the knee wall around the HVAC duct a couple of feet beyond theduct to allow adequate room for roof membrane installation in accordance withCMC Report dated May 16 2019 and CMC Report dated May 24 2019 (ReferenceContractors COR No 4 Rev 2) ADD $6214848 and (b) Decrease the Unforeseen Conditions Allowance by ($316192) from $316192 to $000 to offset the cost associated with Item No 3a above DEDUCT ($316192) NET AMOUNT FOR ITEM NO 3 ADD $5898656 4 Reduce the Test and Balance Allowanceby ($1000000) from $1000000 to $000 for the unused portion of theallowance DEDUCT ($1000000) and 5 (a) Increase the Contract Time forSubstantial Completion by 90 calendar days from 90 calendar days to 180calendar days for work associated with Item Nos 1 and 3 above and (b) Increase the Contract Time for Final Completion by 200 calendar days from 30 calendar days to 230 calendar days for work associated with Item No 2 above

Mr Patterson asked if this was the final change order Mr Pancoast replied no that this reconciles all allowances and there will be one more change order to reconcile the bond cost

Upon motion of Mr Patterson second by Mr Hunt vote carried recommend to the Aviation Authority Board approval of Change Order V-00920-02 for a totalamount of $3980740 and a 90 calendar day time extension to Substantial

Minutes of the Construction Committee Meeting February 18 2020 Page 5 of 39

Completion and a 200 calendar day time extension to Final Completion withfunding from Previously Approved Capital Expenditure and General Airport Revenue Bond Funds

E Change Order V-00926-01 EMERGENCY AND EXIT LIGHT INSTALLATION This change order to the contract with Gomez Construction Company for US Customs andBorder Protection (CBP) Modular Training Room is to add labor and material for the installation of Emergency and Exit Lights for the CBP building to finalize the City inspection requirement ADD $447877

Ms Sharman stated that the start-up package has not been finalized Mr Birkebak replied that he has it and it is under review

Upon motion of Mr Patterson second by Mr Hunt vote carried approve ChangeOrder V-00926-01 for a total amount of $447877 and no time extension withfunding from previously-approved Operation and Maintenance Funds

F Change Order V-00932-01 FINAL ADJUSTMENT OF NTE CONTRACT This change orderto the contract with RL Burns Inc for Landside and Airside Terminals On-Call Plumbing Repairs is the final change order and is to increase the Not-to-Exceed Contract amount by $2563703 from $19500000 to $22063703 for additional on-call maintenance plumbing repairs to complete emergency restroom repairs at Airside 2 Contractor shall purchase plumbing materials as required to complete work orders and maintain a constant workflow and allunused materials shall be returned to GOAA Maintenance These services are requested by GOAA Maintenance ADD $2563703

Ms Sharman stated that the start-up package has not been finalized Mr Birkebak replied that he has it and it is under review

Mr Hunt asked if any remaining funds will be returned to Maintenance after the project is completed Mr Graham replied yes

Upon motion of Mr Hunt second by Mr Patterson vote carried approve ChangeOrder V-00932-01 for a total amount of $2563703 and no time extension with funding from previously-approved Operation and Maintenance Funds

CONSTRUCTION MANAGEMENT AT RISK (CMR) GUARANTEED MAXIMUM PRICE (GMP) BUDGET BUYOUT AND CONTINGENCY (BBC) MANAGEMENT REQUESTS AGENDA3 The following GMP Budget Buyout and Contingency Management requests (related to the South Terminal C Phase One Project) were presented for consideration

A Subcontractor Modification for BP-S00139 (GMP No 5-S2) with The Middlesex Corporation for CR0535-LSC-Bulletin 17-Utility Changes Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontractor Modification on BP-S00139 South Terminal C Phase 1 -Landside Civil (GMP No 5-S2) at the Orlando International Airport in thetotal deductive amount of ($702200) to The Middlesex Corporation for CR0535-LSC-Bulletin 17-Utility Changes Bid Package 3100 Sitework was previouslyawarded within GMP No 5-S2 to The Middlesex Corporation CC No 2018050405A

TKJV is proposing a subcontract modification to The Middlesex Corporation in the total deductive lump sum amount of ($702200) for CR0535-LSC-Bulletin 17-Utility Changes LSC Bulletin 17 made multiple changes that affect GMP No 5-S2 including adjustments to water and fire main routing grading details and relocatingrealignment of duct banks The modified scope of work consists of all labor material and equipment costs associated with the rerouting changes to 14-inch PVC force main 12-inch water main changes 6-inch fire

Minutes of the Construction Committee Meeting February 18 2020 Page 6 of 39

main changes deleted fiber optic duct bank rerouted Generators A and B DuctBank rerouted OUC duct bank and deleted fiber optic manhole as captured in the LSC Bulletin 17 Utility changes

The approval of this subcontract modification to The Middlesex Corporationresolves all requests for costs and time associated with LSC Bulletin 17utility changes Time and costs associated with primary power duct bank changes that impact GMP No 5-S2 will be resolved in CR0489 Time and costs associatedwith LSC Bulletin 17 for GMP No 5-S6 will be resolved in GMP No 5-S6 Amendment Nos 1 and 2

TKJV has submitted documentation including the subcontractors 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 award to The Middlesex Corporation in the deductive lump sum amount of $ (702200) Add to PI Owner Contingency $ 702200

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00139 (GMP No 5-S2) for this subcontract modification is The Middlesex Corporation (Non-MWBELDBVBE) This modification is comprisedof a deduct to Transportation Systems Inc (LDB) in the amount of ($4198194)and an add to RCS Civil Inc (MWBE) in the amount of $2862435 and LampSDiversified Inc (LDB) in the amount of $210000 This modification results in a net deduct of ($3988200) to LDB participation and a net add of $2862450to MWBE participation

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to The Middlesex Corporation on BP-S00139 South Terminal C Phase 1 - Landside Civil(GMP No 5-S2) for the total deductive lump sum amount of ($702200) with funding credited to Customer Facility Charges and General Airport RevenueBonds

B Subcontractor Modification for BP-S00139 (GMP No 5-S2) with The Middlesex Corporation for CR0604-LSC-Fire Riser Scope Gap at the Landside Terminal Building Mr Guirges presented the memorandum requesting approval forTurner-Kiewit Joint Venture (TKJV) to issue a Subcontractor Modification on BP-S00139 South Terminal C Phase 1 - Landside Civil (GMP No 5-S2) at theOrlando International Airport in the total amount of $868100 to The Middlesex Corporation for CR0604-LSC-Fire Riser Scope Gap at the LandsideTerminal Building Bid Package 3100 Sitework was previously awarded within GMP No 5-S2 to The Middlesex Corporation CC No 2018050405A

TKJV is proposing a subcontract modification to The Middlesex Corporation in the total lump sum amount of $868100 for the Landside Terminal Building The Bid Package for GMP No 5-S2 (LSC) did not include any LST Fire ProtectionDrawings those which stated that the Fire Protection SOW begins 12-inches above finish floor from the fire riser For that reason The Middlesex

Minutes of the Construction Committee Meeting February 18 2020 Page 7 of 39

Corporation will extend the fire protection water main to meet the LST Buildingfire riser The modified scope of work consists of the costs associated withthe additional 10-inch (8-foot x 6-foot) fire riser and credits associated with the deleted 10-inch pipe reducer per LSC Civil drawings and LST FireProtection Drawings

The approval of this subcontract modification to The Middlesex Corporationresolves all requests for costs and time associated with CR0604-LSC-Fire Riser Scope Gap

TKJV has submitted documentation including the subcontractors 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 award to The Middlesex Corporation in the lump sum amount of $ 868100 Deduct from P1 CMAR Contingency $ (868100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00139 (GMP No 5-S2) for this subcontract modification is The Middlesex Corporation (Non-MWBELDBVBE) There is 82 MWBE and 14 LDB participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to The Middlesex Corporation on BP-S00139 South Terminal C Phase 1 - Landside Civil(GMP No 5-S2) for the total lump sum amount of $868100 with funding fromCustomer Facility Charges and General Airport Revenue Bonds

C Subcontractor Modification for BP-S00143 (GMP No 6-S1) with ECS Florida LLC for CR0321-6S1 ECS Testing Budget Adjustment Mr Guirges presented the memorandum requesting approval for Hensel Phelps Construction (HPC) to issuea Subcontractor Modification on BP-S00143 South Terminal C Phase 1 - AirsideTerminal Structure and Enclosure (GMP No 6-S1) at the Orlando International Airport in the total amount of $20382400 to ECS Florida LLC for CR0321-6S1 ECS Testing Budget Adjustment BP 0304 Building Concrete Precast andMasonry TestingInspection has been previously awarded within GMP No 6-S1to ECS Florida LLC CC No 2018072403G

HPC is requesting to issue a Subcontractor Modification to ECS Florida LLCin the total not-to-exceed amount of $20382400 for CR0321-6S1 ECS Testing Budget Adjustment ECS Florida LLC was previously awarded a Not-to-Exceed(NTE) subcontract on July 24 2018 Subsequent to this award a set of acceptable rates was established to align testing rates across the projects to be consistent This request is for the variance in costs from the awardedunit rates to the allowable billable unit rates (ie the established Program-Wide rates for Quality Control Testing) for the base bid quantity of laborhours and quality control tests included in the ECS initial award

Minutes of the Construction Committee Meeting February 18 2020 Page 8 of 39

The approval of this Subcontractor Modification to ECS Florida LLC resolves all requests for cost and time associated with the ECS Testing BudgetAdjustment in GMP No 6-S1 Costs for the additional Structural Steel andBuilding Envelope TestingInspection were approved in CC No 2019121703B

HPC has submitted documentation including the subcontractors proposal tosupport this request By approving this request the Owner does not waive its right to enforce the contract requirements for other requests for cost ortime

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

HPC to issue a subcontract modification to ECS Florida LLC in the not-to-exceed amount of $ 20382400 Deduct from Owner Contingency $ (20382400)

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-S1) for this subcontract modification is ECS Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to ECSFlorida LLC on BP-S00143 South Terminal C Phase 1 - Airside Terminal Structure and Enclosure (GMP No 6-S1) for the total not-to-exceed amount of $20382400 with funding from Passenger Facility Charges and GeneralAirport Revenue Bonds

D Subcontractor Modification for BP-S00143 (GMP No 6-S1) with TampT Constructionof Central Fla Inc for CR0434-6S1-RFI 1714 Flowable Fill Placement for HubArea H3 Slab-on-Grade (SOG) Mr Guirges presented the memorandum requesting approval 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-S1) at the Orlando International Airport in the total amount of $1616300 to TampT Construction of Central Fla Inc for CR0434-6S1-RFI 1714 Flowable Fill Placement for Hub Area H3 Slab-on-Grade (SOG) Bid Package 0302 Building Concrete has been previously awarded within GMP No 6-S1 to TampT Construction of Central Fla Inc CC No201800410008

HPC is requesting to issue a Subcontractor Modification to TampT Construction of Central Fla Inc in the total Lump Sum amount of $1616300 for CR0434-6S1-RFI 1714 Flowable Fill Placement for Hub Area H3 Slab-on-Grade (SOG) Theadditional scope of work consists of the costs associated with the additionallabor material and equipment required to place the approved flowable fill mixture underneath the design elevation for the Slab-on-Grade placement and concrete for the thickened edge perimeter in the Airside Concourse Hub AreaH3 per RFI 1714

The approval of this Subcontractor Modification to TampT Construction of Central Fla Inc resolves all requests for cost and time resulting from RFI 1714Flowable Fill Placement for Hub Area H3 Slab-on-Grade (SOG) Costs for testingand inspection if any will be submitted via future CR

Minutes of the Construction Committee Meeting February 18 2020 Page 9 of 39

HPC has submitted documentation including the subcontractors 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 TampT Construction of Central Fla Inc in the lump sum amount of $ 1616300 Deduct from CMAR Contingency $ (1616300)

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-S1) for this subcontract modification is TampT Construction of Central Fla Inc (MWBE) There is 966 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to TampTConstruction of Central Fla Inc on BP-S00143 South Terminal C Phase 1 - Airside Terminal Structure and Enclosure (GMP No 6-S1) for the total lumpsum amount of $1616300 with funding from General Airport Revenue Bonds

E Subcontractor Modification for BP-S00143 (GMP No 6-S1) with Kirlin Florida LLC for CR0450-6S1-RFI 1908 Exterior Domestic Cold-Water Piping InsulationMr Guirges presented the memorandum requesting approval for Hensel Phelps Construction (HPC) to issue a Subcontract Modification on BP-S00143 SouthTerminal C Phase 1 - Airside Terminal Structure and Enclosure (GMP No 6-S1) at the Orlando International Airport in the total deductive amount of($723000) to Kirlin Florida LLC for CR0450-6S1-RFI 1908 Exterior DomesticCold-Water Piping Insulation Bid Package for BP-S00143 2201 Plumbing has been previously awarded within GMP No 6S1 to Kirlin Florida LLC CC No2018052204H

HPC is requesting to issue a Subcontractor Modification to Kirlin Florida LLCin the total deductive Lump Sum amount of ($723000) for CR0450-6S1-RFI 1908Exterior Domestic Cold-Water Piping Insulation The modified scope of workconsists of the credits for replacing the 1-inch thick Cellular Glass insulation at exterior domestic cold-water piping with 1-inch thick Fiberglass insulation per RFI 1908 response

The approval of this Subcontractor Modification to Kirlin Florida LLC resolves all requests for cost and time resulting from RFI 1908

HPC has submitted documentation including the subcontractors 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

Minutes of the Construction Committee Meeting February 18 2020 Page 10 of 39

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

HPC to issue a subcontract modification to Kirlin Florida LLC in the deductive lump sum amount of $ (723000) Add to Owner Contingency $ 723000

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-S1) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is a 100 reduction in MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to KirlinFlorida LLC on BP-S00143 South Terminal C Phase 1 - Airside Terminal Structure and Enclosure (GMP No 6-S1) for the total deductive lump sumamount of ($723000) with funding credited to Passenger Facility Charges and General Airport Revenue Bonds

F Subcontractor Modifications for BP-S00143 (GMP No 6-S1) with Banker Steel Co LLC for CR0403-RFI 1604 Stair 161 and 162 Location and Stringer Support and CR0445-RFI 1703 Area 14 Soft Joint Support in Exterior Framing Clarification (CWA-BP-S143-007) Mr Guirges presented the memorandumrequesting approval for Hensel Phelps Construction (HPC) to issue SubcontractModifications on BP-S00143 South Terminal C Phase 1 - Airside Terminal Structure and Enclosure (GMP No 6-S1) at the Orlando International Airport in the total amount of $3449500 to Banker Steel Co LLC for CR0403-RFI1604 Stair 161 and 162 Location and Stringer Support and CR0445-RFI1703 Area 14Soft Joint Support in Exterior Framing Clarification (CWA-BP-S143-007) Bid Package for BP-S00143 0501 Structural Steel and Miscellaneous Metals has been previously awarded within GMP No 6-S1 to Banker Steel Co LLC CC No 20180410008

HPC is requesting to issue Subcontractor Modifications to Banker Steel Co LLC in the Lump Sum amounts of

1 $1531900 for CR0403-6S1-RFI 1604 Stair 161 and 162 Location andStringer Support The additional scope of work consists of necessarysteel members and stiffeners to support the stringer and allow installation of floor finish on the north edge of escalator pit 161 and on the south edge of escalator pit 162 per RFI 1604

2 $1917600 for CR0445-6S1-RFI 1703 Area 14 Soft Joint Support inExterior Framing Clarification The additional scope of work consistsof necessary steel members to support a soft joint for the exteriorframing in Area 14 per RFI 1703

The approval of these Subcontractor Modifications to Banker Steel Corp LLC resolves all requests for cost and time resulting from RFIs 1604 and 1703 scopes of work in GMP No 6-S1 Costs for Patching of Fireproofing and Insulation and Testing and Inspection if any will be submitted in a futureCR There are no cost impacts to GMP Nos 6-S 6-S2 6-S3 6-S4 6-S5 CR0445 closes out CWA-BP-S143-007

Minutes of the Construction Committee Meeting February 18 2020 Page 11 of 39

HPC has submitted documentation including the subcontractors 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 $ 3449500 Deduct from Owner Contingency $ (3449500)

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-S1) for this subcontract modification is Banker Steel Co LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue Subcontractor Modifications to Banker Steel Co LLC on BP-S00143 South Terminal C Phase 1 - Airside TerminalStructure and Enclosure (GMP No 6-S1) for the total lump sum amount of$3449500 with funding from Passenger Facility Charges and General AirportRevenue Bonds

G Subcontractor Modification for BP-S00144 (GMP No 6-S2) with Wal-Mark Contracting Group LLC for CR04152-6S2-RFIs 1667 and 16671 Ramp Level Overhang Framing and Insulation Mr Guirges presented the memorandum requesting approval for Hensel Phelps Construction (HPC) to issue a Subcontractor Modification on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes (GMP No 6-S2) at the Orlando International Airport in the total amount of $1841000 to Wal-Mark Contracting Group LLCfor CR04152-6S2-RFIs 1667 and 16671 Ramp Level Overhang Framing and Insulation Bid Package for BP-S144 0902 Framing and Drywall has been previously awarded within GMP No 6-S2 to Wal-Mark Contracting Group LLC CC No 20180605006

HPC is requesting to issue a Subcontractors Modification to Wal-Mark Contracting Group LLC in the total Lump Sum amount of $1841000 for CR04152-6S2-RFIs 1667 and 16671 Ramp Level Overhang Framing and Insulation The modified scope of work includes replacing the Smart Cl (Composite Insulation) system with conventional framing and batt insulation at the ramp level overhang per RFIs 1667 and 16671 response

The approval of this Subcontractor Modification to Wal-Mark Contracting GroupLLC resolves all requests for cost and time resulting from RFIs 1667 and 16671scope of work within GMP No 6-S2 Credits for the Ramp Level overhang metaldecking and composite insulation ldquoSmart Clrdquo were approved via CC 20191217003C Potential credit for the approximately 15250 SF of metal deck not installedin GMP No 6-S1 is being evaluated by the OAR and any cost for this creditwill be submitted in a future CR

HPC has submitted documentation including the subcontractors proposal tosupport this request An independent cost estimate is included By approving

Minutes of the Construction Committee Meeting February 18 2020 Page 12 of 39

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 Wal-Mark Contracting Group LLC in the lump sum amount of $ 1841000 Deduct from Owner Contingency $ (1841000)

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-S2) for this subcontract modification is Wal-Mark Contracting Group LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to Wal-MarkContracting Group LLC on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes (GMP No 6-S2) for the total lump sum amount of $1841000 with funding from Passenger Facility Charges and General Airport Revenue Bonds

H Subcontractor Modifications for BP-S00144 (GMP No 6-S2) with Wal-Mark Contracting Group LLC and Alpha Insulation and Waterproofing Inc forCR0449-6S2-RFI 18531 Roof Expansion Joint Framing at Parapet and CR04692-RFI 818 Series-Ramp Level Floor Fire Dampers without Floors Mr Guirges presented the memorandum requesting approval for Hensel Phelps Construction (HPC) to issue Subcontractor Modifications on BP-S00144 South Terminal CPhase 1 - Airside Enclosure and Exterior Finishes (GMP No 6-S2) at theOrlando International Airport in the total amount of $13070600 to Wal-Mark Contracting Group LLC and Alpha Insulation and Waterproofing Inc forCR0449-6S2-RFI 18531 Roof Expansion Joint Framing at Parapet and CR04692-RFI 818 Series-Ramp Level Floor Fire Dampers without Floors

Bid Package for BP-S00144 0902 Framing and Drywall has been previously awarded within GMP No 6-S2 to Wal-Mark Contracting Group LLC CC No20180605006

Bid Package for BP-S144 0701 Caulking and Waterproofing has been previously awarded within GMP No 6-S2 to Alpha Insulation and Waterproofing Inc CCNo 20180605006

HPC is requesting to issue the following Subcontractor Modifications

Wal-Mark Contracting Group LLC in the Lump Sum amount $3600600 for CR0449-6S2-RFI 18531 Roof Expansion Joint Framing at Parapet Themodified scope of work includes costs for the up-sized framing from 6-inch to 8-inch studs with additional plates at the expansion joint roof parapets in lieu of installing structural steel support per RFI 18531

Wal-Mark Contracting Group LLC in the Lump Sum amount $9237900 for CR04692-RFI 818 Series-Ramp Level Floor Fire Dampers without FloorsThe modified scope of work consists of additional framing and drywall

Minutes of the Construction Committee Meeting February 18 2020 Page 13 of 39

for the horizontal and vertical shaft enclosures in Areas 14 17 and 25only

Alpha Insulation and Waterproofing Inc in the Lump Sum amount of $232100 for CR04692-RFI 818 Series-Ramp Level Floor Fire Damperswithout Floors The modified scope of work adds firestopping to the wallshown on sheet Al3125 which changed to a 2-hours rated wall in Area 25

The approval of these Subcontractor Modifications to Wal-Mark ContractingGroup LLC and Alpha Insulation and Waterproofing Inc resolves all requests for costs resulting from the scopes of work in RFI 1853 series in GMP No 6-S2 and RFI 0818 series for Areas 14 17 and 25 only in GMP No 6-S2 Cost impacts to GMP No 6-S1 were submitted in CR04691-6S1-RFI 0818 Series-Ramp Level Floor Fire Dampers without Floors Cost impacts for Drawing Areas 1516 18 19 20 21 22 23 24 26 27 28 29 30 31 32 and 33 included inthe responses to RFI 0818 series if any will be submitted in a future CRThere are no cost impacts to GMP Nos 6-S 6-S3 6-S4 and 6-S5 HPC willsubmit TIA-079 requesting additional time associated with RFI 0818 seriesscope of work The OAR will evaluate TIA-079 and any time recommended to begranted will be submitted at a future CCM

HPC has submitted documentation including the subcontractors proposal tosupport their request An independent cost estimate is included

By approving this request the Owner does not waive its right to enforce thecontract 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 Wal-Mark Contracting Group LLC in the lump sum amount of $ 12838500 HPC to issue a subcontract modification to Alpha Insulation and Waterproofing Inc in the lump sum amount of $ 232100 Deduct from Owner Contingency $ (13070600)

Hensel Phelps Construction is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractors identified and committed to participate on BP-S00144 (GMP No 6-S2) for these subcontractor modifications are Wal-Mark Contracting LLC (Non-MWBELDBVBE) and Alpha Insulation and Waterproofing Inc (Non-MWBELDBVBE) There is no small business participation associated with these modifications

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue Subcontractor Modifications to Wal-MarkContracting Group LLC and Alpha Insulation and Waterproofing Inc on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes(GMP No 6-S2) for the total lump sum amount of $13070600 which includesthe lump sum amount of $12838500 to Wal-Mark Contracting Group LLC and the lump sum amount of $232100 to Alpha Insulation and Waterproofing Inc withfunding from Passenger Facility Charges and General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 14 of 39

I Subcontractor Modification for BP-S00144 (GMP No 6-S2) with Wal-Mark Contracting Group LLC for CR0458-6S2-RFI 1583 Gypsum Wallboard on EastExterior Wall (VE) Mr Guirges presented the memorandum requesting approval for Hensel Phelps Construction (HPC) to issue a Subcontractor Modification on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes(GMP No 6-S2) at the Orlando International Airport in the total deductiveamount of ($7689000) to Wal-Mark Contracting Group LLC for CR0458-6S2-RFI1583 Gypsum Wallboard on East Exterior Wall (VE) Bid Package for BP-S00144 0902 Framing and Drywall has been previously awarded within GMP No 6-S2 to Wal-Mark Contracting Group LLC CC No 20180605006

Hensel Phelps Construction is requesting to issue Subcontractors Modifications to Wal-Mark Contracting Group LLC in the total deductive Lump Sum amount of ($7689000) for CR0458-6S2-RFI 1583 Gypsum Wallboard on East Exterior WallContract Documents indicated an interior partition wall adjacent to an exterior wall system which also included a gypsum wallboard partition It was determined that the drywall associated with the exterior wall system could be deleted if inner curved partition could be extended to the deck The modified scope of work includes costs for the additional framing and drywall to extend the curved partition to the decking and includes credit for the deletion of the inner gypsum wallboard in Area 14 and Areas 25 through 32 of the North Airside Concourse per RFI 1583 and OAR responses

The approval of this Subcontractor Modification to Wal-Mark Contracting Group LLC resolves all requests for cost and time resulting from RFI 1583 scope ofwork

HPC has submitted documentation including the subcontractors 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 Wal-Mark Contracting Group LLC in the deductive lump sum amount of $ (7689000) Add to Owner Contingency $ 7689000

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-S2) for this subcontract modification is Wal-Mark Contracting Group LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to Wal-MarkContracting Group LLC on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes (GMP No 6-S2) for the total deductive lumpsum amount of ($7689000) with funding credited to Passenger Facility Charges and General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 15 of 39

J Subcontractor Modification for BP-S00146 (GMP No 7-S) with Banker Steel Co LLC for CR04721-LST-RFIs-2312 and 23121-Roof Stair 4x4 HSS Flashing 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 theOrlando International Airport in the total amount of $302500 to Banker Steel Co LLC for CR04721-LST-RFI-2312 and 23121-Roof Stair 4x4 HSS Flashing Bid Package 500 Structural Steel was previously awarded within GMP No 7-S to Banker Steel Co LLC CC No 20180313010

TKJV is proposing a subcontract modification to Banker Steel Co LLC in the total lump sum amount of $302500 for CR04721-LST-RFIs-2312 and 23121-RoofStair 4x4 HSS Flashing Previously approved CR0472 was based on RFI 2312 which included costs for supplemental steel to address flashing on the adjacent lower roofs and included two stair locations Each staircase revised in RFI 2312 included a set of staircases but CR 0472 only included costs for 2stairs The contractor requested clarification in RFI 23121 that the condition applied to all 4 stairs located at the lower roof which was confirmed Thescope of work in this request consists of all costs associated with the supplemental steel for the other 2 stairs

The approval of this subcontract modification to Banker Steel Co LLC resolves all requests for costs and time associated with LST RFI 23121

TKJV has submitted documentation including the subcontractors 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

Current GMP Line Item 6 value $ 137804300 TKJV to issue a subcontract modification to Banker Steel Co LLC in the lump sum amount of $ 302500 Deduct from Line Item 6 $ (302500) Remaining GMP Line Item 6 Value $ 137501800

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 Banker Steel Co LLC (Non-MWBELDBVBE) There is 825 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Banker Steel Co LLC on BP-S00146 South Terminal C Phase 1 - Landside Terminal Structure and Enclosure (GMP No 7-S) for the total lump sum amount of$302500 with funding from Passenger Facility Charges and General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 16 of 39

K Subcontractor Modification for BP-S00146 (GMP No 7-S) with Banker Steel Co LLC for CR0680-LST-RFI 29471-West Prow and Truss Deflection 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 theOrlando International Airport in the total amount of $3177200 to Banker Steel Co LLC for CR0680-LST-RFI 29471-West Prow and Truss Deflection Bid Package 500 Structural Steel was previously awarded within GMP No 7-S toBanker Steel Co LLC CC No 20180313010

TKJV is proposing a subcontract modification to Banker Steel Co LLC in the total lump sum amount of $3177200 for CR0680-LST-RFI 29471-West Prow and Truss Deflection Although the west prow structural steel deflections wereanticipated the deflected condition caused the sag rods and wind girts for the exterior wall in this area to be out of alignment with the exterior walland curtain wall systems RFI 29471 requested direction on bringing the sag rods and wind girts back into correct elevations The modified scope of work consists of changes to sag rod connections at the west prow revision of vertical location of sag rod connections and clips at GL L2 on Atrium HSSCross Truss as confirmed by RFI 29471

The approval of this subcontract modification to Banker Steel Co LLC resolves all requests for costs and time associated with LST RFIs 2947 and 29471

TKJV has submitted documentation including the subcontractors 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 Banker Steel Co LLC in the lump sum amount of $ 3177200 Current GMP No 7-S Line Item 6 Value $ 140981500 Deduct from Line Item $ (3177200) Remaining GMP No 7-S Line Item 6 Value $ 137804300

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 Banker Steel Co LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Banker Steel Co LLC on BP-S00146 South Terminal C Phase 1 - Landside Terminal Structure and Enclosure (GMP No 7-S) for the total lump sum amount of$3177200 with funding from General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 17 of 39

L Subcontractor Modifications for BP-S00147 (GMP No 7-S1) with MSE2 Inc dba Mader Southeast for CR05641-LST-Bulletin 23 Drywall-Backing and Framing for Added Devices CR0595-LST-Bulletin 32-Drywall and CR0599-LST-RFI 1980-Wall Type around Columns Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue Subcontract Modifications onBP-S00147 South Terminal C Phase 1 - Landside Terminal Remaining Structures and Systems (GMP No 7-S1) at the Orlando International Airport in the total amount of $834800 to MSE2 Inc dba Mader Southeast for CR05641-LST-Bulletin 23 Drywall-Backing and Framing for Added Devices CR0595-LST-Bulletin 32-Drywall and CR0599-LST-RFI 1980-Wall Type Around Columns at Area 9 Bid Package 910 Drywall and Framing was previously awarded within GMP No 7-S1 to MSE2 Inc dba Mader Southeast CC No 20181002009

TKJV is proposing the following subcontract modifications to MSE2 Inc dba Mader Southeast in the respective lump sum amounts of

1 $611700 for CR05641-LST-Bulletin 23 Drywall-Backing and Framing forAdded Devices The modified scope of work consists of additional backing and framing for devices and smoke dampers as per LST Bulletin 23

2 $294800 for CR0595-LST-Bulletin 32-Drywall The modified scope of work consists of additional costs for backing and blocking added signage as per LST Bulletin 32 revisions

3 ($71700) for CR0599-LST-RFI 1980-Wall Type Around Columns at Area 9 The modified scope of work consists of deletion of framing and drywall around columns at LST Area 9 Level 1 that were replaced with CMU perRFI 1980

The approval of these subcontract modifications to MSE2 Inc dba Mader Southeast resolves all requests for cost and time for

1 CR05641 with LST Bulletin 23 for Drywall in GMP No 7-S1 CR0564 for low voltage was submitted 10012019

2 CR0595 with LST Bulletin 32 for Drywall in GMP No 7-S1 There will beadditional costs forthcoming for signage in GMP No 7-S2 once the subcontract agreement is awarded There will be no costs for GMP No 7-S or GMP No 7-S3

3 CR0599 for all requests for cost and time associated with RFI 1980

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

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

TKJV to issue a subcontract modification to MSE2 Inc dba Mader Southeast in the lump sum amount of $ 611700 TKJV to issue a subcontract modification to MSE2 Inc dba Mader Southeast in the lump sum amount of $ 294800 TKJV to issue a subcontract modification to MSE2 Inc dba Mader Southeast in the lump sum amount of $ (71700) Deduct from PI Owner Contingency $ (587600) Deduct from P1X Owner Contingency $ (247200)

Minutes of the Construction Committee Meeting February 18 2020 Page 18 of 39

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-S1) for this subcontract modification is MSE2 Inc dba Mader Southeast (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue Subcontractor Modifications to MSE2 Inc dba Mader Southeast on BP-S00147 South Terminal C Phase 1 - LandsideTerminal Remaining Structures and Systems (GMP No 7-S1) for the total lumpsum amount of $834800 with funding from Passenger Facility Charges and General Airport Revenue Bonds

M Subcontractor Modifications for BP-S00150 (GMP No 9-S) with Skybuilders USA LLC for CR0362-PKG-Rental Extension Temporary Wall Protection Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando InternationalAirport in the total amount of $3903600 to Skybuilders USA LLC for CR0362-PKG-Rental Extension Temporary Wall Protection Bid Package 3100 Demolition was previously awarded within GMP No 9-S to Skybuilders USA LLC CC No 2017101016

TKJV is proposing a subcontract modification to Skybuilders USA LLC in thetotal lump sum amount of $3903600 for CR0362-PKG-Rental Extension TemporaryWall Protection he modified scope of work consists of all additional costsassociated with the rental extension of temporary wall protection for 8 months from October 18 2019 to June 20 2020 for 2478 LF of temporary panels 2195 LF of windscreen and 533 sandbags and rental extension for 4 months from February 20 2020 to June 20 2020 for 444 LF of temporary panels andwindscreen and 150 sandbags in various locations in the parking garage

The approval of this subcontract modification to Skybuilders USA LLC resolves all requests for costs and time resulting from the scope of work associated with CR0362

TKJV has submitted documentation including the subcontractors 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 Skybuilders USA LLC in the lump sum amount of $ 3903600 Deduct from CMAR Contingency $ (3903600)

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 Skybuilders USA LLC (MWBELDB) There is a 100 MWBE participation associated with this modification

Minutes of the Construction Committee Meeting February 18 2020 Page 19 of 39

Vice Chair Sharman asked if the completed eligibility was received for thisitem Ms Hinds answered yes

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Skybuilders USA LLC on BP-S00150 South Terminal C Phase 1 - Parking Facility- Phase 1 (GMP No 9-S) for the total lump sum amount of $3903600 with funding from Customer Facility Charges and General Airport Revenue Bonds

N Subcontractor Modification for BP-S00150 (GMP No 9-S) with Gulf Mechanical Contractors LLC for CR0492-PKG-RFI 1968-Electrical Room Door Size ChangesMr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando International Airport in the total amount of $167700 to Gulf Mechanical Contractors LLC for CR0492-PKG-RFI 1968 Series-Electrical Room Door SizeChanges Bid Package for 2200 Plumbing was previously awarded within GMPNo 9-S to Gulf Mechanical Contractors LLC CC No 20171010016

TKJV is proposing a subcontract modification to Gulf Mechanical ContractorsLLC in the total lump sum amount of $167700 for CR0492-PKG-RFI1968 Series-Electrical Room Door Size Changes The modified scope of work consists of all labor and material to trench and excavate reconfigured PVC pipes and fittingsrequired to accommodate a changed door opening dimension due to the responsefrom RFI 1968

The approval of this subcontract modification to Gulf Mechanical Contractors LLC resolves all requests for cost and time associated with RFI 1968 series for GMP No 9-S Remaining costs for RFI 1968 were previously submitted under GMP No 9-S1 as CR04921-PKG-RFI 1968-Electrical Room Door Size Changes

TKJV has submitted documentation including the subcontractors 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 cost or time

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

TKJV to issue subcontract modification to Gulf Mechanical Contractors LLC in the lump sum amount of $ 167700 Deduct from Owner Contingency $ (167700)

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 Gulf Mechanical Contractors LLC (Non-MWBELDBVBE) There is no small businessparticipation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Gulf

Minutes of the Construction Committee Meeting February 18 2020 Page 20 of 39

Mechanical Contractors LLC on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $167700 with funding from Customer Facility Charges and General Airport Revenue Bonds

O Subcontractor Modification for BP-S00150 (GMP No 9-S) with CCK ConstructionServices Inc for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU Mr Guirges presented the memorandum requesting approvalfor Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando International Airport in the total amount of $816800 to CCK Construction Services Inc for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU Bid Package 30 Concrete was previouslyawarded within GMP No 9-S to CCK Construction Services Inc CC No2017101016

TKJV is proposing a subcontract modification to CCK Construction ServicesInc in the total lump sum amount $816800 for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU The modified scope consists ofall materials and labor required for the additional footer and the Cast inPlace (CIP) tie beams as per RFI 1877

The approval of this subcontract modification resolves all requests for cost and time associated with RFI 1877 for GMP No 9-S Costs for Miscellaneous metals subcontractors will be submitted under CR 05531 for GMP No 9-S1

TKJV has submitted documentation including the subcontractors 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 CCK Construction Services Inc in the lump sum amount of $ 816800 Deduct from Owner Contingency $ (816800)

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 CCK Construction Services Inc (Non-MWBELDBVBE) There is 189 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to CCK Construction Services Inc on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $816800 with funding from Customer Facility Charges and General Airport Revenue Bonds

P Subcontract Award for BP-S00150 (GMP No 9-S) with Fine Tune Services LLC for CR0630-PKG-Rough and Final Cleaning Award Mr Guirges presented thememorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) toissue a Subcontract Award on BP-S00150 South Terminal C Phase 1 ParkingFacility - Phase 1 (GMP No 9-S) at the Orlando International Airport in thetotal amount of $15450000 to Fine Tune Enterprises Inc for CR0630-PKG-

Minutes of the Construction Committee Meeting February 18 2020 Page 21 of 39

Rough and Final Cleaning Award Bid Package for BP-S150 Parking FacilityPhase 1 was previously awarded to TKJV reference CC No 2017101016

TKJV is proposing a subcontract award for CR0630-PKG-Rough and Final Cleaning The scope of the award is for the cleaning of all concrete structures floorselevators and finished areas for the parking garage phase 2 in accordance with bid package 174 dated August 1 2019 and documents through PKG DSI 4 andCWS Bulletin 12 and as described in the Fine Tune Enterprises Inc proposal

The approval of this subcontract award to Fine Tune Enterprises Inc resolvesall costs associated with PKG Bid Package 174 and documents through DSI 4 andCWS Bulletin 12

TKJV has submitted documentation including the subcontractors 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 Subcontract Award for this project is as follows

TKJV to issue Subcontract Award to Fine Tune Enterprises Inc in the lump sum amount of $ 15450000 GMP Line Item 17 current balance $ (7500000) Deduct from P1 CMAR Contingency $ (6921000) Deduct from CWE CMAR Contingency $ (1029000) GMP Line Item 17 remaining balance $ 000

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 award is Fine Tune Enterprises Inc (MWBELDB) There is 100 MWBE participation associated with this award

Vice Chair Sharman asked if this request includes the cost for cleaning the canopies Mr Guirges stated that although the canopies are not installedyet this item includes final cleaning under the canopy area Ms Stockerl agreed that the estimate included the cost of final cleaning once the canopies are installed Vice Chair Sharman stated that funding is partially from the Campus Wide Improvements project Mr Ruohomaki stated that the funding sources can be re-evaluated if necessary Vice Chair Sharman agreed that the funding can be revised if needed

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontract Award to Fine Tune Enterprises Inc on BP-S00150 South Terminal C Phase 1 - Parking Facility- Phase 1 (GMP No 9-S) for the total lump sum amount of $15450000 withfunding from Customer Facility Charges and General Airport Revenue Bonds

Q Subcontractor Modification for BP-S00150 (GMP No 9-S) with CCK ConstructionServices Inc for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement 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 $156000 to CCK Construction

Minutes of the Construction Committee Meeting February 18 2020 Page 22 of 39

Services Inc for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement Bid Package 30 Concrete was previously awarded within GMP No 9-S to CCKConstruction Services Inc CC No 2017101016

TKJV is proposing a subcontract modification to CCK Construction ServicesInc in the total lump sum amount $156000 for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement The modified scope consists of additional laborand material to cut splice and adjust the promenade slab reinforcement

The approval of this subcontract modification resolves all requests for cost and time associated with PKG RFI 19851

TKJV has submitted documentation including the subcontractors 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 CCK Construction Services Incin the lump sum amount of $ 156000 Deduct from CMAR Contingency $ (156000)

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 CCK Construction Services Inc (Non-MWBELDBVBE) There is no small businessparticipation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to CCK Construction Services Inc on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $156000 with funding from Customer Facility Charges and General Airport Revenue Bonds

R Subcontractor Modification for BP-S00151 (GMP No 9-S1) with Quality Cable Contractors Inc for CR04301-PKG-Bulletin 10 and RFI 2690-Low Voltage Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00151 South Terminal C Phase 1 - Parking Facility Phase 2 (GMP No 9-S1) at the Orlando International Airport in the total amount of $5225700 to Quality Cable Contractors Inc for CR04301-PKG-Bulletin 10 and RFI 2690-Low Voltage Bid package 2800 Low Voltage Electrical was previously awarded within GMP No 9-S1 Parking Facility Phase 2 to Quality Cable Contractors Inc CC No2018092525A

TKJV) is proposing a subcontract modification to Quality Cable Contractors Inc in the total lump sum amount of $5225700 for CR04301-PKG-Bulletin 10and RFI 2690-Low Voltage The modified scope of work consists of additional materials labor and equipment for ten (10) additional access controls at PKGdoors and the credit associated with the blue phone and camera outletsrevisions per PKG Bulletin 10 and RFI 2690

Minutes of the Construction Committee Meeting February 18 2020 Page 23 of 39

The approval of this subcontract modifications to Quality Cable ContractorsInc resolves all requests for costs and time resulting from PKG Bulletin 10 and RFI 2690 for GMP No 9-S1 CR0430 was submitted for GMP No 9-S CC No20190910021 This request resolves all requests for cost and time for RFI2690 for Low Voltage costs for the hardware changes for Taylor Cotton amp Ridley Inc GMP No 9-S1 was submitted under CR0776

TKJV has submitted documentation including the subcontractors 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 award to Quality Cable Contractors Inc in the lump sum amount of $ 5225700 Deduct from Owner Contingency $ (5225700)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00151 (GMP No 9-S1) for this subcontractor modificationis Quality Cable Contractors Inc (MWBELDB) There is 100 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Quality Cable Contractors Inc on BP-S00151 South Terminal C Phase 1 - ParkingFacility Phase 2 (GMP No 9-S1) for the total lump sum amount of $5225700 with funding from Customer Facility Charges and General Airport Revenue Bonds

S Subcontractor Modification for BP-S00163 (GMP No 5-S5) with The Middlesex Corporation for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place (CIP)Rectangular Beam Canopy Anchor Bolt Locations Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) toissue a Subcontract Modification on BP-S00163 South Terminal C Phase 1 -EnplaneDeplane Bridge and Roadways Balance of Work - FDOT (GMP No 65-S5)at the Orlando International Airport in the total amount of $2295700 to The Middlesex Corporation for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place(CIP) Rectangular Beam Canopy Anchor Bolt Locations Bid Package 3400 EnplaneDeplane Bridge-Combined Piers and Piles was previously awarded within GMP No 5-S5 EnplaneDeplane Bridge and Roadways Balance of Work -FDOT to The Middlesex Corporation CC No 20180605007

TKJV is proposing a subcontract modification to The Middlesex Corporation in the total lump sum amount of $2295700 for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place (CIP) Rectangular Beam Canopy Anchor Bolt Locations The CIP beams were formed and rebar installed but were found to have a discrepancy between the LSC (Landside Civil) and LST (Landside Terminal) drawings with thecanopy anchor bolt locations RFI 3051 response confirmed that the proposed structural adjustment to drill and epoxy the rebar inside the limits of the CIP rectangular beam is acceptable RFI 30511 response confirmed that the proposed epoxy product is acceptable RFI 3249 response provided the details of alternative reinforcement at the canopy column locations The modifiedscope of work consists of all the labor material and equipment costs

Minutes of the Construction Committee Meeting February 18 2020 Page 24 of 39

associated with the relocation of the anchor bolts and the structural adjustments required as per the EOR responses to RFIs 3051 30511 and 3249

The approval of this subcontract modification to The Middlesex Corporationresolves all requests for cost and time resulting from RFIs 3051 30511 and3249

TKJV has submitted documentation including the subcontractors 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 $ 2295700 Deduct from Phase 1 CMAR Contingency $ (2295700)

Due to the funding source of this GMP No 5-S5 Turner-Kiewit Joint Ventureproposed a 20 DBE participation goal for Bid Package 3400 EnplaneDeplane Bridge and Roadways Balance of Work - FDOT in lieu of MWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by this modification The subcontractor identified and committed to participate on BP-S00163 (GMP No 5-S5) for this subcontract modification is The Middlesex Corporation(Non-DBE) There is no DBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to The Middlesex Corporation on BP-S00163 South Terminal C Phase 1 - EnplaneDeplane Bridge and Roadways Balance of Work - FDOT (GMP No 5-S5) for the total lumpsum amount of $2295700 with funding from Passenger Facility Charges

T Subcontractor Modification for BP-S00168 (GMP No 6-S4) with MC Dean Inc for CR03382-6S4 ASC RFI 1621 Emergency Communications System (ECS) Speakersndash Low Voltage Mr Guirges presented the memorandum requesting approval forHensel Phelps Construction (HPC) to issue Subcontract Modifications on BP-S00168 South Terminal C Phase 1 - Interior Finishes and Specialties (GMPNo 6-S4) at the Orlando International Airport in the total amount of $2102300 to MC Dean Inc for CR03382-6S4 ASC RFI1621 EmergencyCommunications System (ECS) Speakers - Low Voltage Bid Package BP-S168 2701ASC Low Voltage Systems was previously awarded within the GMP No 6-S4 toMC Dean Inc CC No 20181002010

HPC is requesting to issue a Subcontractor Modification to MC Dean Inc in the total Lump Sum amount of $2102300 for CR03382-6S4 ASC RFI 1621 Emergency Communications System (ECS) Speakers - Low Voltage The response to RFI 1621 provided updated Technology drawings and schedule showing the Low VoltageRequirements for the Type 4 Wall Mount Emergency Communications SystemsSpeakers in Transfer Level Areas 16 and 17 The modified scope of work consistsof the costs associated with the additional conduits and 1-port Cat 6 cables required to those speakers for the low voltage scope per RFI 1621 response and sketches

Minutes of the Construction Committee Meeting February 18 2020 Page 25 of 39

The approval of this Subcontractor Modification to MC Dean Inc resolves all requests for cost and time resulting from RFI 1621 in GMP No 6-S4 Cost impacts for Electrical work associated with RFI 1621 in GMP No 6-S2 will besubmitted via CR03381-6S2-0143 There is no cost impact for RFI 1621 in GMP Nos 6-S 6-S1 6-S3 6-S5 or 6-S6

HPC has submitted documentation including the subcontractors 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 MC Dean Inc in the lump sum amount of $ 2102300 Deduct from Owner Contingency $(2102300)

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-S4) for this subcontract modification is MC Dean Inc (Non-MWBELDBVBE) There is 835 MWBE participationassociated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue Subcontractor Modifications to MC Dean Inc on BP-S00168 South Terminal C Phase 1 - Interior Finishes andSpecialties (GMP No 6-S4) for the total lump sum amount of $2102300 with funding from Passenger Facility Charges and General Airport Revenue Bonds

U Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0609-LST-RFIs 2513 25131 and 25132-Sink type per Location Verification Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $295100 to Kirlin Florida LLC for CR0609-LST-RFIs 2513 25131 and 25132- Sink type per Location Verification Bid Package BP 2300 Plumbing andHVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $295100 for CR0609-LST-RFIs 2513 25131 and 25132- Sink type per Location Verification The modified scope of work consists ofall costs associated with the change in fixture specification for the AG Lab sink from the S-2 tag to a custom steel two-bay sink with two drain boards disposal cone washout spray vacuum breaker solenoid valve and piping as captured in RFI 2513 confirmation of custom sink model number per RFI 25131 and the confirmation of the disposal waste drain opening size in RFI 25132

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFIs 2513 25131 and 25132

TKJV has submitted documentation including the subcontractors proposal to support their request An independent cost estimate is included By approving

Minutes of the Construction Committee Meeting February 18 2020 Page 26 of 39

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 Kirlin Florida LLC in the lump sum amount of $ 295100 Deduct from Owner Contingency $ (295100)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $295100with funding from General Airport Revenue Bonds

V Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0621-LST-RFI 2544- Missing Civil Storm Pipe Correction Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the OrlandoInternational Airport in the total amount of $563200 to Kirlin Florida LLCfor CR0621-LST-RFI 2544-Missing Civil Storm Pipe Connection Bid Package BP 2300 Plumbing and HVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No 2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $563200 for CR0621-LST-RFI 2544-Missing Civil Storm Pipe Connection The modified scope of work consists of all additional costsassociated with a net add of underground plumbing piping to correspond withthe new civil design between L1 and L2 per RFI 2544

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 2544

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the lump sum amount of $ 563200 Deduct from P1 Owner Contingency $ (563200)

Minutes of the Construction Committee Meeting February 18 2020 Page 27 of 39

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $563200with funding from Passenger Facility Charges and General Airport Revenue Bonds

W Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0710-LST-RFI 1727-AC Humidifiers Missing Domestic Chilled Water (DCW) Piping Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $446500 to Kirlin Florida LLC for CR0710-LST-RFI 1727-AC Humidifiers Missing Domestic Chilled Water (DCW) Piping Bid Package BP 2300 ldquoPlumbing andHVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $446500 for CR0710-LST-RFI 1727-AC humidifiersmissing DCW pipe The modified scope of work consists of additional domesticcold-water connections and piping for the AC units with humidifiers

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 1727

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the lump sum amount of $ 446500 Deduct from CMAR Phase 1 Contingency $ (324700) Deduct from CMAR Phase 1X Contingency $ (121800)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Minutes of the Construction Committee Meeting February 18 2020 Page 28 of 39

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $446500with funding from Passenger Facility Charges and General Airport Revenue Bonds

X Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0753-LST-RFI 2368-Duct Blanket R-Value 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-S3) at the OrlandoInternational Airport in the total deductive amount of ($6747700) to Kirlin Florida LLC for CR0753-LST-RFI 2368-Duct Blanket R-Value Bid Package BP 2300 Plumbing and HVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No 2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal deductive lump sum amount of ($6747700) for CR0753-LST-RFI 2368-DuctBlanket R-Value The modified scope of work consists of all additions anddeductions associated with the use of a 233-inch-thick 34-lbcu mineralfiberglass blanket instead of the specified 2-inch thick 15-lbcu mineralfiberglass blanket on HVAC duct systems per RFI 2368

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 2368

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the deductive lump sum amount of $ (6747700) Add to P1 Owner Contingency $ 4907600 Add to P1X Owner Contingency $ 1840100

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-DBEMWBELDBVBE) There is a reduction of 100 DBE participationassociated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin

Minutes of the Construction Committee Meeting February 18 2020 Page 29 of 39

Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total deductive lump sum amount of($6747700) with funding credited to Passenger Facility Charges and GeneralAirport Revenue Bonds

Y Subcontractor Modifications for BP-S00173 (GMP No 7-S3) with MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Mr Guirges presented the memorandum requesting approval forTurner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $985400 to MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Bid Package BP 2600 Electrical waspreviously awarded within GMP No 7-S3 to MC Dean Inc CC No 2018100211

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $575400 for CR06161-LST RFI 2611-Missing PACSEnclosures RFI 2611 requested information regarding routing of PACS (Physical Access Control System) door panels to IDF rooms innear US Customs and Border Protection (CBP) spaces The modified scope of work consists of all labor material and equipment associated with the addition of power for (11) PACS enclosures as captured in RFI 2611

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $410000 for CR0692-LST-Bulletin 31-Electrical Themodified scope of work consists of all costs associated with the confirmed Electrical panel additions per new circuit descriptions andload updates

The approval of these subcontract modifications to MC Dean Inc as proposedin CR06161-LST RFI 2611-Missing PACS Enclosures resolves all requests forcosts and time associated with LST RFI 2611 for GMP No 7-S3 Electrical CR0616 CC No 20191217-3-1 resolved all cost and time for GMP No 7-S1 LowVoltage There will be no forthcoming CRs for RFI 2611

The approval of this subcontract modification as proposed to MC Dean inCR0692-LST-Bulletin 31-Electrical Inc resolves all requests for costs andtime associated with LST Bulletin 31 Electrical scope A CR for GMP No 7-S1Low voltage scope is forthcoming

TKJV has submitted documentation including the subcontractors 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 for CR06161 to MC Dean Inc in the lump sum amount of $ 575400 TKJV to issue a subcontract modification for CR0692 to MC Dean Inc in the lump sum amount of $ 410000 Deduct from PI Owner Contingency $ (985400)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on

Minutes of the Construction Committee Meeting February 18 2020 Page 30 of 39

BP-S00173 (GMP No 7-S3) for this subcontract modification is MC Dean Inc(Non-DBE) There is no small business participation associated with thismodification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue Subcontractor Modifications to MC Dean Inc on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $985400 withfunding from General Airport Revenue Bonds

Z Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0662-AFC-Power and Laydown Yard to QC Lab Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $2817800 to Kiewit Infrastructure South Cofor CR0662-AFC-Power and Laydown Yard to QC Lab Bid Package 34101 Site Electrical and Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $2817800 for CR0662-AFC-Power and Laydown Yard to QC Lab The scope of work consists of all labor material and equipmentrequired to install the power to the Quality Control (QC) lab located off Wiley Road from the Security Check Point and construct a lay-downparking areaat the QC lab and subsequently remove it when the lab is no longer needed The dimensions for the base material needed for the lay-downparking area are 50-foot by 50-foot next to the lab and 12-foot by 30-foot in front of the lab

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Power and Laydown Yard to QC Lab scope of work

TKJV has submitted documentation including the subcontractors 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 Kiewit Infrastructure South Co in the lump sum amount of $ 2817800 Deduct from P1 Owner Contingency $ (1551700) Deduct from P1X Owner Contingency $ (1266100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Minutes of the Construction Committee Meeting February 18 2020 Page 31 of 39

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $2817800 with fundingfrom General Airport Revenue Bonds

AA Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0672-AFC-Test Pit Remediation Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $6069900 to Kiewit Infrastructure South Co forCR0672-AFC-Asphalt Millings Shortage Bid Package 34101 Site Electricaland Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $6069900 for CR0672-AFC-Asphalt MillingsShortage The modified scope of work consists of all costs associated withasphalt milling RAP (Reclaimed Asphalt Pavement) for use on crane pads accessroad and pedestrian paths as tracked by the time and material (TampM) tickets

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Asphalt Millings Shortage

TKJV has submitted documentation including the subcontractors proposal to support their request An independent cost review 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 Kiewit Infrastructure South Co in the lump sum amount of $ 6069900 Deduct from P1 Owner Contingency $ (2724800) Deduct from P1X Owner Contingency $ (3345100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is 87 LDB participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $6069900 with fundingfrom General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 32 of 39

GENERAL

REQUEST FOR APPROVAL TO REIMBURSE THE HYATT FOR WORK PERFORMED DURING BP-00474HYATT REGENCY GUEST ROOMCORRIDOR RENOVATION AT THE ORLANDO INTERNATIONAL AIRPORT 4 Ms Grant presented the memorandum dated February 18 2020 along with aninvoice from Hyatt Regency dated September 30 2019 for BP-00474 Hyatt GuestRoomCorridor Renovation at the Orlando International Airport The invoice is to provide reimbursement for emergency work to clean the 7th Floor after a sprinkler activation repair cut phone lines in several rooms and clean rooms for turnover which was not completed by the General Contractor (GC) in time to turn over thoserooms

If approved this reimbursement would be effective February 18 2020

Ms Schneider asked if the contractor was back-billed for this Mr Ruohomaki answered no that this is a negotiated settlement Vice Chair Sharman stated that this was done to finish the renovations and open the areas earlier which was in the best interest of the Aviation Authority

Vice Chair Sharman asked if R W Block Consulting Inc had reviewed the invoiceand will sign-off on it Mr Kurek answered yes it will be signed

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve to Reimbursethe Hyatt Regency for Work performed during BP-00474 Hyatt Guest RoomCorridor Renovation for the total lump sum fee amount of $926994 with funding frompreviously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 107 TO THE CONTINUING PROGRAMAND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR A NO-COST STAFFING CHANGE FOR THE CONSTRUCTION PHASE OAR SERVICES FOR BP-00482 GATE E-50 AND CHECKPOINT CHARLIE DEVELOPMENT ATTHE ORLANDO INTERNATIONAL AIRPORT 5 Mr Sorondo presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 5 2020 for a No-Cost Staffing Change for the Construction Phase OAR Services forBP-00482 Gate E-50 and Checkpoint Charlie Development at the Orlando International Airport On September 24 2019 the Construction Committee approved Addendum No107 to the above-referenced agreement in the amount of $24677100 for ConstructionPhase OAR Services Since that time a no-cost staffing change is being requested to replace the JMATT Construction Services LLC Senior Inspector who is stillengaged on another project with an A2 Group Inc Inspector and a Geotech Consultants International Inc dba GCI Inc Senior Inspector as furthered described in the Consultantrsquos proposal

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contractrsquos MWBELDBVBE specifications and determined that the proposed no-cost staffing change includes a reduction to JMATT Construction Services LLC (MWBE)in the amount of ($5355000) and an add to A2 Group Inc (DBE) in the amount of$2100000 resulting in an overall 28 MWBE participation for this Addendum No 107 and Amendment Nos 1 and 2

Vice Chair Sharman asked if Geotech Consultants International Inc dba GCI Inc was switching subconsultants Mr Sorondo answered yes

Minutes of the Construction Committee Meeting February 18 2020 Page 33 of 39

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 107 to the Continuing Program and Project Management Services (OARPrime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for No-Cost Staffing Change for the Construction Phase OAR Services for BP-00482 Gate E-50 and Checkpoint Charlie Development there is no fiscal impact associatedwith this item

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN AMENDMENT TO PURCHASING CONTRACT 01-20 PERSONNEL SCREENING SERVICES WITH COVENANT AVIATION SECURITY AT THE ORLANDO INTERNATIONAL AIRPORT 6 Mr Shedek presented the memorandum dated February 18 2020 for Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC at the Orlando International Airport On January 7 2020 the Construction Committee approved Agenda Item No 11 for anAmendment to Purchasing Contract 01-20 Personnel Screening Services with CovenantAviation Security LLC for Personnel Screening Services on BP-00491 West Security Screening Checkpoint Expansion - Package 2 for a total not-to-exceed expense amountof $200000 with funding from project funds (ie previously-approved CapitalExpenditure Funds and General Airport Revenue Bonds) Since then it has been determined that these services will not be required

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC there is no fiscal impact associatedwith this item

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR E-00264 NORTH PARK PLACE LIGHT POLE REPLACEMENT AT THE ORLANDO INTERNATIONAL AIRPORT 7 Mr Graham presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for E-00264 North Park Place Light PoleReplacement at the Orlando International Airport The scope of the project is toremove and replace 49 parking lot light poles located in the North Park Place parkinglot re-install the existing light fixtures and provide ancillary replacement parts as necessary at the Orlando International Airport

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 42 MWBE participation on this Addendum

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for E-00264 North Park Place Light Pole Replacement for the total not-to-exceed fee amount of $2396100 with funding from previously-approved Discretionary Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 34 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE TICKET LOBBY MODIFICATIONS ANDIMPROVEMENTS AGREEMENT WITH CT HSU amp ASSOCIATES PA FOR CONSTRUCTION ADMINISTRATION SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 8 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from CT Hsu amp Associates PA dated January 30 2020 to provide Construction Administration Services for V-00906 West Checkpoint Video Walls a the Orlando International Airport Services will include CA services shop drawing review and coordination for the installation of the four LED video walls under the Chilirsquos Restaurant at the West Security Checkpoint A and B Sides

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that CT Hsu ampAssociates PA proposes 604 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Ticket Lobby Modifications and Improvements Agreement with CT Hsuamp Associates PA for Construction Administration Services for V-00906 West Checkpoint Video Walls for the total amount of $5624000 which includes the not-to-exceed fee amount of $5511700 and the not-to-exceed reimbursable expense amount of $112300 with funding from previously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 9 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for the above referenced project This project provides two large and two small Video Walls in the West Checkpoint area ofthe Great Hall on Landside Level 3

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 694 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for Construction Phase OAR Services for V-00906 West Checkpoint Video Walls for the total not-to-exceed fee amount of $4771500 with funding from previously-approved Capital Expenditure Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 35 of 39

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 19 TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT (OAR PRIME ENTITY) SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC TO PROVIDE ADDITIONAL CONSTRUCTION PHASE OAR SERVICES FOR V-00933 PODS A AND B FLOOR REPAIR AT THE ORLANDO INTERNATIONAL AIRPORT 10 Mr Willems presented the memorandum dated February 18 2020 along with aproposal from AECOM Technical Services Inc dated January 23 2020 to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair at the Orlando International Airport On November 19 2019 the Construction Committee approved Addendum No 19 in the amount of $714400 to the above-referencedagreement Since that time it has been determined that additional Construction Phase OAR Services are required as furthered described in the Consultantrsquos proposal dated January 23 2020

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the required services AECOM Technical Services Inc does not propose any MWBE LDB or VBE participation on this Amendment

Mr Patterson asked if this work will be ending next week Mr Willems answered yes

Mr Patterson stated that the timing of the work needed to be coordinated withOperations to avoid the holiday rush Mr Ruohomaki stated that due to these timingissues the OAR (AECOM Technical Services Inc) needs additional time to continue providing OAR Services on the project through close-out

Vice Chair Sharman asked if RW Block Consulting Inc had any outstanding issues with this request Ms Rainey responded that a change order on V-00933 requestinga time extension has not been received Mr Willems stated that the Contractor has not yet requested additional time but that a change order can be submitted to asubsequent Construction Committee Meeting Vice Chair Sharman asked if RW Block Consulting Inc would be amenable to this request once the change order is receivedMs Rainey answered yes [Subsequent to the Construction Committee meeting following review by the Contractor and OAR it was determined that a time extension change order would not be required RW Block Consulting Inc finds this item acceptable]

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 19 to the Continuing Program and Project Management (OAR Prime Entity) Services Agreement with AECOM Technical Services Inc to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair for thetotal not-to-exceed fee amount of $676800 with funding from previously-approvedOperation and Maintenance Funds

REQUEST FOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH HW DAVIS CONSTRUCTION INC FORV-00957 REPAIR SUB-CANOPIES LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 11 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from HW Davis Construction Inc dated October 23 2019 for V-00957Repair Sub-Canopies Level 3 A and B Enplane Drive at the Orlando InternationalAirport Project scope is to provide all labor equipment and materials to fabricatedeliver and install new fabric cover strips at diagonal steel braces at the sub-canopies rain protection covers at nine canopy locations and repair two separatedcable pockets at Canopy Nos 6 and 16 at the Orlando International Airport The duration of the project is 30 calendar days for Substantial Completion and 30

Minutes of the Construction Committee Meeting February 18 2020 Page 36 of 39

calendar days for Final Completion with a contemplated Notice to Proceed (NTP) date of February 24 2020

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that due to the limited scope of the required services HW Davis Construction Inc does notpropose any MWBELDBVBE participation on this Job Order Construction Services Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve a JobOrder Construction Services Addendum to the Continuing Vertical Construction Services Agreement with HW Davis Construction Inc for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total direct-negotiated amount of $3573300 andwaive the requirement for Performance and Payment Bonds with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR V-00957 REPAIR SUB-CANOPIES AT LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 12 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated January 31 2020 is to provide Construction Phase OAR Services on the above-referenced project

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the services to be provided Geotech Consultants International Inc dba GCI Inc does not propose any MWBELDBVBE participation on this Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total not-to-exceed fee amount of $290700 with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH GOMEZ CONSTRUCTION COMPANY FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) AT THE ORLANDO INTERNATIONAL AIRPORT 13 This item was deferred

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) ATTHE ORLANDO INTERNATIONAL AIRPORT 14 This item was deferred

Minutes of the Construction Committee Meeting February 18 2020 Page 37 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING ENVIRONMENTAL ENGINEERING CONSULTANT SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC FOR INSTALLATIONOF NEW MONITORING WELLS IMPLEMENTATION OF ONE SEMI-ANNUAL POST-ACTIVE REMEDIATIONMONITORING (PARM) AND PREPARATION OF ONE PARM REPORT AT THE FORMER DAYRON FACILITYFOR W-00072 OEA REMEDIATION OF DAYRON PLUME AT THE ORLANDO EXECUTIVE AIRPORT 15 Mr Carrington presented the memorandum dated February 18 2020 along with a proposal from AECOM Technical Services Inc dated February 10 2020 to provide for the installation of eleven new monitoring wells implementation of one semi-annual groundwater Post-Active Remediation Monitoring (PARM) and the preparation and submission of one PARM report at the former Dayron Facility at the OrlandoExecutive Airport The one semi-annual PARM monitoring event to be performed in late March or early April 2020

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that AECOM Technical Services Inc proposes 331 MWBE and 80 LDB participation on this Addendum

Mr Ruohomaki asked if this was in pursuit of a NFA designation (No Further Action)Mr Carrington answered yes

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve an Addendum to the Continuing Environmental Engineering Consultant Services Agreement with AECOMTechnical Services Inc for Installation of New Monitoring Wells Implementation of One Semi-Annual Post-Active Remediation Monitoring (PARM) and Preparation of One PARM Report at the Former Dayron Facility for W-00072 OEA Remediation of DayronPlume at the Orlando Executive Airport for the total amount of $7150000 which includes the not-to-exceed fee amount of $4112700 and the not-to-exceed reimbursable expense amount of $3037300 with funding from OEA Environmental Liability Funds

REQUEST FOR RECOMMENDATION OF APPROVAL OF NO-COST ADDENDA TO THE CONTINUING TRANSPORTATION PLANNING CONSULTING SERVICES AGREEMENTS TO EXERCISE THE SECOND AND FINAL ONE-YEAR RENEWAL OPTION 16 Ms Anderson presented the memorandum dated February 18 2020 requesting the recommendation of approval of No-Cost Addenda to the Continuing Transportation Planning Consulting Services Agreements to exercise the second and final one-year renewal option In June 2016 the Aviation Authority Board approved ContinuingTransportation Planning Consulting Services Agreement with the below firms Theprovisions in the agreement include a base three-year term with two subsequent optional one-year renewal periods upon mutual agreement of the parties

Each firmrsquos first one-year renewal expires as follows

Firm Expiration Date HNTB Corporation July 26 2020 HDR Engineering Inc September 12 2020

In order to maintain these services on an as-needed basis for routine operations staff requires the services of the above-referenced firms The firms were requested to provide their concurrence to exercise the second and final one-year renewal option

Upon motion of Mr Patterson second by Mr Hunt vote carried to recommend to theAviation Authority Board approval of No-Cost Addenda to the Continuing Transportation

Minutes of the Construction Committee Meeting February 18 2020 Page 38 of 39

Planning Consulting Services Agreements to Exercise the Second and Final One-Year Renewal Option there is no fiscal impact associated with this item

REQUEST FOR APPROVAL OF CONTRACTORrsquoS FINAL PAYMENT TO HL PRUITT CORPORATION FOR E-00212 INVENTORY AND MARKING OF AIRFIELD LIGHTING AT THE ORLANDO INTERNATIONALAIRPORT 17 Mr Patterson presented the memorandum dated February 18 2020 requesting the Contractorrsquos Final Payment to HL Pruitt Corporation for E-00212 Inventory andMarking of Airfield Lighting at the Orlando International Airport The Construction Contract for the referenced project has been completed and all issues involving the Contractor have been addressed and resolved

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve theContractorrsquos Final Payment Authorization to HL Pruitt Corporation for E-00212Inventory and marking of Airfield Lighting at the Orlando International Airport

INFORMATION ITEMS

18 The following items were presented for information only

A Field Change Order (FCO) Log

B Revised Supporting Documentation for Change Order PS-00329-11 Parking Access and Revenue Control System (PARCS) Replacement at The OrlandoInternational Airport [From Construction Committee on July 30 2019 ItemNo 1-F] [The Construction Committee determined that this information item should be converted to an action item and it was motioned with Item No 2-B]

C Revised Coversheet for Hensel Phelps Construction to issue a SubcontractModification to Inland Construction and Engineering Inc for BP-S00144South Terminal C Phase 1 - Airside Enclosure amp Exterior Finishes (GMPNo 6-S2) at The Orlando International Airport [From ConstructionCommittee on November 26 2019 Item No 2-D]

D Additional Supporting Documentation for Request for Recommendation ofApproval of an Amendment to Addendum No 7 to the Construction Management at Risk (CMR) Entity Services for the South Terminal C Phase 1 (STC-P1)Agreement with Turner-Kiewit Joint Venture for BP-S00150 South TerminalC Phase 1 ndash Parking Facility (GMP 9-S) at The Orlando International Airport [From Construction Committee on December 17 2019 Item No 5]

E Revised Coversheet for Request for Approval of an Addendum to the Technology and Multi-Media Specialty Engineer for the South Terminal CPhase 1 Agreement with Burns Engineering Inc for Design Services related to Customs Border and Patrol (CBP) final review for W-S00113 South Terminal C Phase 1 ndash Experiential Media Environment (EME) at The OrlandoInternational Airport [From Construction Committee on February 4 2020Item No 10]

F Office of Small Business Participation Memorandum for the Request forRecommendation of Approval of the FFampE and IT Estimate Procurement Plan and Process for Updating the Construction Committee for W-S00145 SouthTerminal C Phase 1 and Phase 1X (STC-P1 and P1X) Owner Furnished FFampE and IT Items at The Orlando International Airport [From ConstructionCommittee on February 4 2020 Item No 11]

______________________________

Minutes of the Construction Committee Meeting February 18 2020 Page 39 of 39

ADJOURNMENT

19 There being no further business for discussion the meeting was adjourned at 910 am

Kathleen Sharman Vice Chair Construction Committee Chief Financial Officer

Page 5: On TUESDAY, FEBRUARY 18, 2020 , the CONSTRUCTION … · Mike Patterson, Director of Construction . Gary Hunt, Director of Maintenance . ... Steve Pue, GOAA Maintenance . Vendla Davermann,

Minutes of the Construction Committee Meeting February 18 2020 Page 5 of 39

Completion and a 200 calendar day time extension to Final Completion withfunding from Previously Approved Capital Expenditure and General Airport Revenue Bond Funds

E Change Order V-00926-01 EMERGENCY AND EXIT LIGHT INSTALLATION This change order to the contract with Gomez Construction Company for US Customs andBorder Protection (CBP) Modular Training Room is to add labor and material for the installation of Emergency and Exit Lights for the CBP building to finalize the City inspection requirement ADD $447877

Ms Sharman stated that the start-up package has not been finalized Mr Birkebak replied that he has it and it is under review

Upon motion of Mr Patterson second by Mr Hunt vote carried approve ChangeOrder V-00926-01 for a total amount of $447877 and no time extension withfunding from previously-approved Operation and Maintenance Funds

F Change Order V-00932-01 FINAL ADJUSTMENT OF NTE CONTRACT This change orderto the contract with RL Burns Inc for Landside and Airside Terminals On-Call Plumbing Repairs is the final change order and is to increase the Not-to-Exceed Contract amount by $2563703 from $19500000 to $22063703 for additional on-call maintenance plumbing repairs to complete emergency restroom repairs at Airside 2 Contractor shall purchase plumbing materials as required to complete work orders and maintain a constant workflow and allunused materials shall be returned to GOAA Maintenance These services are requested by GOAA Maintenance ADD $2563703

Ms Sharman stated that the start-up package has not been finalized Mr Birkebak replied that he has it and it is under review

Mr Hunt asked if any remaining funds will be returned to Maintenance after the project is completed Mr Graham replied yes

Upon motion of Mr Hunt second by Mr Patterson vote carried approve ChangeOrder V-00932-01 for a total amount of $2563703 and no time extension with funding from previously-approved Operation and Maintenance Funds

CONSTRUCTION MANAGEMENT AT RISK (CMR) GUARANTEED MAXIMUM PRICE (GMP) BUDGET BUYOUT AND CONTINGENCY (BBC) MANAGEMENT REQUESTS AGENDA3 The following GMP Budget Buyout and Contingency Management requests (related to the South Terminal C Phase One Project) were presented for consideration

A Subcontractor Modification for BP-S00139 (GMP No 5-S2) with The Middlesex Corporation for CR0535-LSC-Bulletin 17-Utility Changes Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontractor Modification on BP-S00139 South Terminal C Phase 1 -Landside Civil (GMP No 5-S2) at the Orlando International Airport in thetotal deductive amount of ($702200) to The Middlesex Corporation for CR0535-LSC-Bulletin 17-Utility Changes Bid Package 3100 Sitework was previouslyawarded within GMP No 5-S2 to The Middlesex Corporation CC No 2018050405A

TKJV is proposing a subcontract modification to The Middlesex Corporation in the total deductive lump sum amount of ($702200) for CR0535-LSC-Bulletin 17-Utility Changes LSC Bulletin 17 made multiple changes that affect GMP No 5-S2 including adjustments to water and fire main routing grading details and relocatingrealignment of duct banks The modified scope of work consists of all labor material and equipment costs associated with the rerouting changes to 14-inch PVC force main 12-inch water main changes 6-inch fire

Minutes of the Construction Committee Meeting February 18 2020 Page 6 of 39

main changes deleted fiber optic duct bank rerouted Generators A and B DuctBank rerouted OUC duct bank and deleted fiber optic manhole as captured in the LSC Bulletin 17 Utility changes

The approval of this subcontract modification to The Middlesex Corporationresolves all requests for costs and time associated with LSC Bulletin 17utility changes Time and costs associated with primary power duct bank changes that impact GMP No 5-S2 will be resolved in CR0489 Time and costs associatedwith LSC Bulletin 17 for GMP No 5-S6 will be resolved in GMP No 5-S6 Amendment Nos 1 and 2

TKJV has submitted documentation including the subcontractors 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 award to The Middlesex Corporation in the deductive lump sum amount of $ (702200) Add to PI Owner Contingency $ 702200

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00139 (GMP No 5-S2) for this subcontract modification is The Middlesex Corporation (Non-MWBELDBVBE) This modification is comprisedof a deduct to Transportation Systems Inc (LDB) in the amount of ($4198194)and an add to RCS Civil Inc (MWBE) in the amount of $2862435 and LampSDiversified Inc (LDB) in the amount of $210000 This modification results in a net deduct of ($3988200) to LDB participation and a net add of $2862450to MWBE participation

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to The Middlesex Corporation on BP-S00139 South Terminal C Phase 1 - Landside Civil(GMP No 5-S2) for the total deductive lump sum amount of ($702200) with funding credited to Customer Facility Charges and General Airport RevenueBonds

B Subcontractor Modification for BP-S00139 (GMP No 5-S2) with The Middlesex Corporation for CR0604-LSC-Fire Riser Scope Gap at the Landside Terminal Building Mr Guirges presented the memorandum requesting approval forTurner-Kiewit Joint Venture (TKJV) to issue a Subcontractor Modification on BP-S00139 South Terminal C Phase 1 - Landside Civil (GMP No 5-S2) at theOrlando International Airport in the total amount of $868100 to The Middlesex Corporation for CR0604-LSC-Fire Riser Scope Gap at the LandsideTerminal Building Bid Package 3100 Sitework was previously awarded within GMP No 5-S2 to The Middlesex Corporation CC No 2018050405A

TKJV is proposing a subcontract modification to The Middlesex Corporation in the total lump sum amount of $868100 for the Landside Terminal Building The Bid Package for GMP No 5-S2 (LSC) did not include any LST Fire ProtectionDrawings those which stated that the Fire Protection SOW begins 12-inches above finish floor from the fire riser For that reason The Middlesex

Minutes of the Construction Committee Meeting February 18 2020 Page 7 of 39

Corporation will extend the fire protection water main to meet the LST Buildingfire riser The modified scope of work consists of the costs associated withthe additional 10-inch (8-foot x 6-foot) fire riser and credits associated with the deleted 10-inch pipe reducer per LSC Civil drawings and LST FireProtection Drawings

The approval of this subcontract modification to The Middlesex Corporationresolves all requests for costs and time associated with CR0604-LSC-Fire Riser Scope Gap

TKJV has submitted documentation including the subcontractors 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 award to The Middlesex Corporation in the lump sum amount of $ 868100 Deduct from P1 CMAR Contingency $ (868100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00139 (GMP No 5-S2) for this subcontract modification is The Middlesex Corporation (Non-MWBELDBVBE) There is 82 MWBE and 14 LDB participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to The Middlesex Corporation on BP-S00139 South Terminal C Phase 1 - Landside Civil(GMP No 5-S2) for the total lump sum amount of $868100 with funding fromCustomer Facility Charges and General Airport Revenue Bonds

C Subcontractor Modification for BP-S00143 (GMP No 6-S1) with ECS Florida LLC for CR0321-6S1 ECS Testing Budget Adjustment Mr Guirges presented the memorandum requesting approval for Hensel Phelps Construction (HPC) to issuea Subcontractor Modification on BP-S00143 South Terminal C Phase 1 - AirsideTerminal Structure and Enclosure (GMP No 6-S1) at the Orlando International Airport in the total amount of $20382400 to ECS Florida LLC for CR0321-6S1 ECS Testing Budget Adjustment BP 0304 Building Concrete Precast andMasonry TestingInspection has been previously awarded within GMP No 6-S1to ECS Florida LLC CC No 2018072403G

HPC is requesting to issue a Subcontractor Modification to ECS Florida LLCin the total not-to-exceed amount of $20382400 for CR0321-6S1 ECS Testing Budget Adjustment ECS Florida LLC was previously awarded a Not-to-Exceed(NTE) subcontract on July 24 2018 Subsequent to this award a set of acceptable rates was established to align testing rates across the projects to be consistent This request is for the variance in costs from the awardedunit rates to the allowable billable unit rates (ie the established Program-Wide rates for Quality Control Testing) for the base bid quantity of laborhours and quality control tests included in the ECS initial award

Minutes of the Construction Committee Meeting February 18 2020 Page 8 of 39

The approval of this Subcontractor Modification to ECS Florida LLC resolves all requests for cost and time associated with the ECS Testing BudgetAdjustment in GMP No 6-S1 Costs for the additional Structural Steel andBuilding Envelope TestingInspection were approved in CC No 2019121703B

HPC has submitted documentation including the subcontractors proposal tosupport this request By approving this request the Owner does not waive its right to enforce the contract requirements for other requests for cost ortime

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

HPC to issue a subcontract modification to ECS Florida LLC in the not-to-exceed amount of $ 20382400 Deduct from Owner Contingency $ (20382400)

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-S1) for this subcontract modification is ECS Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to ECSFlorida LLC on BP-S00143 South Terminal C Phase 1 - Airside Terminal Structure and Enclosure (GMP No 6-S1) for the total not-to-exceed amount of $20382400 with funding from Passenger Facility Charges and GeneralAirport Revenue Bonds

D Subcontractor Modification for BP-S00143 (GMP No 6-S1) with TampT Constructionof Central Fla Inc for CR0434-6S1-RFI 1714 Flowable Fill Placement for HubArea H3 Slab-on-Grade (SOG) Mr Guirges presented the memorandum requesting approval 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-S1) at the Orlando International Airport in the total amount of $1616300 to TampT Construction of Central Fla Inc for CR0434-6S1-RFI 1714 Flowable Fill Placement for Hub Area H3 Slab-on-Grade (SOG) Bid Package 0302 Building Concrete has been previously awarded within GMP No 6-S1 to TampT Construction of Central Fla Inc CC No201800410008

HPC is requesting to issue a Subcontractor Modification to TampT Construction of Central Fla Inc in the total Lump Sum amount of $1616300 for CR0434-6S1-RFI 1714 Flowable Fill Placement for Hub Area H3 Slab-on-Grade (SOG) Theadditional scope of work consists of the costs associated with the additionallabor material and equipment required to place the approved flowable fill mixture underneath the design elevation for the Slab-on-Grade placement and concrete for the thickened edge perimeter in the Airside Concourse Hub AreaH3 per RFI 1714

The approval of this Subcontractor Modification to TampT Construction of Central Fla Inc resolves all requests for cost and time resulting from RFI 1714Flowable Fill Placement for Hub Area H3 Slab-on-Grade (SOG) Costs for testingand inspection if any will be submitted via future CR

Minutes of the Construction Committee Meeting February 18 2020 Page 9 of 39

HPC has submitted documentation including the subcontractors 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 TampT Construction of Central Fla Inc in the lump sum amount of $ 1616300 Deduct from CMAR Contingency $ (1616300)

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-S1) for this subcontract modification is TampT Construction of Central Fla Inc (MWBE) There is 966 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to TampTConstruction of Central Fla Inc on BP-S00143 South Terminal C Phase 1 - Airside Terminal Structure and Enclosure (GMP No 6-S1) for the total lumpsum amount of $1616300 with funding from General Airport Revenue Bonds

E Subcontractor Modification for BP-S00143 (GMP No 6-S1) with Kirlin Florida LLC for CR0450-6S1-RFI 1908 Exterior Domestic Cold-Water Piping InsulationMr Guirges presented the memorandum requesting approval for Hensel Phelps Construction (HPC) to issue a Subcontract Modification on BP-S00143 SouthTerminal C Phase 1 - Airside Terminal Structure and Enclosure (GMP No 6-S1) at the Orlando International Airport in the total deductive amount of($723000) to Kirlin Florida LLC for CR0450-6S1-RFI 1908 Exterior DomesticCold-Water Piping Insulation Bid Package for BP-S00143 2201 Plumbing has been previously awarded within GMP No 6S1 to Kirlin Florida LLC CC No2018052204H

HPC is requesting to issue a Subcontractor Modification to Kirlin Florida LLCin the total deductive Lump Sum amount of ($723000) for CR0450-6S1-RFI 1908Exterior Domestic Cold-Water Piping Insulation The modified scope of workconsists of the credits for replacing the 1-inch thick Cellular Glass insulation at exterior domestic cold-water piping with 1-inch thick Fiberglass insulation per RFI 1908 response

The approval of this Subcontractor Modification to Kirlin Florida LLC resolves all requests for cost and time resulting from RFI 1908

HPC has submitted documentation including the subcontractors 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

Minutes of the Construction Committee Meeting February 18 2020 Page 10 of 39

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

HPC to issue a subcontract modification to Kirlin Florida LLC in the deductive lump sum amount of $ (723000) Add to Owner Contingency $ 723000

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-S1) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is a 100 reduction in MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to KirlinFlorida LLC on BP-S00143 South Terminal C Phase 1 - Airside Terminal Structure and Enclosure (GMP No 6-S1) for the total deductive lump sumamount of ($723000) with funding credited to Passenger Facility Charges and General Airport Revenue Bonds

F Subcontractor Modifications for BP-S00143 (GMP No 6-S1) with Banker Steel Co LLC for CR0403-RFI 1604 Stair 161 and 162 Location and Stringer Support and CR0445-RFI 1703 Area 14 Soft Joint Support in Exterior Framing Clarification (CWA-BP-S143-007) Mr Guirges presented the memorandumrequesting approval for Hensel Phelps Construction (HPC) to issue SubcontractModifications on BP-S00143 South Terminal C Phase 1 - Airside Terminal Structure and Enclosure (GMP No 6-S1) at the Orlando International Airport in the total amount of $3449500 to Banker Steel Co LLC for CR0403-RFI1604 Stair 161 and 162 Location and Stringer Support and CR0445-RFI1703 Area 14Soft Joint Support in Exterior Framing Clarification (CWA-BP-S143-007) Bid Package for BP-S00143 0501 Structural Steel and Miscellaneous Metals has been previously awarded within GMP No 6-S1 to Banker Steel Co LLC CC No 20180410008

HPC is requesting to issue Subcontractor Modifications to Banker Steel Co LLC in the Lump Sum amounts of

1 $1531900 for CR0403-6S1-RFI 1604 Stair 161 and 162 Location andStringer Support The additional scope of work consists of necessarysteel members and stiffeners to support the stringer and allow installation of floor finish on the north edge of escalator pit 161 and on the south edge of escalator pit 162 per RFI 1604

2 $1917600 for CR0445-6S1-RFI 1703 Area 14 Soft Joint Support inExterior Framing Clarification The additional scope of work consistsof necessary steel members to support a soft joint for the exteriorframing in Area 14 per RFI 1703

The approval of these Subcontractor Modifications to Banker Steel Corp LLC resolves all requests for cost and time resulting from RFIs 1604 and 1703 scopes of work in GMP No 6-S1 Costs for Patching of Fireproofing and Insulation and Testing and Inspection if any will be submitted in a futureCR There are no cost impacts to GMP Nos 6-S 6-S2 6-S3 6-S4 6-S5 CR0445 closes out CWA-BP-S143-007

Minutes of the Construction Committee Meeting February 18 2020 Page 11 of 39

HPC has submitted documentation including the subcontractors 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 $ 3449500 Deduct from Owner Contingency $ (3449500)

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-S1) for this subcontract modification is Banker Steel Co LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue Subcontractor Modifications to Banker Steel Co LLC on BP-S00143 South Terminal C Phase 1 - Airside TerminalStructure and Enclosure (GMP No 6-S1) for the total lump sum amount of$3449500 with funding from Passenger Facility Charges and General AirportRevenue Bonds

G Subcontractor Modification for BP-S00144 (GMP No 6-S2) with Wal-Mark Contracting Group LLC for CR04152-6S2-RFIs 1667 and 16671 Ramp Level Overhang Framing and Insulation Mr Guirges presented the memorandum requesting approval for Hensel Phelps Construction (HPC) to issue a Subcontractor Modification on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes (GMP No 6-S2) at the Orlando International Airport in the total amount of $1841000 to Wal-Mark Contracting Group LLCfor CR04152-6S2-RFIs 1667 and 16671 Ramp Level Overhang Framing and Insulation Bid Package for BP-S144 0902 Framing and Drywall has been previously awarded within GMP No 6-S2 to Wal-Mark Contracting Group LLC CC No 20180605006

HPC is requesting to issue a Subcontractors Modification to Wal-Mark Contracting Group LLC in the total Lump Sum amount of $1841000 for CR04152-6S2-RFIs 1667 and 16671 Ramp Level Overhang Framing and Insulation The modified scope of work includes replacing the Smart Cl (Composite Insulation) system with conventional framing and batt insulation at the ramp level overhang per RFIs 1667 and 16671 response

The approval of this Subcontractor Modification to Wal-Mark Contracting GroupLLC resolves all requests for cost and time resulting from RFIs 1667 and 16671scope of work within GMP No 6-S2 Credits for the Ramp Level overhang metaldecking and composite insulation ldquoSmart Clrdquo were approved via CC 20191217003C Potential credit for the approximately 15250 SF of metal deck not installedin GMP No 6-S1 is being evaluated by the OAR and any cost for this creditwill be submitted in a future CR

HPC has submitted documentation including the subcontractors proposal tosupport this request An independent cost estimate is included By approving

Minutes of the Construction Committee Meeting February 18 2020 Page 12 of 39

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 Wal-Mark Contracting Group LLC in the lump sum amount of $ 1841000 Deduct from Owner Contingency $ (1841000)

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-S2) for this subcontract modification is Wal-Mark Contracting Group LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to Wal-MarkContracting Group LLC on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes (GMP No 6-S2) for the total lump sum amount of $1841000 with funding from Passenger Facility Charges and General Airport Revenue Bonds

H Subcontractor Modifications for BP-S00144 (GMP No 6-S2) with Wal-Mark Contracting Group LLC and Alpha Insulation and Waterproofing Inc forCR0449-6S2-RFI 18531 Roof Expansion Joint Framing at Parapet and CR04692-RFI 818 Series-Ramp Level Floor Fire Dampers without Floors Mr Guirges presented the memorandum requesting approval for Hensel Phelps Construction (HPC) to issue Subcontractor Modifications on BP-S00144 South Terminal CPhase 1 - Airside Enclosure and Exterior Finishes (GMP No 6-S2) at theOrlando International Airport in the total amount of $13070600 to Wal-Mark Contracting Group LLC and Alpha Insulation and Waterproofing Inc forCR0449-6S2-RFI 18531 Roof Expansion Joint Framing at Parapet and CR04692-RFI 818 Series-Ramp Level Floor Fire Dampers without Floors

Bid Package for BP-S00144 0902 Framing and Drywall has been previously awarded within GMP No 6-S2 to Wal-Mark Contracting Group LLC CC No20180605006

Bid Package for BP-S144 0701 Caulking and Waterproofing has been previously awarded within GMP No 6-S2 to Alpha Insulation and Waterproofing Inc CCNo 20180605006

HPC is requesting to issue the following Subcontractor Modifications

Wal-Mark Contracting Group LLC in the Lump Sum amount $3600600 for CR0449-6S2-RFI 18531 Roof Expansion Joint Framing at Parapet Themodified scope of work includes costs for the up-sized framing from 6-inch to 8-inch studs with additional plates at the expansion joint roof parapets in lieu of installing structural steel support per RFI 18531

Wal-Mark Contracting Group LLC in the Lump Sum amount $9237900 for CR04692-RFI 818 Series-Ramp Level Floor Fire Dampers without FloorsThe modified scope of work consists of additional framing and drywall

Minutes of the Construction Committee Meeting February 18 2020 Page 13 of 39

for the horizontal and vertical shaft enclosures in Areas 14 17 and 25only

Alpha Insulation and Waterproofing Inc in the Lump Sum amount of $232100 for CR04692-RFI 818 Series-Ramp Level Floor Fire Damperswithout Floors The modified scope of work adds firestopping to the wallshown on sheet Al3125 which changed to a 2-hours rated wall in Area 25

The approval of these Subcontractor Modifications to Wal-Mark ContractingGroup LLC and Alpha Insulation and Waterproofing Inc resolves all requests for costs resulting from the scopes of work in RFI 1853 series in GMP No 6-S2 and RFI 0818 series for Areas 14 17 and 25 only in GMP No 6-S2 Cost impacts to GMP No 6-S1 were submitted in CR04691-6S1-RFI 0818 Series-Ramp Level Floor Fire Dampers without Floors Cost impacts for Drawing Areas 1516 18 19 20 21 22 23 24 26 27 28 29 30 31 32 and 33 included inthe responses to RFI 0818 series if any will be submitted in a future CRThere are no cost impacts to GMP Nos 6-S 6-S3 6-S4 and 6-S5 HPC willsubmit TIA-079 requesting additional time associated with RFI 0818 seriesscope of work The OAR will evaluate TIA-079 and any time recommended to begranted will be submitted at a future CCM

HPC has submitted documentation including the subcontractors proposal tosupport their request An independent cost estimate is included

By approving this request the Owner does not waive its right to enforce thecontract 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 Wal-Mark Contracting Group LLC in the lump sum amount of $ 12838500 HPC to issue a subcontract modification to Alpha Insulation and Waterproofing Inc in the lump sum amount of $ 232100 Deduct from Owner Contingency $ (13070600)

Hensel Phelps Construction is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractors identified and committed to participate on BP-S00144 (GMP No 6-S2) for these subcontractor modifications are Wal-Mark Contracting LLC (Non-MWBELDBVBE) and Alpha Insulation and Waterproofing Inc (Non-MWBELDBVBE) There is no small business participation associated with these modifications

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue Subcontractor Modifications to Wal-MarkContracting Group LLC and Alpha Insulation and Waterproofing Inc on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes(GMP No 6-S2) for the total lump sum amount of $13070600 which includesthe lump sum amount of $12838500 to Wal-Mark Contracting Group LLC and the lump sum amount of $232100 to Alpha Insulation and Waterproofing Inc withfunding from Passenger Facility Charges and General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 14 of 39

I Subcontractor Modification for BP-S00144 (GMP No 6-S2) with Wal-Mark Contracting Group LLC for CR0458-6S2-RFI 1583 Gypsum Wallboard on EastExterior Wall (VE) Mr Guirges presented the memorandum requesting approval for Hensel Phelps Construction (HPC) to issue a Subcontractor Modification on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes(GMP No 6-S2) at the Orlando International Airport in the total deductiveamount of ($7689000) to Wal-Mark Contracting Group LLC for CR0458-6S2-RFI1583 Gypsum Wallboard on East Exterior Wall (VE) Bid Package for BP-S00144 0902 Framing and Drywall has been previously awarded within GMP No 6-S2 to Wal-Mark Contracting Group LLC CC No 20180605006

Hensel Phelps Construction is requesting to issue Subcontractors Modifications to Wal-Mark Contracting Group LLC in the total deductive Lump Sum amount of ($7689000) for CR0458-6S2-RFI 1583 Gypsum Wallboard on East Exterior WallContract Documents indicated an interior partition wall adjacent to an exterior wall system which also included a gypsum wallboard partition It was determined that the drywall associated with the exterior wall system could be deleted if inner curved partition could be extended to the deck The modified scope of work includes costs for the additional framing and drywall to extend the curved partition to the decking and includes credit for the deletion of the inner gypsum wallboard in Area 14 and Areas 25 through 32 of the North Airside Concourse per RFI 1583 and OAR responses

The approval of this Subcontractor Modification to Wal-Mark Contracting Group LLC resolves all requests for cost and time resulting from RFI 1583 scope ofwork

HPC has submitted documentation including the subcontractors 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 Wal-Mark Contracting Group LLC in the deductive lump sum amount of $ (7689000) Add to Owner Contingency $ 7689000

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-S2) for this subcontract modification is Wal-Mark Contracting Group LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to Wal-MarkContracting Group LLC on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes (GMP No 6-S2) for the total deductive lumpsum amount of ($7689000) with funding credited to Passenger Facility Charges and General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 15 of 39

J Subcontractor Modification for BP-S00146 (GMP No 7-S) with Banker Steel Co LLC for CR04721-LST-RFIs-2312 and 23121-Roof Stair 4x4 HSS Flashing 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 theOrlando International Airport in the total amount of $302500 to Banker Steel Co LLC for CR04721-LST-RFI-2312 and 23121-Roof Stair 4x4 HSS Flashing Bid Package 500 Structural Steel was previously awarded within GMP No 7-S to Banker Steel Co LLC CC No 20180313010

TKJV is proposing a subcontract modification to Banker Steel Co LLC in the total lump sum amount of $302500 for CR04721-LST-RFIs-2312 and 23121-RoofStair 4x4 HSS Flashing Previously approved CR0472 was based on RFI 2312 which included costs for supplemental steel to address flashing on the adjacent lower roofs and included two stair locations Each staircase revised in RFI 2312 included a set of staircases but CR 0472 only included costs for 2stairs The contractor requested clarification in RFI 23121 that the condition applied to all 4 stairs located at the lower roof which was confirmed Thescope of work in this request consists of all costs associated with the supplemental steel for the other 2 stairs

The approval of this subcontract modification to Banker Steel Co LLC resolves all requests for costs and time associated with LST RFI 23121

TKJV has submitted documentation including the subcontractors 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

Current GMP Line Item 6 value $ 137804300 TKJV to issue a subcontract modification to Banker Steel Co LLC in the lump sum amount of $ 302500 Deduct from Line Item 6 $ (302500) Remaining GMP Line Item 6 Value $ 137501800

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 Banker Steel Co LLC (Non-MWBELDBVBE) There is 825 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Banker Steel Co LLC on BP-S00146 South Terminal C Phase 1 - Landside Terminal Structure and Enclosure (GMP No 7-S) for the total lump sum amount of$302500 with funding from Passenger Facility Charges and General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 16 of 39

K Subcontractor Modification for BP-S00146 (GMP No 7-S) with Banker Steel Co LLC for CR0680-LST-RFI 29471-West Prow and Truss Deflection 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 theOrlando International Airport in the total amount of $3177200 to Banker Steel Co LLC for CR0680-LST-RFI 29471-West Prow and Truss Deflection Bid Package 500 Structural Steel was previously awarded within GMP No 7-S toBanker Steel Co LLC CC No 20180313010

TKJV is proposing a subcontract modification to Banker Steel Co LLC in the total lump sum amount of $3177200 for CR0680-LST-RFI 29471-West Prow and Truss Deflection Although the west prow structural steel deflections wereanticipated the deflected condition caused the sag rods and wind girts for the exterior wall in this area to be out of alignment with the exterior walland curtain wall systems RFI 29471 requested direction on bringing the sag rods and wind girts back into correct elevations The modified scope of work consists of changes to sag rod connections at the west prow revision of vertical location of sag rod connections and clips at GL L2 on Atrium HSSCross Truss as confirmed by RFI 29471

The approval of this subcontract modification to Banker Steel Co LLC resolves all requests for costs and time associated with LST RFIs 2947 and 29471

TKJV has submitted documentation including the subcontractors 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 Banker Steel Co LLC in the lump sum amount of $ 3177200 Current GMP No 7-S Line Item 6 Value $ 140981500 Deduct from Line Item $ (3177200) Remaining GMP No 7-S Line Item 6 Value $ 137804300

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 Banker Steel Co LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Banker Steel Co LLC on BP-S00146 South Terminal C Phase 1 - Landside Terminal Structure and Enclosure (GMP No 7-S) for the total lump sum amount of$3177200 with funding from General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 17 of 39

L Subcontractor Modifications for BP-S00147 (GMP No 7-S1) with MSE2 Inc dba Mader Southeast for CR05641-LST-Bulletin 23 Drywall-Backing and Framing for Added Devices CR0595-LST-Bulletin 32-Drywall and CR0599-LST-RFI 1980-Wall Type around Columns Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue Subcontract Modifications onBP-S00147 South Terminal C Phase 1 - Landside Terminal Remaining Structures and Systems (GMP No 7-S1) at the Orlando International Airport in the total amount of $834800 to MSE2 Inc dba Mader Southeast for CR05641-LST-Bulletin 23 Drywall-Backing and Framing for Added Devices CR0595-LST-Bulletin 32-Drywall and CR0599-LST-RFI 1980-Wall Type Around Columns at Area 9 Bid Package 910 Drywall and Framing was previously awarded within GMP No 7-S1 to MSE2 Inc dba Mader Southeast CC No 20181002009

TKJV is proposing the following subcontract modifications to MSE2 Inc dba Mader Southeast in the respective lump sum amounts of

1 $611700 for CR05641-LST-Bulletin 23 Drywall-Backing and Framing forAdded Devices The modified scope of work consists of additional backing and framing for devices and smoke dampers as per LST Bulletin 23

2 $294800 for CR0595-LST-Bulletin 32-Drywall The modified scope of work consists of additional costs for backing and blocking added signage as per LST Bulletin 32 revisions

3 ($71700) for CR0599-LST-RFI 1980-Wall Type Around Columns at Area 9 The modified scope of work consists of deletion of framing and drywall around columns at LST Area 9 Level 1 that were replaced with CMU perRFI 1980

The approval of these subcontract modifications to MSE2 Inc dba Mader Southeast resolves all requests for cost and time for

1 CR05641 with LST Bulletin 23 for Drywall in GMP No 7-S1 CR0564 for low voltage was submitted 10012019

2 CR0595 with LST Bulletin 32 for Drywall in GMP No 7-S1 There will beadditional costs forthcoming for signage in GMP No 7-S2 once the subcontract agreement is awarded There will be no costs for GMP No 7-S or GMP No 7-S3

3 CR0599 for all requests for cost and time associated with RFI 1980

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

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

TKJV to issue a subcontract modification to MSE2 Inc dba Mader Southeast in the lump sum amount of $ 611700 TKJV to issue a subcontract modification to MSE2 Inc dba Mader Southeast in the lump sum amount of $ 294800 TKJV to issue a subcontract modification to MSE2 Inc dba Mader Southeast in the lump sum amount of $ (71700) Deduct from PI Owner Contingency $ (587600) Deduct from P1X Owner Contingency $ (247200)

Minutes of the Construction Committee Meeting February 18 2020 Page 18 of 39

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-S1) for this subcontract modification is MSE2 Inc dba Mader Southeast (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue Subcontractor Modifications to MSE2 Inc dba Mader Southeast on BP-S00147 South Terminal C Phase 1 - LandsideTerminal Remaining Structures and Systems (GMP No 7-S1) for the total lumpsum amount of $834800 with funding from Passenger Facility Charges and General Airport Revenue Bonds

M Subcontractor Modifications for BP-S00150 (GMP No 9-S) with Skybuilders USA LLC for CR0362-PKG-Rental Extension Temporary Wall Protection Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando InternationalAirport in the total amount of $3903600 to Skybuilders USA LLC for CR0362-PKG-Rental Extension Temporary Wall Protection Bid Package 3100 Demolition was previously awarded within GMP No 9-S to Skybuilders USA LLC CC No 2017101016

TKJV is proposing a subcontract modification to Skybuilders USA LLC in thetotal lump sum amount of $3903600 for CR0362-PKG-Rental Extension TemporaryWall Protection he modified scope of work consists of all additional costsassociated with the rental extension of temporary wall protection for 8 months from October 18 2019 to June 20 2020 for 2478 LF of temporary panels 2195 LF of windscreen and 533 sandbags and rental extension for 4 months from February 20 2020 to June 20 2020 for 444 LF of temporary panels andwindscreen and 150 sandbags in various locations in the parking garage

The approval of this subcontract modification to Skybuilders USA LLC resolves all requests for costs and time resulting from the scope of work associated with CR0362

TKJV has submitted documentation including the subcontractors 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 Skybuilders USA LLC in the lump sum amount of $ 3903600 Deduct from CMAR Contingency $ (3903600)

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 Skybuilders USA LLC (MWBELDB) There is a 100 MWBE participation associated with this modification

Minutes of the Construction Committee Meeting February 18 2020 Page 19 of 39

Vice Chair Sharman asked if the completed eligibility was received for thisitem Ms Hinds answered yes

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Skybuilders USA LLC on BP-S00150 South Terminal C Phase 1 - Parking Facility- Phase 1 (GMP No 9-S) for the total lump sum amount of $3903600 with funding from Customer Facility Charges and General Airport Revenue Bonds

N Subcontractor Modification for BP-S00150 (GMP No 9-S) with Gulf Mechanical Contractors LLC for CR0492-PKG-RFI 1968-Electrical Room Door Size ChangesMr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando International Airport in the total amount of $167700 to Gulf Mechanical Contractors LLC for CR0492-PKG-RFI 1968 Series-Electrical Room Door SizeChanges Bid Package for 2200 Plumbing was previously awarded within GMPNo 9-S to Gulf Mechanical Contractors LLC CC No 20171010016

TKJV is proposing a subcontract modification to Gulf Mechanical ContractorsLLC in the total lump sum amount of $167700 for CR0492-PKG-RFI1968 Series-Electrical Room Door Size Changes The modified scope of work consists of all labor and material to trench and excavate reconfigured PVC pipes and fittingsrequired to accommodate a changed door opening dimension due to the responsefrom RFI 1968

The approval of this subcontract modification to Gulf Mechanical Contractors LLC resolves all requests for cost and time associated with RFI 1968 series for GMP No 9-S Remaining costs for RFI 1968 were previously submitted under GMP No 9-S1 as CR04921-PKG-RFI 1968-Electrical Room Door Size Changes

TKJV has submitted documentation including the subcontractors 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 cost or time

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

TKJV to issue subcontract modification to Gulf Mechanical Contractors LLC in the lump sum amount of $ 167700 Deduct from Owner Contingency $ (167700)

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 Gulf Mechanical Contractors LLC (Non-MWBELDBVBE) There is no small businessparticipation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Gulf

Minutes of the Construction Committee Meeting February 18 2020 Page 20 of 39

Mechanical Contractors LLC on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $167700 with funding from Customer Facility Charges and General Airport Revenue Bonds

O Subcontractor Modification for BP-S00150 (GMP No 9-S) with CCK ConstructionServices Inc for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU Mr Guirges presented the memorandum requesting approvalfor Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando International Airport in the total amount of $816800 to CCK Construction Services Inc for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU Bid Package 30 Concrete was previouslyawarded within GMP No 9-S to CCK Construction Services Inc CC No2017101016

TKJV is proposing a subcontract modification to CCK Construction ServicesInc in the total lump sum amount $816800 for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU The modified scope consists ofall materials and labor required for the additional footer and the Cast inPlace (CIP) tie beams as per RFI 1877

The approval of this subcontract modification resolves all requests for cost and time associated with RFI 1877 for GMP No 9-S Costs for Miscellaneous metals subcontractors will be submitted under CR 05531 for GMP No 9-S1

TKJV has submitted documentation including the subcontractors 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 CCK Construction Services Inc in the lump sum amount of $ 816800 Deduct from Owner Contingency $ (816800)

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 CCK Construction Services Inc (Non-MWBELDBVBE) There is 189 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to CCK Construction Services Inc on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $816800 with funding from Customer Facility Charges and General Airport Revenue Bonds

P Subcontract Award for BP-S00150 (GMP No 9-S) with Fine Tune Services LLC for CR0630-PKG-Rough and Final Cleaning Award Mr Guirges presented thememorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) toissue a Subcontract Award on BP-S00150 South Terminal C Phase 1 ParkingFacility - Phase 1 (GMP No 9-S) at the Orlando International Airport in thetotal amount of $15450000 to Fine Tune Enterprises Inc for CR0630-PKG-

Minutes of the Construction Committee Meeting February 18 2020 Page 21 of 39

Rough and Final Cleaning Award Bid Package for BP-S150 Parking FacilityPhase 1 was previously awarded to TKJV reference CC No 2017101016

TKJV is proposing a subcontract award for CR0630-PKG-Rough and Final Cleaning The scope of the award is for the cleaning of all concrete structures floorselevators and finished areas for the parking garage phase 2 in accordance with bid package 174 dated August 1 2019 and documents through PKG DSI 4 andCWS Bulletin 12 and as described in the Fine Tune Enterprises Inc proposal

The approval of this subcontract award to Fine Tune Enterprises Inc resolvesall costs associated with PKG Bid Package 174 and documents through DSI 4 andCWS Bulletin 12

TKJV has submitted documentation including the subcontractors 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 Subcontract Award for this project is as follows

TKJV to issue Subcontract Award to Fine Tune Enterprises Inc in the lump sum amount of $ 15450000 GMP Line Item 17 current balance $ (7500000) Deduct from P1 CMAR Contingency $ (6921000) Deduct from CWE CMAR Contingency $ (1029000) GMP Line Item 17 remaining balance $ 000

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 award is Fine Tune Enterprises Inc (MWBELDB) There is 100 MWBE participation associated with this award

Vice Chair Sharman asked if this request includes the cost for cleaning the canopies Mr Guirges stated that although the canopies are not installedyet this item includes final cleaning under the canopy area Ms Stockerl agreed that the estimate included the cost of final cleaning once the canopies are installed Vice Chair Sharman stated that funding is partially from the Campus Wide Improvements project Mr Ruohomaki stated that the funding sources can be re-evaluated if necessary Vice Chair Sharman agreed that the funding can be revised if needed

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontract Award to Fine Tune Enterprises Inc on BP-S00150 South Terminal C Phase 1 - Parking Facility- Phase 1 (GMP No 9-S) for the total lump sum amount of $15450000 withfunding from Customer Facility Charges and General Airport Revenue Bonds

Q Subcontractor Modification for BP-S00150 (GMP No 9-S) with CCK ConstructionServices Inc for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement 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 $156000 to CCK Construction

Minutes of the Construction Committee Meeting February 18 2020 Page 22 of 39

Services Inc for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement Bid Package 30 Concrete was previously awarded within GMP No 9-S to CCKConstruction Services Inc CC No 2017101016

TKJV is proposing a subcontract modification to CCK Construction ServicesInc in the total lump sum amount $156000 for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement The modified scope consists of additional laborand material to cut splice and adjust the promenade slab reinforcement

The approval of this subcontract modification resolves all requests for cost and time associated with PKG RFI 19851

TKJV has submitted documentation including the subcontractors 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 CCK Construction Services Incin the lump sum amount of $ 156000 Deduct from CMAR Contingency $ (156000)

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 CCK Construction Services Inc (Non-MWBELDBVBE) There is no small businessparticipation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to CCK Construction Services Inc on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $156000 with funding from Customer Facility Charges and General Airport Revenue Bonds

R Subcontractor Modification for BP-S00151 (GMP No 9-S1) with Quality Cable Contractors Inc for CR04301-PKG-Bulletin 10 and RFI 2690-Low Voltage Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00151 South Terminal C Phase 1 - Parking Facility Phase 2 (GMP No 9-S1) at the Orlando International Airport in the total amount of $5225700 to Quality Cable Contractors Inc for CR04301-PKG-Bulletin 10 and RFI 2690-Low Voltage Bid package 2800 Low Voltage Electrical was previously awarded within GMP No 9-S1 Parking Facility Phase 2 to Quality Cable Contractors Inc CC No2018092525A

TKJV) is proposing a subcontract modification to Quality Cable Contractors Inc in the total lump sum amount of $5225700 for CR04301-PKG-Bulletin 10and RFI 2690-Low Voltage The modified scope of work consists of additional materials labor and equipment for ten (10) additional access controls at PKGdoors and the credit associated with the blue phone and camera outletsrevisions per PKG Bulletin 10 and RFI 2690

Minutes of the Construction Committee Meeting February 18 2020 Page 23 of 39

The approval of this subcontract modifications to Quality Cable ContractorsInc resolves all requests for costs and time resulting from PKG Bulletin 10 and RFI 2690 for GMP No 9-S1 CR0430 was submitted for GMP No 9-S CC No20190910021 This request resolves all requests for cost and time for RFI2690 for Low Voltage costs for the hardware changes for Taylor Cotton amp Ridley Inc GMP No 9-S1 was submitted under CR0776

TKJV has submitted documentation including the subcontractors 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 award to Quality Cable Contractors Inc in the lump sum amount of $ 5225700 Deduct from Owner Contingency $ (5225700)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00151 (GMP No 9-S1) for this subcontractor modificationis Quality Cable Contractors Inc (MWBELDB) There is 100 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Quality Cable Contractors Inc on BP-S00151 South Terminal C Phase 1 - ParkingFacility Phase 2 (GMP No 9-S1) for the total lump sum amount of $5225700 with funding from Customer Facility Charges and General Airport Revenue Bonds

S Subcontractor Modification for BP-S00163 (GMP No 5-S5) with The Middlesex Corporation for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place (CIP)Rectangular Beam Canopy Anchor Bolt Locations Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) toissue a Subcontract Modification on BP-S00163 South Terminal C Phase 1 -EnplaneDeplane Bridge and Roadways Balance of Work - FDOT (GMP No 65-S5)at the Orlando International Airport in the total amount of $2295700 to The Middlesex Corporation for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place(CIP) Rectangular Beam Canopy Anchor Bolt Locations Bid Package 3400 EnplaneDeplane Bridge-Combined Piers and Piles was previously awarded within GMP No 5-S5 EnplaneDeplane Bridge and Roadways Balance of Work -FDOT to The Middlesex Corporation CC No 20180605007

TKJV is proposing a subcontract modification to The Middlesex Corporation in the total lump sum amount of $2295700 for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place (CIP) Rectangular Beam Canopy Anchor Bolt Locations The CIP beams were formed and rebar installed but were found to have a discrepancy between the LSC (Landside Civil) and LST (Landside Terminal) drawings with thecanopy anchor bolt locations RFI 3051 response confirmed that the proposed structural adjustment to drill and epoxy the rebar inside the limits of the CIP rectangular beam is acceptable RFI 30511 response confirmed that the proposed epoxy product is acceptable RFI 3249 response provided the details of alternative reinforcement at the canopy column locations The modifiedscope of work consists of all the labor material and equipment costs

Minutes of the Construction Committee Meeting February 18 2020 Page 24 of 39

associated with the relocation of the anchor bolts and the structural adjustments required as per the EOR responses to RFIs 3051 30511 and 3249

The approval of this subcontract modification to The Middlesex Corporationresolves all requests for cost and time resulting from RFIs 3051 30511 and3249

TKJV has submitted documentation including the subcontractors 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 $ 2295700 Deduct from Phase 1 CMAR Contingency $ (2295700)

Due to the funding source of this GMP No 5-S5 Turner-Kiewit Joint Ventureproposed a 20 DBE participation goal for Bid Package 3400 EnplaneDeplane Bridge and Roadways Balance of Work - FDOT in lieu of MWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by this modification The subcontractor identified and committed to participate on BP-S00163 (GMP No 5-S5) for this subcontract modification is The Middlesex Corporation(Non-DBE) There is no DBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to The Middlesex Corporation on BP-S00163 South Terminal C Phase 1 - EnplaneDeplane Bridge and Roadways Balance of Work - FDOT (GMP No 5-S5) for the total lumpsum amount of $2295700 with funding from Passenger Facility Charges

T Subcontractor Modification for BP-S00168 (GMP No 6-S4) with MC Dean Inc for CR03382-6S4 ASC RFI 1621 Emergency Communications System (ECS) Speakersndash Low Voltage Mr Guirges presented the memorandum requesting approval forHensel Phelps Construction (HPC) to issue Subcontract Modifications on BP-S00168 South Terminal C Phase 1 - Interior Finishes and Specialties (GMPNo 6-S4) at the Orlando International Airport in the total amount of $2102300 to MC Dean Inc for CR03382-6S4 ASC RFI1621 EmergencyCommunications System (ECS) Speakers - Low Voltage Bid Package BP-S168 2701ASC Low Voltage Systems was previously awarded within the GMP No 6-S4 toMC Dean Inc CC No 20181002010

HPC is requesting to issue a Subcontractor Modification to MC Dean Inc in the total Lump Sum amount of $2102300 for CR03382-6S4 ASC RFI 1621 Emergency Communications System (ECS) Speakers - Low Voltage The response to RFI 1621 provided updated Technology drawings and schedule showing the Low VoltageRequirements for the Type 4 Wall Mount Emergency Communications SystemsSpeakers in Transfer Level Areas 16 and 17 The modified scope of work consistsof the costs associated with the additional conduits and 1-port Cat 6 cables required to those speakers for the low voltage scope per RFI 1621 response and sketches

Minutes of the Construction Committee Meeting February 18 2020 Page 25 of 39

The approval of this Subcontractor Modification to MC Dean Inc resolves all requests for cost and time resulting from RFI 1621 in GMP No 6-S4 Cost impacts for Electrical work associated with RFI 1621 in GMP No 6-S2 will besubmitted via CR03381-6S2-0143 There is no cost impact for RFI 1621 in GMP Nos 6-S 6-S1 6-S3 6-S5 or 6-S6

HPC has submitted documentation including the subcontractors 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 MC Dean Inc in the lump sum amount of $ 2102300 Deduct from Owner Contingency $(2102300)

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-S4) for this subcontract modification is MC Dean Inc (Non-MWBELDBVBE) There is 835 MWBE participationassociated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue Subcontractor Modifications to MC Dean Inc on BP-S00168 South Terminal C Phase 1 - Interior Finishes andSpecialties (GMP No 6-S4) for the total lump sum amount of $2102300 with funding from Passenger Facility Charges and General Airport Revenue Bonds

U Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0609-LST-RFIs 2513 25131 and 25132-Sink type per Location Verification Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $295100 to Kirlin Florida LLC for CR0609-LST-RFIs 2513 25131 and 25132- Sink type per Location Verification Bid Package BP 2300 Plumbing andHVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $295100 for CR0609-LST-RFIs 2513 25131 and 25132- Sink type per Location Verification The modified scope of work consists ofall costs associated with the change in fixture specification for the AG Lab sink from the S-2 tag to a custom steel two-bay sink with two drain boards disposal cone washout spray vacuum breaker solenoid valve and piping as captured in RFI 2513 confirmation of custom sink model number per RFI 25131 and the confirmation of the disposal waste drain opening size in RFI 25132

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFIs 2513 25131 and 25132

TKJV has submitted documentation including the subcontractors proposal to support their request An independent cost estimate is included By approving

Minutes of the Construction Committee Meeting February 18 2020 Page 26 of 39

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 Kirlin Florida LLC in the lump sum amount of $ 295100 Deduct from Owner Contingency $ (295100)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $295100with funding from General Airport Revenue Bonds

V Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0621-LST-RFI 2544- Missing Civil Storm Pipe Correction Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the OrlandoInternational Airport in the total amount of $563200 to Kirlin Florida LLCfor CR0621-LST-RFI 2544-Missing Civil Storm Pipe Connection Bid Package BP 2300 Plumbing and HVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No 2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $563200 for CR0621-LST-RFI 2544-Missing Civil Storm Pipe Connection The modified scope of work consists of all additional costsassociated with a net add of underground plumbing piping to correspond withthe new civil design between L1 and L2 per RFI 2544

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 2544

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the lump sum amount of $ 563200 Deduct from P1 Owner Contingency $ (563200)

Minutes of the Construction Committee Meeting February 18 2020 Page 27 of 39

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $563200with funding from Passenger Facility Charges and General Airport Revenue Bonds

W Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0710-LST-RFI 1727-AC Humidifiers Missing Domestic Chilled Water (DCW) Piping Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $446500 to Kirlin Florida LLC for CR0710-LST-RFI 1727-AC Humidifiers Missing Domestic Chilled Water (DCW) Piping Bid Package BP 2300 ldquoPlumbing andHVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $446500 for CR0710-LST-RFI 1727-AC humidifiersmissing DCW pipe The modified scope of work consists of additional domesticcold-water connections and piping for the AC units with humidifiers

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 1727

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the lump sum amount of $ 446500 Deduct from CMAR Phase 1 Contingency $ (324700) Deduct from CMAR Phase 1X Contingency $ (121800)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Minutes of the Construction Committee Meeting February 18 2020 Page 28 of 39

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $446500with funding from Passenger Facility Charges and General Airport Revenue Bonds

X Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0753-LST-RFI 2368-Duct Blanket R-Value 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-S3) at the OrlandoInternational Airport in the total deductive amount of ($6747700) to Kirlin Florida LLC for CR0753-LST-RFI 2368-Duct Blanket R-Value Bid Package BP 2300 Plumbing and HVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No 2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal deductive lump sum amount of ($6747700) for CR0753-LST-RFI 2368-DuctBlanket R-Value The modified scope of work consists of all additions anddeductions associated with the use of a 233-inch-thick 34-lbcu mineralfiberglass blanket instead of the specified 2-inch thick 15-lbcu mineralfiberglass blanket on HVAC duct systems per RFI 2368

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 2368

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the deductive lump sum amount of $ (6747700) Add to P1 Owner Contingency $ 4907600 Add to P1X Owner Contingency $ 1840100

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-DBEMWBELDBVBE) There is a reduction of 100 DBE participationassociated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin

Minutes of the Construction Committee Meeting February 18 2020 Page 29 of 39

Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total deductive lump sum amount of($6747700) with funding credited to Passenger Facility Charges and GeneralAirport Revenue Bonds

Y Subcontractor Modifications for BP-S00173 (GMP No 7-S3) with MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Mr Guirges presented the memorandum requesting approval forTurner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $985400 to MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Bid Package BP 2600 Electrical waspreviously awarded within GMP No 7-S3 to MC Dean Inc CC No 2018100211

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $575400 for CR06161-LST RFI 2611-Missing PACSEnclosures RFI 2611 requested information regarding routing of PACS (Physical Access Control System) door panels to IDF rooms innear US Customs and Border Protection (CBP) spaces The modified scope of work consists of all labor material and equipment associated with the addition of power for (11) PACS enclosures as captured in RFI 2611

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $410000 for CR0692-LST-Bulletin 31-Electrical Themodified scope of work consists of all costs associated with the confirmed Electrical panel additions per new circuit descriptions andload updates

The approval of these subcontract modifications to MC Dean Inc as proposedin CR06161-LST RFI 2611-Missing PACS Enclosures resolves all requests forcosts and time associated with LST RFI 2611 for GMP No 7-S3 Electrical CR0616 CC No 20191217-3-1 resolved all cost and time for GMP No 7-S1 LowVoltage There will be no forthcoming CRs for RFI 2611

The approval of this subcontract modification as proposed to MC Dean inCR0692-LST-Bulletin 31-Electrical Inc resolves all requests for costs andtime associated with LST Bulletin 31 Electrical scope A CR for GMP No 7-S1Low voltage scope is forthcoming

TKJV has submitted documentation including the subcontractors 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 for CR06161 to MC Dean Inc in the lump sum amount of $ 575400 TKJV to issue a subcontract modification for CR0692 to MC Dean Inc in the lump sum amount of $ 410000 Deduct from PI Owner Contingency $ (985400)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on

Minutes of the Construction Committee Meeting February 18 2020 Page 30 of 39

BP-S00173 (GMP No 7-S3) for this subcontract modification is MC Dean Inc(Non-DBE) There is no small business participation associated with thismodification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue Subcontractor Modifications to MC Dean Inc on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $985400 withfunding from General Airport Revenue Bonds

Z Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0662-AFC-Power and Laydown Yard to QC Lab Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $2817800 to Kiewit Infrastructure South Cofor CR0662-AFC-Power and Laydown Yard to QC Lab Bid Package 34101 Site Electrical and Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $2817800 for CR0662-AFC-Power and Laydown Yard to QC Lab The scope of work consists of all labor material and equipmentrequired to install the power to the Quality Control (QC) lab located off Wiley Road from the Security Check Point and construct a lay-downparking areaat the QC lab and subsequently remove it when the lab is no longer needed The dimensions for the base material needed for the lay-downparking area are 50-foot by 50-foot next to the lab and 12-foot by 30-foot in front of the lab

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Power and Laydown Yard to QC Lab scope of work

TKJV has submitted documentation including the subcontractors 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 Kiewit Infrastructure South Co in the lump sum amount of $ 2817800 Deduct from P1 Owner Contingency $ (1551700) Deduct from P1X Owner Contingency $ (1266100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Minutes of the Construction Committee Meeting February 18 2020 Page 31 of 39

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $2817800 with fundingfrom General Airport Revenue Bonds

AA Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0672-AFC-Test Pit Remediation Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $6069900 to Kiewit Infrastructure South Co forCR0672-AFC-Asphalt Millings Shortage Bid Package 34101 Site Electricaland Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $6069900 for CR0672-AFC-Asphalt MillingsShortage The modified scope of work consists of all costs associated withasphalt milling RAP (Reclaimed Asphalt Pavement) for use on crane pads accessroad and pedestrian paths as tracked by the time and material (TampM) tickets

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Asphalt Millings Shortage

TKJV has submitted documentation including the subcontractors proposal to support their request An independent cost review 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 Kiewit Infrastructure South Co in the lump sum amount of $ 6069900 Deduct from P1 Owner Contingency $ (2724800) Deduct from P1X Owner Contingency $ (3345100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is 87 LDB participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $6069900 with fundingfrom General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 32 of 39

GENERAL

REQUEST FOR APPROVAL TO REIMBURSE THE HYATT FOR WORK PERFORMED DURING BP-00474HYATT REGENCY GUEST ROOMCORRIDOR RENOVATION AT THE ORLANDO INTERNATIONAL AIRPORT 4 Ms Grant presented the memorandum dated February 18 2020 along with aninvoice from Hyatt Regency dated September 30 2019 for BP-00474 Hyatt GuestRoomCorridor Renovation at the Orlando International Airport The invoice is to provide reimbursement for emergency work to clean the 7th Floor after a sprinkler activation repair cut phone lines in several rooms and clean rooms for turnover which was not completed by the General Contractor (GC) in time to turn over thoserooms

If approved this reimbursement would be effective February 18 2020

Ms Schneider asked if the contractor was back-billed for this Mr Ruohomaki answered no that this is a negotiated settlement Vice Chair Sharman stated that this was done to finish the renovations and open the areas earlier which was in the best interest of the Aviation Authority

Vice Chair Sharman asked if R W Block Consulting Inc had reviewed the invoiceand will sign-off on it Mr Kurek answered yes it will be signed

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve to Reimbursethe Hyatt Regency for Work performed during BP-00474 Hyatt Guest RoomCorridor Renovation for the total lump sum fee amount of $926994 with funding frompreviously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 107 TO THE CONTINUING PROGRAMAND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR A NO-COST STAFFING CHANGE FOR THE CONSTRUCTION PHASE OAR SERVICES FOR BP-00482 GATE E-50 AND CHECKPOINT CHARLIE DEVELOPMENT ATTHE ORLANDO INTERNATIONAL AIRPORT 5 Mr Sorondo presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 5 2020 for a No-Cost Staffing Change for the Construction Phase OAR Services forBP-00482 Gate E-50 and Checkpoint Charlie Development at the Orlando International Airport On September 24 2019 the Construction Committee approved Addendum No107 to the above-referenced agreement in the amount of $24677100 for ConstructionPhase OAR Services Since that time a no-cost staffing change is being requested to replace the JMATT Construction Services LLC Senior Inspector who is stillengaged on another project with an A2 Group Inc Inspector and a Geotech Consultants International Inc dba GCI Inc Senior Inspector as furthered described in the Consultantrsquos proposal

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contractrsquos MWBELDBVBE specifications and determined that the proposed no-cost staffing change includes a reduction to JMATT Construction Services LLC (MWBE)in the amount of ($5355000) and an add to A2 Group Inc (DBE) in the amount of$2100000 resulting in an overall 28 MWBE participation for this Addendum No 107 and Amendment Nos 1 and 2

Vice Chair Sharman asked if Geotech Consultants International Inc dba GCI Inc was switching subconsultants Mr Sorondo answered yes

Minutes of the Construction Committee Meeting February 18 2020 Page 33 of 39

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 107 to the Continuing Program and Project Management Services (OARPrime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for No-Cost Staffing Change for the Construction Phase OAR Services for BP-00482 Gate E-50 and Checkpoint Charlie Development there is no fiscal impact associatedwith this item

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN AMENDMENT TO PURCHASING CONTRACT 01-20 PERSONNEL SCREENING SERVICES WITH COVENANT AVIATION SECURITY AT THE ORLANDO INTERNATIONAL AIRPORT 6 Mr Shedek presented the memorandum dated February 18 2020 for Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC at the Orlando International Airport On January 7 2020 the Construction Committee approved Agenda Item No 11 for anAmendment to Purchasing Contract 01-20 Personnel Screening Services with CovenantAviation Security LLC for Personnel Screening Services on BP-00491 West Security Screening Checkpoint Expansion - Package 2 for a total not-to-exceed expense amountof $200000 with funding from project funds (ie previously-approved CapitalExpenditure Funds and General Airport Revenue Bonds) Since then it has been determined that these services will not be required

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC there is no fiscal impact associatedwith this item

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR E-00264 NORTH PARK PLACE LIGHT POLE REPLACEMENT AT THE ORLANDO INTERNATIONAL AIRPORT 7 Mr Graham presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for E-00264 North Park Place Light PoleReplacement at the Orlando International Airport The scope of the project is toremove and replace 49 parking lot light poles located in the North Park Place parkinglot re-install the existing light fixtures and provide ancillary replacement parts as necessary at the Orlando International Airport

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 42 MWBE participation on this Addendum

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for E-00264 North Park Place Light Pole Replacement for the total not-to-exceed fee amount of $2396100 with funding from previously-approved Discretionary Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 34 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE TICKET LOBBY MODIFICATIONS ANDIMPROVEMENTS AGREEMENT WITH CT HSU amp ASSOCIATES PA FOR CONSTRUCTION ADMINISTRATION SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 8 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from CT Hsu amp Associates PA dated January 30 2020 to provide Construction Administration Services for V-00906 West Checkpoint Video Walls a the Orlando International Airport Services will include CA services shop drawing review and coordination for the installation of the four LED video walls under the Chilirsquos Restaurant at the West Security Checkpoint A and B Sides

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that CT Hsu ampAssociates PA proposes 604 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Ticket Lobby Modifications and Improvements Agreement with CT Hsuamp Associates PA for Construction Administration Services for V-00906 West Checkpoint Video Walls for the total amount of $5624000 which includes the not-to-exceed fee amount of $5511700 and the not-to-exceed reimbursable expense amount of $112300 with funding from previously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 9 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for the above referenced project This project provides two large and two small Video Walls in the West Checkpoint area ofthe Great Hall on Landside Level 3

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 694 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for Construction Phase OAR Services for V-00906 West Checkpoint Video Walls for the total not-to-exceed fee amount of $4771500 with funding from previously-approved Capital Expenditure Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 35 of 39

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 19 TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT (OAR PRIME ENTITY) SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC TO PROVIDE ADDITIONAL CONSTRUCTION PHASE OAR SERVICES FOR V-00933 PODS A AND B FLOOR REPAIR AT THE ORLANDO INTERNATIONAL AIRPORT 10 Mr Willems presented the memorandum dated February 18 2020 along with aproposal from AECOM Technical Services Inc dated January 23 2020 to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair at the Orlando International Airport On November 19 2019 the Construction Committee approved Addendum No 19 in the amount of $714400 to the above-referencedagreement Since that time it has been determined that additional Construction Phase OAR Services are required as furthered described in the Consultantrsquos proposal dated January 23 2020

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the required services AECOM Technical Services Inc does not propose any MWBE LDB or VBE participation on this Amendment

Mr Patterson asked if this work will be ending next week Mr Willems answered yes

Mr Patterson stated that the timing of the work needed to be coordinated withOperations to avoid the holiday rush Mr Ruohomaki stated that due to these timingissues the OAR (AECOM Technical Services Inc) needs additional time to continue providing OAR Services on the project through close-out

Vice Chair Sharman asked if RW Block Consulting Inc had any outstanding issues with this request Ms Rainey responded that a change order on V-00933 requestinga time extension has not been received Mr Willems stated that the Contractor has not yet requested additional time but that a change order can be submitted to asubsequent Construction Committee Meeting Vice Chair Sharman asked if RW Block Consulting Inc would be amenable to this request once the change order is receivedMs Rainey answered yes [Subsequent to the Construction Committee meeting following review by the Contractor and OAR it was determined that a time extension change order would not be required RW Block Consulting Inc finds this item acceptable]

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 19 to the Continuing Program and Project Management (OAR Prime Entity) Services Agreement with AECOM Technical Services Inc to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair for thetotal not-to-exceed fee amount of $676800 with funding from previously-approvedOperation and Maintenance Funds

REQUEST FOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH HW DAVIS CONSTRUCTION INC FORV-00957 REPAIR SUB-CANOPIES LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 11 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from HW Davis Construction Inc dated October 23 2019 for V-00957Repair Sub-Canopies Level 3 A and B Enplane Drive at the Orlando InternationalAirport Project scope is to provide all labor equipment and materials to fabricatedeliver and install new fabric cover strips at diagonal steel braces at the sub-canopies rain protection covers at nine canopy locations and repair two separatedcable pockets at Canopy Nos 6 and 16 at the Orlando International Airport The duration of the project is 30 calendar days for Substantial Completion and 30

Minutes of the Construction Committee Meeting February 18 2020 Page 36 of 39

calendar days for Final Completion with a contemplated Notice to Proceed (NTP) date of February 24 2020

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that due to the limited scope of the required services HW Davis Construction Inc does notpropose any MWBELDBVBE participation on this Job Order Construction Services Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve a JobOrder Construction Services Addendum to the Continuing Vertical Construction Services Agreement with HW Davis Construction Inc for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total direct-negotiated amount of $3573300 andwaive the requirement for Performance and Payment Bonds with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR V-00957 REPAIR SUB-CANOPIES AT LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 12 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated January 31 2020 is to provide Construction Phase OAR Services on the above-referenced project

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the services to be provided Geotech Consultants International Inc dba GCI Inc does not propose any MWBELDBVBE participation on this Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total not-to-exceed fee amount of $290700 with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH GOMEZ CONSTRUCTION COMPANY FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) AT THE ORLANDO INTERNATIONAL AIRPORT 13 This item was deferred

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) ATTHE ORLANDO INTERNATIONAL AIRPORT 14 This item was deferred

Minutes of the Construction Committee Meeting February 18 2020 Page 37 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING ENVIRONMENTAL ENGINEERING CONSULTANT SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC FOR INSTALLATIONOF NEW MONITORING WELLS IMPLEMENTATION OF ONE SEMI-ANNUAL POST-ACTIVE REMEDIATIONMONITORING (PARM) AND PREPARATION OF ONE PARM REPORT AT THE FORMER DAYRON FACILITYFOR W-00072 OEA REMEDIATION OF DAYRON PLUME AT THE ORLANDO EXECUTIVE AIRPORT 15 Mr Carrington presented the memorandum dated February 18 2020 along with a proposal from AECOM Technical Services Inc dated February 10 2020 to provide for the installation of eleven new monitoring wells implementation of one semi-annual groundwater Post-Active Remediation Monitoring (PARM) and the preparation and submission of one PARM report at the former Dayron Facility at the OrlandoExecutive Airport The one semi-annual PARM monitoring event to be performed in late March or early April 2020

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that AECOM Technical Services Inc proposes 331 MWBE and 80 LDB participation on this Addendum

Mr Ruohomaki asked if this was in pursuit of a NFA designation (No Further Action)Mr Carrington answered yes

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve an Addendum to the Continuing Environmental Engineering Consultant Services Agreement with AECOMTechnical Services Inc for Installation of New Monitoring Wells Implementation of One Semi-Annual Post-Active Remediation Monitoring (PARM) and Preparation of One PARM Report at the Former Dayron Facility for W-00072 OEA Remediation of DayronPlume at the Orlando Executive Airport for the total amount of $7150000 which includes the not-to-exceed fee amount of $4112700 and the not-to-exceed reimbursable expense amount of $3037300 with funding from OEA Environmental Liability Funds

REQUEST FOR RECOMMENDATION OF APPROVAL OF NO-COST ADDENDA TO THE CONTINUING TRANSPORTATION PLANNING CONSULTING SERVICES AGREEMENTS TO EXERCISE THE SECOND AND FINAL ONE-YEAR RENEWAL OPTION 16 Ms Anderson presented the memorandum dated February 18 2020 requesting the recommendation of approval of No-Cost Addenda to the Continuing Transportation Planning Consulting Services Agreements to exercise the second and final one-year renewal option In June 2016 the Aviation Authority Board approved ContinuingTransportation Planning Consulting Services Agreement with the below firms Theprovisions in the agreement include a base three-year term with two subsequent optional one-year renewal periods upon mutual agreement of the parties

Each firmrsquos first one-year renewal expires as follows

Firm Expiration Date HNTB Corporation July 26 2020 HDR Engineering Inc September 12 2020

In order to maintain these services on an as-needed basis for routine operations staff requires the services of the above-referenced firms The firms were requested to provide their concurrence to exercise the second and final one-year renewal option

Upon motion of Mr Patterson second by Mr Hunt vote carried to recommend to theAviation Authority Board approval of No-Cost Addenda to the Continuing Transportation

Minutes of the Construction Committee Meeting February 18 2020 Page 38 of 39

Planning Consulting Services Agreements to Exercise the Second and Final One-Year Renewal Option there is no fiscal impact associated with this item

REQUEST FOR APPROVAL OF CONTRACTORrsquoS FINAL PAYMENT TO HL PRUITT CORPORATION FOR E-00212 INVENTORY AND MARKING OF AIRFIELD LIGHTING AT THE ORLANDO INTERNATIONALAIRPORT 17 Mr Patterson presented the memorandum dated February 18 2020 requesting the Contractorrsquos Final Payment to HL Pruitt Corporation for E-00212 Inventory andMarking of Airfield Lighting at the Orlando International Airport The Construction Contract for the referenced project has been completed and all issues involving the Contractor have been addressed and resolved

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve theContractorrsquos Final Payment Authorization to HL Pruitt Corporation for E-00212Inventory and marking of Airfield Lighting at the Orlando International Airport

INFORMATION ITEMS

18 The following items were presented for information only

A Field Change Order (FCO) Log

B Revised Supporting Documentation for Change Order PS-00329-11 Parking Access and Revenue Control System (PARCS) Replacement at The OrlandoInternational Airport [From Construction Committee on July 30 2019 ItemNo 1-F] [The Construction Committee determined that this information item should be converted to an action item and it was motioned with Item No 2-B]

C Revised Coversheet for Hensel Phelps Construction to issue a SubcontractModification to Inland Construction and Engineering Inc for BP-S00144South Terminal C Phase 1 - Airside Enclosure amp Exterior Finishes (GMPNo 6-S2) at The Orlando International Airport [From ConstructionCommittee on November 26 2019 Item No 2-D]

D Additional Supporting Documentation for Request for Recommendation ofApproval of an Amendment to Addendum No 7 to the Construction Management at Risk (CMR) Entity Services for the South Terminal C Phase 1 (STC-P1)Agreement with Turner-Kiewit Joint Venture for BP-S00150 South TerminalC Phase 1 ndash Parking Facility (GMP 9-S) at The Orlando International Airport [From Construction Committee on December 17 2019 Item No 5]

E Revised Coversheet for Request for Approval of an Addendum to the Technology and Multi-Media Specialty Engineer for the South Terminal CPhase 1 Agreement with Burns Engineering Inc for Design Services related to Customs Border and Patrol (CBP) final review for W-S00113 South Terminal C Phase 1 ndash Experiential Media Environment (EME) at The OrlandoInternational Airport [From Construction Committee on February 4 2020Item No 10]

F Office of Small Business Participation Memorandum for the Request forRecommendation of Approval of the FFampE and IT Estimate Procurement Plan and Process for Updating the Construction Committee for W-S00145 SouthTerminal C Phase 1 and Phase 1X (STC-P1 and P1X) Owner Furnished FFampE and IT Items at The Orlando International Airport [From ConstructionCommittee on February 4 2020 Item No 11]

______________________________

Minutes of the Construction Committee Meeting February 18 2020 Page 39 of 39

ADJOURNMENT

19 There being no further business for discussion the meeting was adjourned at 910 am

Kathleen Sharman Vice Chair Construction Committee Chief Financial Officer

Page 6: On TUESDAY, FEBRUARY 18, 2020 , the CONSTRUCTION … · Mike Patterson, Director of Construction . Gary Hunt, Director of Maintenance . ... Steve Pue, GOAA Maintenance . Vendla Davermann,

Minutes of the Construction Committee Meeting February 18 2020 Page 6 of 39

main changes deleted fiber optic duct bank rerouted Generators A and B DuctBank rerouted OUC duct bank and deleted fiber optic manhole as captured in the LSC Bulletin 17 Utility changes

The approval of this subcontract modification to The Middlesex Corporationresolves all requests for costs and time associated with LSC Bulletin 17utility changes Time and costs associated with primary power duct bank changes that impact GMP No 5-S2 will be resolved in CR0489 Time and costs associatedwith LSC Bulletin 17 for GMP No 5-S6 will be resolved in GMP No 5-S6 Amendment Nos 1 and 2

TKJV has submitted documentation including the subcontractors 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 award to The Middlesex Corporation in the deductive lump sum amount of $ (702200) Add to PI Owner Contingency $ 702200

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00139 (GMP No 5-S2) for this subcontract modification is The Middlesex Corporation (Non-MWBELDBVBE) This modification is comprisedof a deduct to Transportation Systems Inc (LDB) in the amount of ($4198194)and an add to RCS Civil Inc (MWBE) in the amount of $2862435 and LampSDiversified Inc (LDB) in the amount of $210000 This modification results in a net deduct of ($3988200) to LDB participation and a net add of $2862450to MWBE participation

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to The Middlesex Corporation on BP-S00139 South Terminal C Phase 1 - Landside Civil(GMP No 5-S2) for the total deductive lump sum amount of ($702200) with funding credited to Customer Facility Charges and General Airport RevenueBonds

B Subcontractor Modification for BP-S00139 (GMP No 5-S2) with The Middlesex Corporation for CR0604-LSC-Fire Riser Scope Gap at the Landside Terminal Building Mr Guirges presented the memorandum requesting approval forTurner-Kiewit Joint Venture (TKJV) to issue a Subcontractor Modification on BP-S00139 South Terminal C Phase 1 - Landside Civil (GMP No 5-S2) at theOrlando International Airport in the total amount of $868100 to The Middlesex Corporation for CR0604-LSC-Fire Riser Scope Gap at the LandsideTerminal Building Bid Package 3100 Sitework was previously awarded within GMP No 5-S2 to The Middlesex Corporation CC No 2018050405A

TKJV is proposing a subcontract modification to The Middlesex Corporation in the total lump sum amount of $868100 for the Landside Terminal Building The Bid Package for GMP No 5-S2 (LSC) did not include any LST Fire ProtectionDrawings those which stated that the Fire Protection SOW begins 12-inches above finish floor from the fire riser For that reason The Middlesex

Minutes of the Construction Committee Meeting February 18 2020 Page 7 of 39

Corporation will extend the fire protection water main to meet the LST Buildingfire riser The modified scope of work consists of the costs associated withthe additional 10-inch (8-foot x 6-foot) fire riser and credits associated with the deleted 10-inch pipe reducer per LSC Civil drawings and LST FireProtection Drawings

The approval of this subcontract modification to The Middlesex Corporationresolves all requests for costs and time associated with CR0604-LSC-Fire Riser Scope Gap

TKJV has submitted documentation including the subcontractors 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 award to The Middlesex Corporation in the lump sum amount of $ 868100 Deduct from P1 CMAR Contingency $ (868100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00139 (GMP No 5-S2) for this subcontract modification is The Middlesex Corporation (Non-MWBELDBVBE) There is 82 MWBE and 14 LDB participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to The Middlesex Corporation on BP-S00139 South Terminal C Phase 1 - Landside Civil(GMP No 5-S2) for the total lump sum amount of $868100 with funding fromCustomer Facility Charges and General Airport Revenue Bonds

C Subcontractor Modification for BP-S00143 (GMP No 6-S1) with ECS Florida LLC for CR0321-6S1 ECS Testing Budget Adjustment Mr Guirges presented the memorandum requesting approval for Hensel Phelps Construction (HPC) to issuea Subcontractor Modification on BP-S00143 South Terminal C Phase 1 - AirsideTerminal Structure and Enclosure (GMP No 6-S1) at the Orlando International Airport in the total amount of $20382400 to ECS Florida LLC for CR0321-6S1 ECS Testing Budget Adjustment BP 0304 Building Concrete Precast andMasonry TestingInspection has been previously awarded within GMP No 6-S1to ECS Florida LLC CC No 2018072403G

HPC is requesting to issue a Subcontractor Modification to ECS Florida LLCin the total not-to-exceed amount of $20382400 for CR0321-6S1 ECS Testing Budget Adjustment ECS Florida LLC was previously awarded a Not-to-Exceed(NTE) subcontract on July 24 2018 Subsequent to this award a set of acceptable rates was established to align testing rates across the projects to be consistent This request is for the variance in costs from the awardedunit rates to the allowable billable unit rates (ie the established Program-Wide rates for Quality Control Testing) for the base bid quantity of laborhours and quality control tests included in the ECS initial award

Minutes of the Construction Committee Meeting February 18 2020 Page 8 of 39

The approval of this Subcontractor Modification to ECS Florida LLC resolves all requests for cost and time associated with the ECS Testing BudgetAdjustment in GMP No 6-S1 Costs for the additional Structural Steel andBuilding Envelope TestingInspection were approved in CC No 2019121703B

HPC has submitted documentation including the subcontractors proposal tosupport this request By approving this request the Owner does not waive its right to enforce the contract requirements for other requests for cost ortime

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

HPC to issue a subcontract modification to ECS Florida LLC in the not-to-exceed amount of $ 20382400 Deduct from Owner Contingency $ (20382400)

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-S1) for this subcontract modification is ECS Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to ECSFlorida LLC on BP-S00143 South Terminal C Phase 1 - Airside Terminal Structure and Enclosure (GMP No 6-S1) for the total not-to-exceed amount of $20382400 with funding from Passenger Facility Charges and GeneralAirport Revenue Bonds

D Subcontractor Modification for BP-S00143 (GMP No 6-S1) with TampT Constructionof Central Fla Inc for CR0434-6S1-RFI 1714 Flowable Fill Placement for HubArea H3 Slab-on-Grade (SOG) Mr Guirges presented the memorandum requesting approval 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-S1) at the Orlando International Airport in the total amount of $1616300 to TampT Construction of Central Fla Inc for CR0434-6S1-RFI 1714 Flowable Fill Placement for Hub Area H3 Slab-on-Grade (SOG) Bid Package 0302 Building Concrete has been previously awarded within GMP No 6-S1 to TampT Construction of Central Fla Inc CC No201800410008

HPC is requesting to issue a Subcontractor Modification to TampT Construction of Central Fla Inc in the total Lump Sum amount of $1616300 for CR0434-6S1-RFI 1714 Flowable Fill Placement for Hub Area H3 Slab-on-Grade (SOG) Theadditional scope of work consists of the costs associated with the additionallabor material and equipment required to place the approved flowable fill mixture underneath the design elevation for the Slab-on-Grade placement and concrete for the thickened edge perimeter in the Airside Concourse Hub AreaH3 per RFI 1714

The approval of this Subcontractor Modification to TampT Construction of Central Fla Inc resolves all requests for cost and time resulting from RFI 1714Flowable Fill Placement for Hub Area H3 Slab-on-Grade (SOG) Costs for testingand inspection if any will be submitted via future CR

Minutes of the Construction Committee Meeting February 18 2020 Page 9 of 39

HPC has submitted documentation including the subcontractors 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 TampT Construction of Central Fla Inc in the lump sum amount of $ 1616300 Deduct from CMAR Contingency $ (1616300)

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-S1) for this subcontract modification is TampT Construction of Central Fla Inc (MWBE) There is 966 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to TampTConstruction of Central Fla Inc on BP-S00143 South Terminal C Phase 1 - Airside Terminal Structure and Enclosure (GMP No 6-S1) for the total lumpsum amount of $1616300 with funding from General Airport Revenue Bonds

E Subcontractor Modification for BP-S00143 (GMP No 6-S1) with Kirlin Florida LLC for CR0450-6S1-RFI 1908 Exterior Domestic Cold-Water Piping InsulationMr Guirges presented the memorandum requesting approval for Hensel Phelps Construction (HPC) to issue a Subcontract Modification on BP-S00143 SouthTerminal C Phase 1 - Airside Terminal Structure and Enclosure (GMP No 6-S1) at the Orlando International Airport in the total deductive amount of($723000) to Kirlin Florida LLC for CR0450-6S1-RFI 1908 Exterior DomesticCold-Water Piping Insulation Bid Package for BP-S00143 2201 Plumbing has been previously awarded within GMP No 6S1 to Kirlin Florida LLC CC No2018052204H

HPC is requesting to issue a Subcontractor Modification to Kirlin Florida LLCin the total deductive Lump Sum amount of ($723000) for CR0450-6S1-RFI 1908Exterior Domestic Cold-Water Piping Insulation The modified scope of workconsists of the credits for replacing the 1-inch thick Cellular Glass insulation at exterior domestic cold-water piping with 1-inch thick Fiberglass insulation per RFI 1908 response

The approval of this Subcontractor Modification to Kirlin Florida LLC resolves all requests for cost and time resulting from RFI 1908

HPC has submitted documentation including the subcontractors 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

Minutes of the Construction Committee Meeting February 18 2020 Page 10 of 39

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

HPC to issue a subcontract modification to Kirlin Florida LLC in the deductive lump sum amount of $ (723000) Add to Owner Contingency $ 723000

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-S1) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is a 100 reduction in MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to KirlinFlorida LLC on BP-S00143 South Terminal C Phase 1 - Airside Terminal Structure and Enclosure (GMP No 6-S1) for the total deductive lump sumamount of ($723000) with funding credited to Passenger Facility Charges and General Airport Revenue Bonds

F Subcontractor Modifications for BP-S00143 (GMP No 6-S1) with Banker Steel Co LLC for CR0403-RFI 1604 Stair 161 and 162 Location and Stringer Support and CR0445-RFI 1703 Area 14 Soft Joint Support in Exterior Framing Clarification (CWA-BP-S143-007) Mr Guirges presented the memorandumrequesting approval for Hensel Phelps Construction (HPC) to issue SubcontractModifications on BP-S00143 South Terminal C Phase 1 - Airside Terminal Structure and Enclosure (GMP No 6-S1) at the Orlando International Airport in the total amount of $3449500 to Banker Steel Co LLC for CR0403-RFI1604 Stair 161 and 162 Location and Stringer Support and CR0445-RFI1703 Area 14Soft Joint Support in Exterior Framing Clarification (CWA-BP-S143-007) Bid Package for BP-S00143 0501 Structural Steel and Miscellaneous Metals has been previously awarded within GMP No 6-S1 to Banker Steel Co LLC CC No 20180410008

HPC is requesting to issue Subcontractor Modifications to Banker Steel Co LLC in the Lump Sum amounts of

1 $1531900 for CR0403-6S1-RFI 1604 Stair 161 and 162 Location andStringer Support The additional scope of work consists of necessarysteel members and stiffeners to support the stringer and allow installation of floor finish on the north edge of escalator pit 161 and on the south edge of escalator pit 162 per RFI 1604

2 $1917600 for CR0445-6S1-RFI 1703 Area 14 Soft Joint Support inExterior Framing Clarification The additional scope of work consistsof necessary steel members to support a soft joint for the exteriorframing in Area 14 per RFI 1703

The approval of these Subcontractor Modifications to Banker Steel Corp LLC resolves all requests for cost and time resulting from RFIs 1604 and 1703 scopes of work in GMP No 6-S1 Costs for Patching of Fireproofing and Insulation and Testing and Inspection if any will be submitted in a futureCR There are no cost impacts to GMP Nos 6-S 6-S2 6-S3 6-S4 6-S5 CR0445 closes out CWA-BP-S143-007

Minutes of the Construction Committee Meeting February 18 2020 Page 11 of 39

HPC has submitted documentation including the subcontractors 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 $ 3449500 Deduct from Owner Contingency $ (3449500)

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-S1) for this subcontract modification is Banker Steel Co LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue Subcontractor Modifications to Banker Steel Co LLC on BP-S00143 South Terminal C Phase 1 - Airside TerminalStructure and Enclosure (GMP No 6-S1) for the total lump sum amount of$3449500 with funding from Passenger Facility Charges and General AirportRevenue Bonds

G Subcontractor Modification for BP-S00144 (GMP No 6-S2) with Wal-Mark Contracting Group LLC for CR04152-6S2-RFIs 1667 and 16671 Ramp Level Overhang Framing and Insulation Mr Guirges presented the memorandum requesting approval for Hensel Phelps Construction (HPC) to issue a Subcontractor Modification on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes (GMP No 6-S2) at the Orlando International Airport in the total amount of $1841000 to Wal-Mark Contracting Group LLCfor CR04152-6S2-RFIs 1667 and 16671 Ramp Level Overhang Framing and Insulation Bid Package for BP-S144 0902 Framing and Drywall has been previously awarded within GMP No 6-S2 to Wal-Mark Contracting Group LLC CC No 20180605006

HPC is requesting to issue a Subcontractors Modification to Wal-Mark Contracting Group LLC in the total Lump Sum amount of $1841000 for CR04152-6S2-RFIs 1667 and 16671 Ramp Level Overhang Framing and Insulation The modified scope of work includes replacing the Smart Cl (Composite Insulation) system with conventional framing and batt insulation at the ramp level overhang per RFIs 1667 and 16671 response

The approval of this Subcontractor Modification to Wal-Mark Contracting GroupLLC resolves all requests for cost and time resulting from RFIs 1667 and 16671scope of work within GMP No 6-S2 Credits for the Ramp Level overhang metaldecking and composite insulation ldquoSmart Clrdquo were approved via CC 20191217003C Potential credit for the approximately 15250 SF of metal deck not installedin GMP No 6-S1 is being evaluated by the OAR and any cost for this creditwill be submitted in a future CR

HPC has submitted documentation including the subcontractors proposal tosupport this request An independent cost estimate is included By approving

Minutes of the Construction Committee Meeting February 18 2020 Page 12 of 39

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 Wal-Mark Contracting Group LLC in the lump sum amount of $ 1841000 Deduct from Owner Contingency $ (1841000)

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-S2) for this subcontract modification is Wal-Mark Contracting Group LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to Wal-MarkContracting Group LLC on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes (GMP No 6-S2) for the total lump sum amount of $1841000 with funding from Passenger Facility Charges and General Airport Revenue Bonds

H Subcontractor Modifications for BP-S00144 (GMP No 6-S2) with Wal-Mark Contracting Group LLC and Alpha Insulation and Waterproofing Inc forCR0449-6S2-RFI 18531 Roof Expansion Joint Framing at Parapet and CR04692-RFI 818 Series-Ramp Level Floor Fire Dampers without Floors Mr Guirges presented the memorandum requesting approval for Hensel Phelps Construction (HPC) to issue Subcontractor Modifications on BP-S00144 South Terminal CPhase 1 - Airside Enclosure and Exterior Finishes (GMP No 6-S2) at theOrlando International Airport in the total amount of $13070600 to Wal-Mark Contracting Group LLC and Alpha Insulation and Waterproofing Inc forCR0449-6S2-RFI 18531 Roof Expansion Joint Framing at Parapet and CR04692-RFI 818 Series-Ramp Level Floor Fire Dampers without Floors

Bid Package for BP-S00144 0902 Framing and Drywall has been previously awarded within GMP No 6-S2 to Wal-Mark Contracting Group LLC CC No20180605006

Bid Package for BP-S144 0701 Caulking and Waterproofing has been previously awarded within GMP No 6-S2 to Alpha Insulation and Waterproofing Inc CCNo 20180605006

HPC is requesting to issue the following Subcontractor Modifications

Wal-Mark Contracting Group LLC in the Lump Sum amount $3600600 for CR0449-6S2-RFI 18531 Roof Expansion Joint Framing at Parapet Themodified scope of work includes costs for the up-sized framing from 6-inch to 8-inch studs with additional plates at the expansion joint roof parapets in lieu of installing structural steel support per RFI 18531

Wal-Mark Contracting Group LLC in the Lump Sum amount $9237900 for CR04692-RFI 818 Series-Ramp Level Floor Fire Dampers without FloorsThe modified scope of work consists of additional framing and drywall

Minutes of the Construction Committee Meeting February 18 2020 Page 13 of 39

for the horizontal and vertical shaft enclosures in Areas 14 17 and 25only

Alpha Insulation and Waterproofing Inc in the Lump Sum amount of $232100 for CR04692-RFI 818 Series-Ramp Level Floor Fire Damperswithout Floors The modified scope of work adds firestopping to the wallshown on sheet Al3125 which changed to a 2-hours rated wall in Area 25

The approval of these Subcontractor Modifications to Wal-Mark ContractingGroup LLC and Alpha Insulation and Waterproofing Inc resolves all requests for costs resulting from the scopes of work in RFI 1853 series in GMP No 6-S2 and RFI 0818 series for Areas 14 17 and 25 only in GMP No 6-S2 Cost impacts to GMP No 6-S1 were submitted in CR04691-6S1-RFI 0818 Series-Ramp Level Floor Fire Dampers without Floors Cost impacts for Drawing Areas 1516 18 19 20 21 22 23 24 26 27 28 29 30 31 32 and 33 included inthe responses to RFI 0818 series if any will be submitted in a future CRThere are no cost impacts to GMP Nos 6-S 6-S3 6-S4 and 6-S5 HPC willsubmit TIA-079 requesting additional time associated with RFI 0818 seriesscope of work The OAR will evaluate TIA-079 and any time recommended to begranted will be submitted at a future CCM

HPC has submitted documentation including the subcontractors proposal tosupport their request An independent cost estimate is included

By approving this request the Owner does not waive its right to enforce thecontract 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 Wal-Mark Contracting Group LLC in the lump sum amount of $ 12838500 HPC to issue a subcontract modification to Alpha Insulation and Waterproofing Inc in the lump sum amount of $ 232100 Deduct from Owner Contingency $ (13070600)

Hensel Phelps Construction is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractors identified and committed to participate on BP-S00144 (GMP No 6-S2) for these subcontractor modifications are Wal-Mark Contracting LLC (Non-MWBELDBVBE) and Alpha Insulation and Waterproofing Inc (Non-MWBELDBVBE) There is no small business participation associated with these modifications

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue Subcontractor Modifications to Wal-MarkContracting Group LLC and Alpha Insulation and Waterproofing Inc on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes(GMP No 6-S2) for the total lump sum amount of $13070600 which includesthe lump sum amount of $12838500 to Wal-Mark Contracting Group LLC and the lump sum amount of $232100 to Alpha Insulation and Waterproofing Inc withfunding from Passenger Facility Charges and General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 14 of 39

I Subcontractor Modification for BP-S00144 (GMP No 6-S2) with Wal-Mark Contracting Group LLC for CR0458-6S2-RFI 1583 Gypsum Wallboard on EastExterior Wall (VE) Mr Guirges presented the memorandum requesting approval for Hensel Phelps Construction (HPC) to issue a Subcontractor Modification on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes(GMP No 6-S2) at the Orlando International Airport in the total deductiveamount of ($7689000) to Wal-Mark Contracting Group LLC for CR0458-6S2-RFI1583 Gypsum Wallboard on East Exterior Wall (VE) Bid Package for BP-S00144 0902 Framing and Drywall has been previously awarded within GMP No 6-S2 to Wal-Mark Contracting Group LLC CC No 20180605006

Hensel Phelps Construction is requesting to issue Subcontractors Modifications to Wal-Mark Contracting Group LLC in the total deductive Lump Sum amount of ($7689000) for CR0458-6S2-RFI 1583 Gypsum Wallboard on East Exterior WallContract Documents indicated an interior partition wall adjacent to an exterior wall system which also included a gypsum wallboard partition It was determined that the drywall associated with the exterior wall system could be deleted if inner curved partition could be extended to the deck The modified scope of work includes costs for the additional framing and drywall to extend the curved partition to the decking and includes credit for the deletion of the inner gypsum wallboard in Area 14 and Areas 25 through 32 of the North Airside Concourse per RFI 1583 and OAR responses

The approval of this Subcontractor Modification to Wal-Mark Contracting Group LLC resolves all requests for cost and time resulting from RFI 1583 scope ofwork

HPC has submitted documentation including the subcontractors 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 Wal-Mark Contracting Group LLC in the deductive lump sum amount of $ (7689000) Add to Owner Contingency $ 7689000

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-S2) for this subcontract modification is Wal-Mark Contracting Group LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to Wal-MarkContracting Group LLC on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes (GMP No 6-S2) for the total deductive lumpsum amount of ($7689000) with funding credited to Passenger Facility Charges and General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 15 of 39

J Subcontractor Modification for BP-S00146 (GMP No 7-S) with Banker Steel Co LLC for CR04721-LST-RFIs-2312 and 23121-Roof Stair 4x4 HSS Flashing 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 theOrlando International Airport in the total amount of $302500 to Banker Steel Co LLC for CR04721-LST-RFI-2312 and 23121-Roof Stair 4x4 HSS Flashing Bid Package 500 Structural Steel was previously awarded within GMP No 7-S to Banker Steel Co LLC CC No 20180313010

TKJV is proposing a subcontract modification to Banker Steel Co LLC in the total lump sum amount of $302500 for CR04721-LST-RFIs-2312 and 23121-RoofStair 4x4 HSS Flashing Previously approved CR0472 was based on RFI 2312 which included costs for supplemental steel to address flashing on the adjacent lower roofs and included two stair locations Each staircase revised in RFI 2312 included a set of staircases but CR 0472 only included costs for 2stairs The contractor requested clarification in RFI 23121 that the condition applied to all 4 stairs located at the lower roof which was confirmed Thescope of work in this request consists of all costs associated with the supplemental steel for the other 2 stairs

The approval of this subcontract modification to Banker Steel Co LLC resolves all requests for costs and time associated with LST RFI 23121

TKJV has submitted documentation including the subcontractors 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

Current GMP Line Item 6 value $ 137804300 TKJV to issue a subcontract modification to Banker Steel Co LLC in the lump sum amount of $ 302500 Deduct from Line Item 6 $ (302500) Remaining GMP Line Item 6 Value $ 137501800

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 Banker Steel Co LLC (Non-MWBELDBVBE) There is 825 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Banker Steel Co LLC on BP-S00146 South Terminal C Phase 1 - Landside Terminal Structure and Enclosure (GMP No 7-S) for the total lump sum amount of$302500 with funding from Passenger Facility Charges and General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 16 of 39

K Subcontractor Modification for BP-S00146 (GMP No 7-S) with Banker Steel Co LLC for CR0680-LST-RFI 29471-West Prow and Truss Deflection 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 theOrlando International Airport in the total amount of $3177200 to Banker Steel Co LLC for CR0680-LST-RFI 29471-West Prow and Truss Deflection Bid Package 500 Structural Steel was previously awarded within GMP No 7-S toBanker Steel Co LLC CC No 20180313010

TKJV is proposing a subcontract modification to Banker Steel Co LLC in the total lump sum amount of $3177200 for CR0680-LST-RFI 29471-West Prow and Truss Deflection Although the west prow structural steel deflections wereanticipated the deflected condition caused the sag rods and wind girts for the exterior wall in this area to be out of alignment with the exterior walland curtain wall systems RFI 29471 requested direction on bringing the sag rods and wind girts back into correct elevations The modified scope of work consists of changes to sag rod connections at the west prow revision of vertical location of sag rod connections and clips at GL L2 on Atrium HSSCross Truss as confirmed by RFI 29471

The approval of this subcontract modification to Banker Steel Co LLC resolves all requests for costs and time associated with LST RFIs 2947 and 29471

TKJV has submitted documentation including the subcontractors 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 Banker Steel Co LLC in the lump sum amount of $ 3177200 Current GMP No 7-S Line Item 6 Value $ 140981500 Deduct from Line Item $ (3177200) Remaining GMP No 7-S Line Item 6 Value $ 137804300

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 Banker Steel Co LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Banker Steel Co LLC on BP-S00146 South Terminal C Phase 1 - Landside Terminal Structure and Enclosure (GMP No 7-S) for the total lump sum amount of$3177200 with funding from General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 17 of 39

L Subcontractor Modifications for BP-S00147 (GMP No 7-S1) with MSE2 Inc dba Mader Southeast for CR05641-LST-Bulletin 23 Drywall-Backing and Framing for Added Devices CR0595-LST-Bulletin 32-Drywall and CR0599-LST-RFI 1980-Wall Type around Columns Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue Subcontract Modifications onBP-S00147 South Terminal C Phase 1 - Landside Terminal Remaining Structures and Systems (GMP No 7-S1) at the Orlando International Airport in the total amount of $834800 to MSE2 Inc dba Mader Southeast for CR05641-LST-Bulletin 23 Drywall-Backing and Framing for Added Devices CR0595-LST-Bulletin 32-Drywall and CR0599-LST-RFI 1980-Wall Type Around Columns at Area 9 Bid Package 910 Drywall and Framing was previously awarded within GMP No 7-S1 to MSE2 Inc dba Mader Southeast CC No 20181002009

TKJV is proposing the following subcontract modifications to MSE2 Inc dba Mader Southeast in the respective lump sum amounts of

1 $611700 for CR05641-LST-Bulletin 23 Drywall-Backing and Framing forAdded Devices The modified scope of work consists of additional backing and framing for devices and smoke dampers as per LST Bulletin 23

2 $294800 for CR0595-LST-Bulletin 32-Drywall The modified scope of work consists of additional costs for backing and blocking added signage as per LST Bulletin 32 revisions

3 ($71700) for CR0599-LST-RFI 1980-Wall Type Around Columns at Area 9 The modified scope of work consists of deletion of framing and drywall around columns at LST Area 9 Level 1 that were replaced with CMU perRFI 1980

The approval of these subcontract modifications to MSE2 Inc dba Mader Southeast resolves all requests for cost and time for

1 CR05641 with LST Bulletin 23 for Drywall in GMP No 7-S1 CR0564 for low voltage was submitted 10012019

2 CR0595 with LST Bulletin 32 for Drywall in GMP No 7-S1 There will beadditional costs forthcoming for signage in GMP No 7-S2 once the subcontract agreement is awarded There will be no costs for GMP No 7-S or GMP No 7-S3

3 CR0599 for all requests for cost and time associated with RFI 1980

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

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

TKJV to issue a subcontract modification to MSE2 Inc dba Mader Southeast in the lump sum amount of $ 611700 TKJV to issue a subcontract modification to MSE2 Inc dba Mader Southeast in the lump sum amount of $ 294800 TKJV to issue a subcontract modification to MSE2 Inc dba Mader Southeast in the lump sum amount of $ (71700) Deduct from PI Owner Contingency $ (587600) Deduct from P1X Owner Contingency $ (247200)

Minutes of the Construction Committee Meeting February 18 2020 Page 18 of 39

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-S1) for this subcontract modification is MSE2 Inc dba Mader Southeast (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue Subcontractor Modifications to MSE2 Inc dba Mader Southeast on BP-S00147 South Terminal C Phase 1 - LandsideTerminal Remaining Structures and Systems (GMP No 7-S1) for the total lumpsum amount of $834800 with funding from Passenger Facility Charges and General Airport Revenue Bonds

M Subcontractor Modifications for BP-S00150 (GMP No 9-S) with Skybuilders USA LLC for CR0362-PKG-Rental Extension Temporary Wall Protection Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando InternationalAirport in the total amount of $3903600 to Skybuilders USA LLC for CR0362-PKG-Rental Extension Temporary Wall Protection Bid Package 3100 Demolition was previously awarded within GMP No 9-S to Skybuilders USA LLC CC No 2017101016

TKJV is proposing a subcontract modification to Skybuilders USA LLC in thetotal lump sum amount of $3903600 for CR0362-PKG-Rental Extension TemporaryWall Protection he modified scope of work consists of all additional costsassociated with the rental extension of temporary wall protection for 8 months from October 18 2019 to June 20 2020 for 2478 LF of temporary panels 2195 LF of windscreen and 533 sandbags and rental extension for 4 months from February 20 2020 to June 20 2020 for 444 LF of temporary panels andwindscreen and 150 sandbags in various locations in the parking garage

The approval of this subcontract modification to Skybuilders USA LLC resolves all requests for costs and time resulting from the scope of work associated with CR0362

TKJV has submitted documentation including the subcontractors 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 Skybuilders USA LLC in the lump sum amount of $ 3903600 Deduct from CMAR Contingency $ (3903600)

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 Skybuilders USA LLC (MWBELDB) There is a 100 MWBE participation associated with this modification

Minutes of the Construction Committee Meeting February 18 2020 Page 19 of 39

Vice Chair Sharman asked if the completed eligibility was received for thisitem Ms Hinds answered yes

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Skybuilders USA LLC on BP-S00150 South Terminal C Phase 1 - Parking Facility- Phase 1 (GMP No 9-S) for the total lump sum amount of $3903600 with funding from Customer Facility Charges and General Airport Revenue Bonds

N Subcontractor Modification for BP-S00150 (GMP No 9-S) with Gulf Mechanical Contractors LLC for CR0492-PKG-RFI 1968-Electrical Room Door Size ChangesMr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando International Airport in the total amount of $167700 to Gulf Mechanical Contractors LLC for CR0492-PKG-RFI 1968 Series-Electrical Room Door SizeChanges Bid Package for 2200 Plumbing was previously awarded within GMPNo 9-S to Gulf Mechanical Contractors LLC CC No 20171010016

TKJV is proposing a subcontract modification to Gulf Mechanical ContractorsLLC in the total lump sum amount of $167700 for CR0492-PKG-RFI1968 Series-Electrical Room Door Size Changes The modified scope of work consists of all labor and material to trench and excavate reconfigured PVC pipes and fittingsrequired to accommodate a changed door opening dimension due to the responsefrom RFI 1968

The approval of this subcontract modification to Gulf Mechanical Contractors LLC resolves all requests for cost and time associated with RFI 1968 series for GMP No 9-S Remaining costs for RFI 1968 were previously submitted under GMP No 9-S1 as CR04921-PKG-RFI 1968-Electrical Room Door Size Changes

TKJV has submitted documentation including the subcontractors 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 cost or time

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

TKJV to issue subcontract modification to Gulf Mechanical Contractors LLC in the lump sum amount of $ 167700 Deduct from Owner Contingency $ (167700)

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 Gulf Mechanical Contractors LLC (Non-MWBELDBVBE) There is no small businessparticipation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Gulf

Minutes of the Construction Committee Meeting February 18 2020 Page 20 of 39

Mechanical Contractors LLC on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $167700 with funding from Customer Facility Charges and General Airport Revenue Bonds

O Subcontractor Modification for BP-S00150 (GMP No 9-S) with CCK ConstructionServices Inc for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU Mr Guirges presented the memorandum requesting approvalfor Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando International Airport in the total amount of $816800 to CCK Construction Services Inc for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU Bid Package 30 Concrete was previouslyawarded within GMP No 9-S to CCK Construction Services Inc CC No2017101016

TKJV is proposing a subcontract modification to CCK Construction ServicesInc in the total lump sum amount $816800 for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU The modified scope consists ofall materials and labor required for the additional footer and the Cast inPlace (CIP) tie beams as per RFI 1877

The approval of this subcontract modification resolves all requests for cost and time associated with RFI 1877 for GMP No 9-S Costs for Miscellaneous metals subcontractors will be submitted under CR 05531 for GMP No 9-S1

TKJV has submitted documentation including the subcontractors 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 CCK Construction Services Inc in the lump sum amount of $ 816800 Deduct from Owner Contingency $ (816800)

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 CCK Construction Services Inc (Non-MWBELDBVBE) There is 189 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to CCK Construction Services Inc on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $816800 with funding from Customer Facility Charges and General Airport Revenue Bonds

P Subcontract Award for BP-S00150 (GMP No 9-S) with Fine Tune Services LLC for CR0630-PKG-Rough and Final Cleaning Award Mr Guirges presented thememorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) toissue a Subcontract Award on BP-S00150 South Terminal C Phase 1 ParkingFacility - Phase 1 (GMP No 9-S) at the Orlando International Airport in thetotal amount of $15450000 to Fine Tune Enterprises Inc for CR0630-PKG-

Minutes of the Construction Committee Meeting February 18 2020 Page 21 of 39

Rough and Final Cleaning Award Bid Package for BP-S150 Parking FacilityPhase 1 was previously awarded to TKJV reference CC No 2017101016

TKJV is proposing a subcontract award for CR0630-PKG-Rough and Final Cleaning The scope of the award is for the cleaning of all concrete structures floorselevators and finished areas for the parking garage phase 2 in accordance with bid package 174 dated August 1 2019 and documents through PKG DSI 4 andCWS Bulletin 12 and as described in the Fine Tune Enterprises Inc proposal

The approval of this subcontract award to Fine Tune Enterprises Inc resolvesall costs associated with PKG Bid Package 174 and documents through DSI 4 andCWS Bulletin 12

TKJV has submitted documentation including the subcontractors 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 Subcontract Award for this project is as follows

TKJV to issue Subcontract Award to Fine Tune Enterprises Inc in the lump sum amount of $ 15450000 GMP Line Item 17 current balance $ (7500000) Deduct from P1 CMAR Contingency $ (6921000) Deduct from CWE CMAR Contingency $ (1029000) GMP Line Item 17 remaining balance $ 000

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 award is Fine Tune Enterprises Inc (MWBELDB) There is 100 MWBE participation associated with this award

Vice Chair Sharman asked if this request includes the cost for cleaning the canopies Mr Guirges stated that although the canopies are not installedyet this item includes final cleaning under the canopy area Ms Stockerl agreed that the estimate included the cost of final cleaning once the canopies are installed Vice Chair Sharman stated that funding is partially from the Campus Wide Improvements project Mr Ruohomaki stated that the funding sources can be re-evaluated if necessary Vice Chair Sharman agreed that the funding can be revised if needed

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontract Award to Fine Tune Enterprises Inc on BP-S00150 South Terminal C Phase 1 - Parking Facility- Phase 1 (GMP No 9-S) for the total lump sum amount of $15450000 withfunding from Customer Facility Charges and General Airport Revenue Bonds

Q Subcontractor Modification for BP-S00150 (GMP No 9-S) with CCK ConstructionServices Inc for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement 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 $156000 to CCK Construction

Minutes of the Construction Committee Meeting February 18 2020 Page 22 of 39

Services Inc for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement Bid Package 30 Concrete was previously awarded within GMP No 9-S to CCKConstruction Services Inc CC No 2017101016

TKJV is proposing a subcontract modification to CCK Construction ServicesInc in the total lump sum amount $156000 for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement The modified scope consists of additional laborand material to cut splice and adjust the promenade slab reinforcement

The approval of this subcontract modification resolves all requests for cost and time associated with PKG RFI 19851

TKJV has submitted documentation including the subcontractors 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 CCK Construction Services Incin the lump sum amount of $ 156000 Deduct from CMAR Contingency $ (156000)

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 CCK Construction Services Inc (Non-MWBELDBVBE) There is no small businessparticipation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to CCK Construction Services Inc on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $156000 with funding from Customer Facility Charges and General Airport Revenue Bonds

R Subcontractor Modification for BP-S00151 (GMP No 9-S1) with Quality Cable Contractors Inc for CR04301-PKG-Bulletin 10 and RFI 2690-Low Voltage Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00151 South Terminal C Phase 1 - Parking Facility Phase 2 (GMP No 9-S1) at the Orlando International Airport in the total amount of $5225700 to Quality Cable Contractors Inc for CR04301-PKG-Bulletin 10 and RFI 2690-Low Voltage Bid package 2800 Low Voltage Electrical was previously awarded within GMP No 9-S1 Parking Facility Phase 2 to Quality Cable Contractors Inc CC No2018092525A

TKJV) is proposing a subcontract modification to Quality Cable Contractors Inc in the total lump sum amount of $5225700 for CR04301-PKG-Bulletin 10and RFI 2690-Low Voltage The modified scope of work consists of additional materials labor and equipment for ten (10) additional access controls at PKGdoors and the credit associated with the blue phone and camera outletsrevisions per PKG Bulletin 10 and RFI 2690

Minutes of the Construction Committee Meeting February 18 2020 Page 23 of 39

The approval of this subcontract modifications to Quality Cable ContractorsInc resolves all requests for costs and time resulting from PKG Bulletin 10 and RFI 2690 for GMP No 9-S1 CR0430 was submitted for GMP No 9-S CC No20190910021 This request resolves all requests for cost and time for RFI2690 for Low Voltage costs for the hardware changes for Taylor Cotton amp Ridley Inc GMP No 9-S1 was submitted under CR0776

TKJV has submitted documentation including the subcontractors 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 award to Quality Cable Contractors Inc in the lump sum amount of $ 5225700 Deduct from Owner Contingency $ (5225700)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00151 (GMP No 9-S1) for this subcontractor modificationis Quality Cable Contractors Inc (MWBELDB) There is 100 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Quality Cable Contractors Inc on BP-S00151 South Terminal C Phase 1 - ParkingFacility Phase 2 (GMP No 9-S1) for the total lump sum amount of $5225700 with funding from Customer Facility Charges and General Airport Revenue Bonds

S Subcontractor Modification for BP-S00163 (GMP No 5-S5) with The Middlesex Corporation for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place (CIP)Rectangular Beam Canopy Anchor Bolt Locations Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) toissue a Subcontract Modification on BP-S00163 South Terminal C Phase 1 -EnplaneDeplane Bridge and Roadways Balance of Work - FDOT (GMP No 65-S5)at the Orlando International Airport in the total amount of $2295700 to The Middlesex Corporation for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place(CIP) Rectangular Beam Canopy Anchor Bolt Locations Bid Package 3400 EnplaneDeplane Bridge-Combined Piers and Piles was previously awarded within GMP No 5-S5 EnplaneDeplane Bridge and Roadways Balance of Work -FDOT to The Middlesex Corporation CC No 20180605007

TKJV is proposing a subcontract modification to The Middlesex Corporation in the total lump sum amount of $2295700 for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place (CIP) Rectangular Beam Canopy Anchor Bolt Locations The CIP beams were formed and rebar installed but were found to have a discrepancy between the LSC (Landside Civil) and LST (Landside Terminal) drawings with thecanopy anchor bolt locations RFI 3051 response confirmed that the proposed structural adjustment to drill and epoxy the rebar inside the limits of the CIP rectangular beam is acceptable RFI 30511 response confirmed that the proposed epoxy product is acceptable RFI 3249 response provided the details of alternative reinforcement at the canopy column locations The modifiedscope of work consists of all the labor material and equipment costs

Minutes of the Construction Committee Meeting February 18 2020 Page 24 of 39

associated with the relocation of the anchor bolts and the structural adjustments required as per the EOR responses to RFIs 3051 30511 and 3249

The approval of this subcontract modification to The Middlesex Corporationresolves all requests for cost and time resulting from RFIs 3051 30511 and3249

TKJV has submitted documentation including the subcontractors 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 $ 2295700 Deduct from Phase 1 CMAR Contingency $ (2295700)

Due to the funding source of this GMP No 5-S5 Turner-Kiewit Joint Ventureproposed a 20 DBE participation goal for Bid Package 3400 EnplaneDeplane Bridge and Roadways Balance of Work - FDOT in lieu of MWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by this modification The subcontractor identified and committed to participate on BP-S00163 (GMP No 5-S5) for this subcontract modification is The Middlesex Corporation(Non-DBE) There is no DBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to The Middlesex Corporation on BP-S00163 South Terminal C Phase 1 - EnplaneDeplane Bridge and Roadways Balance of Work - FDOT (GMP No 5-S5) for the total lumpsum amount of $2295700 with funding from Passenger Facility Charges

T Subcontractor Modification for BP-S00168 (GMP No 6-S4) with MC Dean Inc for CR03382-6S4 ASC RFI 1621 Emergency Communications System (ECS) Speakersndash Low Voltage Mr Guirges presented the memorandum requesting approval forHensel Phelps Construction (HPC) to issue Subcontract Modifications on BP-S00168 South Terminal C Phase 1 - Interior Finishes and Specialties (GMPNo 6-S4) at the Orlando International Airport in the total amount of $2102300 to MC Dean Inc for CR03382-6S4 ASC RFI1621 EmergencyCommunications System (ECS) Speakers - Low Voltage Bid Package BP-S168 2701ASC Low Voltage Systems was previously awarded within the GMP No 6-S4 toMC Dean Inc CC No 20181002010

HPC is requesting to issue a Subcontractor Modification to MC Dean Inc in the total Lump Sum amount of $2102300 for CR03382-6S4 ASC RFI 1621 Emergency Communications System (ECS) Speakers - Low Voltage The response to RFI 1621 provided updated Technology drawings and schedule showing the Low VoltageRequirements for the Type 4 Wall Mount Emergency Communications SystemsSpeakers in Transfer Level Areas 16 and 17 The modified scope of work consistsof the costs associated with the additional conduits and 1-port Cat 6 cables required to those speakers for the low voltage scope per RFI 1621 response and sketches

Minutes of the Construction Committee Meeting February 18 2020 Page 25 of 39

The approval of this Subcontractor Modification to MC Dean Inc resolves all requests for cost and time resulting from RFI 1621 in GMP No 6-S4 Cost impacts for Electrical work associated with RFI 1621 in GMP No 6-S2 will besubmitted via CR03381-6S2-0143 There is no cost impact for RFI 1621 in GMP Nos 6-S 6-S1 6-S3 6-S5 or 6-S6

HPC has submitted documentation including the subcontractors 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 MC Dean Inc in the lump sum amount of $ 2102300 Deduct from Owner Contingency $(2102300)

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-S4) for this subcontract modification is MC Dean Inc (Non-MWBELDBVBE) There is 835 MWBE participationassociated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue Subcontractor Modifications to MC Dean Inc on BP-S00168 South Terminal C Phase 1 - Interior Finishes andSpecialties (GMP No 6-S4) for the total lump sum amount of $2102300 with funding from Passenger Facility Charges and General Airport Revenue Bonds

U Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0609-LST-RFIs 2513 25131 and 25132-Sink type per Location Verification Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $295100 to Kirlin Florida LLC for CR0609-LST-RFIs 2513 25131 and 25132- Sink type per Location Verification Bid Package BP 2300 Plumbing andHVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $295100 for CR0609-LST-RFIs 2513 25131 and 25132- Sink type per Location Verification The modified scope of work consists ofall costs associated with the change in fixture specification for the AG Lab sink from the S-2 tag to a custom steel two-bay sink with two drain boards disposal cone washout spray vacuum breaker solenoid valve and piping as captured in RFI 2513 confirmation of custom sink model number per RFI 25131 and the confirmation of the disposal waste drain opening size in RFI 25132

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFIs 2513 25131 and 25132

TKJV has submitted documentation including the subcontractors proposal to support their request An independent cost estimate is included By approving

Minutes of the Construction Committee Meeting February 18 2020 Page 26 of 39

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 Kirlin Florida LLC in the lump sum amount of $ 295100 Deduct from Owner Contingency $ (295100)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $295100with funding from General Airport Revenue Bonds

V Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0621-LST-RFI 2544- Missing Civil Storm Pipe Correction Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the OrlandoInternational Airport in the total amount of $563200 to Kirlin Florida LLCfor CR0621-LST-RFI 2544-Missing Civil Storm Pipe Connection Bid Package BP 2300 Plumbing and HVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No 2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $563200 for CR0621-LST-RFI 2544-Missing Civil Storm Pipe Connection The modified scope of work consists of all additional costsassociated with a net add of underground plumbing piping to correspond withthe new civil design between L1 and L2 per RFI 2544

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 2544

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the lump sum amount of $ 563200 Deduct from P1 Owner Contingency $ (563200)

Minutes of the Construction Committee Meeting February 18 2020 Page 27 of 39

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $563200with funding from Passenger Facility Charges and General Airport Revenue Bonds

W Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0710-LST-RFI 1727-AC Humidifiers Missing Domestic Chilled Water (DCW) Piping Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $446500 to Kirlin Florida LLC for CR0710-LST-RFI 1727-AC Humidifiers Missing Domestic Chilled Water (DCW) Piping Bid Package BP 2300 ldquoPlumbing andHVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $446500 for CR0710-LST-RFI 1727-AC humidifiersmissing DCW pipe The modified scope of work consists of additional domesticcold-water connections and piping for the AC units with humidifiers

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 1727

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the lump sum amount of $ 446500 Deduct from CMAR Phase 1 Contingency $ (324700) Deduct from CMAR Phase 1X Contingency $ (121800)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Minutes of the Construction Committee Meeting February 18 2020 Page 28 of 39

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $446500with funding from Passenger Facility Charges and General Airport Revenue Bonds

X Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0753-LST-RFI 2368-Duct Blanket R-Value 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-S3) at the OrlandoInternational Airport in the total deductive amount of ($6747700) to Kirlin Florida LLC for CR0753-LST-RFI 2368-Duct Blanket R-Value Bid Package BP 2300 Plumbing and HVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No 2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal deductive lump sum amount of ($6747700) for CR0753-LST-RFI 2368-DuctBlanket R-Value The modified scope of work consists of all additions anddeductions associated with the use of a 233-inch-thick 34-lbcu mineralfiberglass blanket instead of the specified 2-inch thick 15-lbcu mineralfiberglass blanket on HVAC duct systems per RFI 2368

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 2368

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the deductive lump sum amount of $ (6747700) Add to P1 Owner Contingency $ 4907600 Add to P1X Owner Contingency $ 1840100

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-DBEMWBELDBVBE) There is a reduction of 100 DBE participationassociated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin

Minutes of the Construction Committee Meeting February 18 2020 Page 29 of 39

Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total deductive lump sum amount of($6747700) with funding credited to Passenger Facility Charges and GeneralAirport Revenue Bonds

Y Subcontractor Modifications for BP-S00173 (GMP No 7-S3) with MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Mr Guirges presented the memorandum requesting approval forTurner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $985400 to MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Bid Package BP 2600 Electrical waspreviously awarded within GMP No 7-S3 to MC Dean Inc CC No 2018100211

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $575400 for CR06161-LST RFI 2611-Missing PACSEnclosures RFI 2611 requested information regarding routing of PACS (Physical Access Control System) door panels to IDF rooms innear US Customs and Border Protection (CBP) spaces The modified scope of work consists of all labor material and equipment associated with the addition of power for (11) PACS enclosures as captured in RFI 2611

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $410000 for CR0692-LST-Bulletin 31-Electrical Themodified scope of work consists of all costs associated with the confirmed Electrical panel additions per new circuit descriptions andload updates

The approval of these subcontract modifications to MC Dean Inc as proposedin CR06161-LST RFI 2611-Missing PACS Enclosures resolves all requests forcosts and time associated with LST RFI 2611 for GMP No 7-S3 Electrical CR0616 CC No 20191217-3-1 resolved all cost and time for GMP No 7-S1 LowVoltage There will be no forthcoming CRs for RFI 2611

The approval of this subcontract modification as proposed to MC Dean inCR0692-LST-Bulletin 31-Electrical Inc resolves all requests for costs andtime associated with LST Bulletin 31 Electrical scope A CR for GMP No 7-S1Low voltage scope is forthcoming

TKJV has submitted documentation including the subcontractors 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 for CR06161 to MC Dean Inc in the lump sum amount of $ 575400 TKJV to issue a subcontract modification for CR0692 to MC Dean Inc in the lump sum amount of $ 410000 Deduct from PI Owner Contingency $ (985400)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on

Minutes of the Construction Committee Meeting February 18 2020 Page 30 of 39

BP-S00173 (GMP No 7-S3) for this subcontract modification is MC Dean Inc(Non-DBE) There is no small business participation associated with thismodification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue Subcontractor Modifications to MC Dean Inc on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $985400 withfunding from General Airport Revenue Bonds

Z Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0662-AFC-Power and Laydown Yard to QC Lab Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $2817800 to Kiewit Infrastructure South Cofor CR0662-AFC-Power and Laydown Yard to QC Lab Bid Package 34101 Site Electrical and Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $2817800 for CR0662-AFC-Power and Laydown Yard to QC Lab The scope of work consists of all labor material and equipmentrequired to install the power to the Quality Control (QC) lab located off Wiley Road from the Security Check Point and construct a lay-downparking areaat the QC lab and subsequently remove it when the lab is no longer needed The dimensions for the base material needed for the lay-downparking area are 50-foot by 50-foot next to the lab and 12-foot by 30-foot in front of the lab

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Power and Laydown Yard to QC Lab scope of work

TKJV has submitted documentation including the subcontractors 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 Kiewit Infrastructure South Co in the lump sum amount of $ 2817800 Deduct from P1 Owner Contingency $ (1551700) Deduct from P1X Owner Contingency $ (1266100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Minutes of the Construction Committee Meeting February 18 2020 Page 31 of 39

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $2817800 with fundingfrom General Airport Revenue Bonds

AA Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0672-AFC-Test Pit Remediation Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $6069900 to Kiewit Infrastructure South Co forCR0672-AFC-Asphalt Millings Shortage Bid Package 34101 Site Electricaland Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $6069900 for CR0672-AFC-Asphalt MillingsShortage The modified scope of work consists of all costs associated withasphalt milling RAP (Reclaimed Asphalt Pavement) for use on crane pads accessroad and pedestrian paths as tracked by the time and material (TampM) tickets

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Asphalt Millings Shortage

TKJV has submitted documentation including the subcontractors proposal to support their request An independent cost review 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 Kiewit Infrastructure South Co in the lump sum amount of $ 6069900 Deduct from P1 Owner Contingency $ (2724800) Deduct from P1X Owner Contingency $ (3345100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is 87 LDB participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $6069900 with fundingfrom General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 32 of 39

GENERAL

REQUEST FOR APPROVAL TO REIMBURSE THE HYATT FOR WORK PERFORMED DURING BP-00474HYATT REGENCY GUEST ROOMCORRIDOR RENOVATION AT THE ORLANDO INTERNATIONAL AIRPORT 4 Ms Grant presented the memorandum dated February 18 2020 along with aninvoice from Hyatt Regency dated September 30 2019 for BP-00474 Hyatt GuestRoomCorridor Renovation at the Orlando International Airport The invoice is to provide reimbursement for emergency work to clean the 7th Floor after a sprinkler activation repair cut phone lines in several rooms and clean rooms for turnover which was not completed by the General Contractor (GC) in time to turn over thoserooms

If approved this reimbursement would be effective February 18 2020

Ms Schneider asked if the contractor was back-billed for this Mr Ruohomaki answered no that this is a negotiated settlement Vice Chair Sharman stated that this was done to finish the renovations and open the areas earlier which was in the best interest of the Aviation Authority

Vice Chair Sharman asked if R W Block Consulting Inc had reviewed the invoiceand will sign-off on it Mr Kurek answered yes it will be signed

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve to Reimbursethe Hyatt Regency for Work performed during BP-00474 Hyatt Guest RoomCorridor Renovation for the total lump sum fee amount of $926994 with funding frompreviously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 107 TO THE CONTINUING PROGRAMAND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR A NO-COST STAFFING CHANGE FOR THE CONSTRUCTION PHASE OAR SERVICES FOR BP-00482 GATE E-50 AND CHECKPOINT CHARLIE DEVELOPMENT ATTHE ORLANDO INTERNATIONAL AIRPORT 5 Mr Sorondo presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 5 2020 for a No-Cost Staffing Change for the Construction Phase OAR Services forBP-00482 Gate E-50 and Checkpoint Charlie Development at the Orlando International Airport On September 24 2019 the Construction Committee approved Addendum No107 to the above-referenced agreement in the amount of $24677100 for ConstructionPhase OAR Services Since that time a no-cost staffing change is being requested to replace the JMATT Construction Services LLC Senior Inspector who is stillengaged on another project with an A2 Group Inc Inspector and a Geotech Consultants International Inc dba GCI Inc Senior Inspector as furthered described in the Consultantrsquos proposal

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contractrsquos MWBELDBVBE specifications and determined that the proposed no-cost staffing change includes a reduction to JMATT Construction Services LLC (MWBE)in the amount of ($5355000) and an add to A2 Group Inc (DBE) in the amount of$2100000 resulting in an overall 28 MWBE participation for this Addendum No 107 and Amendment Nos 1 and 2

Vice Chair Sharman asked if Geotech Consultants International Inc dba GCI Inc was switching subconsultants Mr Sorondo answered yes

Minutes of the Construction Committee Meeting February 18 2020 Page 33 of 39

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 107 to the Continuing Program and Project Management Services (OARPrime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for No-Cost Staffing Change for the Construction Phase OAR Services for BP-00482 Gate E-50 and Checkpoint Charlie Development there is no fiscal impact associatedwith this item

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN AMENDMENT TO PURCHASING CONTRACT 01-20 PERSONNEL SCREENING SERVICES WITH COVENANT AVIATION SECURITY AT THE ORLANDO INTERNATIONAL AIRPORT 6 Mr Shedek presented the memorandum dated February 18 2020 for Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC at the Orlando International Airport On January 7 2020 the Construction Committee approved Agenda Item No 11 for anAmendment to Purchasing Contract 01-20 Personnel Screening Services with CovenantAviation Security LLC for Personnel Screening Services on BP-00491 West Security Screening Checkpoint Expansion - Package 2 for a total not-to-exceed expense amountof $200000 with funding from project funds (ie previously-approved CapitalExpenditure Funds and General Airport Revenue Bonds) Since then it has been determined that these services will not be required

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC there is no fiscal impact associatedwith this item

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR E-00264 NORTH PARK PLACE LIGHT POLE REPLACEMENT AT THE ORLANDO INTERNATIONAL AIRPORT 7 Mr Graham presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for E-00264 North Park Place Light PoleReplacement at the Orlando International Airport The scope of the project is toremove and replace 49 parking lot light poles located in the North Park Place parkinglot re-install the existing light fixtures and provide ancillary replacement parts as necessary at the Orlando International Airport

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 42 MWBE participation on this Addendum

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for E-00264 North Park Place Light Pole Replacement for the total not-to-exceed fee amount of $2396100 with funding from previously-approved Discretionary Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 34 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE TICKET LOBBY MODIFICATIONS ANDIMPROVEMENTS AGREEMENT WITH CT HSU amp ASSOCIATES PA FOR CONSTRUCTION ADMINISTRATION SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 8 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from CT Hsu amp Associates PA dated January 30 2020 to provide Construction Administration Services for V-00906 West Checkpoint Video Walls a the Orlando International Airport Services will include CA services shop drawing review and coordination for the installation of the four LED video walls under the Chilirsquos Restaurant at the West Security Checkpoint A and B Sides

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that CT Hsu ampAssociates PA proposes 604 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Ticket Lobby Modifications and Improvements Agreement with CT Hsuamp Associates PA for Construction Administration Services for V-00906 West Checkpoint Video Walls for the total amount of $5624000 which includes the not-to-exceed fee amount of $5511700 and the not-to-exceed reimbursable expense amount of $112300 with funding from previously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 9 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for the above referenced project This project provides two large and two small Video Walls in the West Checkpoint area ofthe Great Hall on Landside Level 3

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 694 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for Construction Phase OAR Services for V-00906 West Checkpoint Video Walls for the total not-to-exceed fee amount of $4771500 with funding from previously-approved Capital Expenditure Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 35 of 39

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 19 TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT (OAR PRIME ENTITY) SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC TO PROVIDE ADDITIONAL CONSTRUCTION PHASE OAR SERVICES FOR V-00933 PODS A AND B FLOOR REPAIR AT THE ORLANDO INTERNATIONAL AIRPORT 10 Mr Willems presented the memorandum dated February 18 2020 along with aproposal from AECOM Technical Services Inc dated January 23 2020 to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair at the Orlando International Airport On November 19 2019 the Construction Committee approved Addendum No 19 in the amount of $714400 to the above-referencedagreement Since that time it has been determined that additional Construction Phase OAR Services are required as furthered described in the Consultantrsquos proposal dated January 23 2020

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the required services AECOM Technical Services Inc does not propose any MWBE LDB or VBE participation on this Amendment

Mr Patterson asked if this work will be ending next week Mr Willems answered yes

Mr Patterson stated that the timing of the work needed to be coordinated withOperations to avoid the holiday rush Mr Ruohomaki stated that due to these timingissues the OAR (AECOM Technical Services Inc) needs additional time to continue providing OAR Services on the project through close-out

Vice Chair Sharman asked if RW Block Consulting Inc had any outstanding issues with this request Ms Rainey responded that a change order on V-00933 requestinga time extension has not been received Mr Willems stated that the Contractor has not yet requested additional time but that a change order can be submitted to asubsequent Construction Committee Meeting Vice Chair Sharman asked if RW Block Consulting Inc would be amenable to this request once the change order is receivedMs Rainey answered yes [Subsequent to the Construction Committee meeting following review by the Contractor and OAR it was determined that a time extension change order would not be required RW Block Consulting Inc finds this item acceptable]

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 19 to the Continuing Program and Project Management (OAR Prime Entity) Services Agreement with AECOM Technical Services Inc to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair for thetotal not-to-exceed fee amount of $676800 with funding from previously-approvedOperation and Maintenance Funds

REQUEST FOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH HW DAVIS CONSTRUCTION INC FORV-00957 REPAIR SUB-CANOPIES LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 11 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from HW Davis Construction Inc dated October 23 2019 for V-00957Repair Sub-Canopies Level 3 A and B Enplane Drive at the Orlando InternationalAirport Project scope is to provide all labor equipment and materials to fabricatedeliver and install new fabric cover strips at diagonal steel braces at the sub-canopies rain protection covers at nine canopy locations and repair two separatedcable pockets at Canopy Nos 6 and 16 at the Orlando International Airport The duration of the project is 30 calendar days for Substantial Completion and 30

Minutes of the Construction Committee Meeting February 18 2020 Page 36 of 39

calendar days for Final Completion with a contemplated Notice to Proceed (NTP) date of February 24 2020

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that due to the limited scope of the required services HW Davis Construction Inc does notpropose any MWBELDBVBE participation on this Job Order Construction Services Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve a JobOrder Construction Services Addendum to the Continuing Vertical Construction Services Agreement with HW Davis Construction Inc for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total direct-negotiated amount of $3573300 andwaive the requirement for Performance and Payment Bonds with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR V-00957 REPAIR SUB-CANOPIES AT LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 12 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated January 31 2020 is to provide Construction Phase OAR Services on the above-referenced project

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the services to be provided Geotech Consultants International Inc dba GCI Inc does not propose any MWBELDBVBE participation on this Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total not-to-exceed fee amount of $290700 with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH GOMEZ CONSTRUCTION COMPANY FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) AT THE ORLANDO INTERNATIONAL AIRPORT 13 This item was deferred

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) ATTHE ORLANDO INTERNATIONAL AIRPORT 14 This item was deferred

Minutes of the Construction Committee Meeting February 18 2020 Page 37 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING ENVIRONMENTAL ENGINEERING CONSULTANT SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC FOR INSTALLATIONOF NEW MONITORING WELLS IMPLEMENTATION OF ONE SEMI-ANNUAL POST-ACTIVE REMEDIATIONMONITORING (PARM) AND PREPARATION OF ONE PARM REPORT AT THE FORMER DAYRON FACILITYFOR W-00072 OEA REMEDIATION OF DAYRON PLUME AT THE ORLANDO EXECUTIVE AIRPORT 15 Mr Carrington presented the memorandum dated February 18 2020 along with a proposal from AECOM Technical Services Inc dated February 10 2020 to provide for the installation of eleven new monitoring wells implementation of one semi-annual groundwater Post-Active Remediation Monitoring (PARM) and the preparation and submission of one PARM report at the former Dayron Facility at the OrlandoExecutive Airport The one semi-annual PARM monitoring event to be performed in late March or early April 2020

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that AECOM Technical Services Inc proposes 331 MWBE and 80 LDB participation on this Addendum

Mr Ruohomaki asked if this was in pursuit of a NFA designation (No Further Action)Mr Carrington answered yes

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve an Addendum to the Continuing Environmental Engineering Consultant Services Agreement with AECOMTechnical Services Inc for Installation of New Monitoring Wells Implementation of One Semi-Annual Post-Active Remediation Monitoring (PARM) and Preparation of One PARM Report at the Former Dayron Facility for W-00072 OEA Remediation of DayronPlume at the Orlando Executive Airport for the total amount of $7150000 which includes the not-to-exceed fee amount of $4112700 and the not-to-exceed reimbursable expense amount of $3037300 with funding from OEA Environmental Liability Funds

REQUEST FOR RECOMMENDATION OF APPROVAL OF NO-COST ADDENDA TO THE CONTINUING TRANSPORTATION PLANNING CONSULTING SERVICES AGREEMENTS TO EXERCISE THE SECOND AND FINAL ONE-YEAR RENEWAL OPTION 16 Ms Anderson presented the memorandum dated February 18 2020 requesting the recommendation of approval of No-Cost Addenda to the Continuing Transportation Planning Consulting Services Agreements to exercise the second and final one-year renewal option In June 2016 the Aviation Authority Board approved ContinuingTransportation Planning Consulting Services Agreement with the below firms Theprovisions in the agreement include a base three-year term with two subsequent optional one-year renewal periods upon mutual agreement of the parties

Each firmrsquos first one-year renewal expires as follows

Firm Expiration Date HNTB Corporation July 26 2020 HDR Engineering Inc September 12 2020

In order to maintain these services on an as-needed basis for routine operations staff requires the services of the above-referenced firms The firms were requested to provide their concurrence to exercise the second and final one-year renewal option

Upon motion of Mr Patterson second by Mr Hunt vote carried to recommend to theAviation Authority Board approval of No-Cost Addenda to the Continuing Transportation

Minutes of the Construction Committee Meeting February 18 2020 Page 38 of 39

Planning Consulting Services Agreements to Exercise the Second and Final One-Year Renewal Option there is no fiscal impact associated with this item

REQUEST FOR APPROVAL OF CONTRACTORrsquoS FINAL PAYMENT TO HL PRUITT CORPORATION FOR E-00212 INVENTORY AND MARKING OF AIRFIELD LIGHTING AT THE ORLANDO INTERNATIONALAIRPORT 17 Mr Patterson presented the memorandum dated February 18 2020 requesting the Contractorrsquos Final Payment to HL Pruitt Corporation for E-00212 Inventory andMarking of Airfield Lighting at the Orlando International Airport The Construction Contract for the referenced project has been completed and all issues involving the Contractor have been addressed and resolved

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve theContractorrsquos Final Payment Authorization to HL Pruitt Corporation for E-00212Inventory and marking of Airfield Lighting at the Orlando International Airport

INFORMATION ITEMS

18 The following items were presented for information only

A Field Change Order (FCO) Log

B Revised Supporting Documentation for Change Order PS-00329-11 Parking Access and Revenue Control System (PARCS) Replacement at The OrlandoInternational Airport [From Construction Committee on July 30 2019 ItemNo 1-F] [The Construction Committee determined that this information item should be converted to an action item and it was motioned with Item No 2-B]

C Revised Coversheet for Hensel Phelps Construction to issue a SubcontractModification to Inland Construction and Engineering Inc for BP-S00144South Terminal C Phase 1 - Airside Enclosure amp Exterior Finishes (GMPNo 6-S2) at The Orlando International Airport [From ConstructionCommittee on November 26 2019 Item No 2-D]

D Additional Supporting Documentation for Request for Recommendation ofApproval of an Amendment to Addendum No 7 to the Construction Management at Risk (CMR) Entity Services for the South Terminal C Phase 1 (STC-P1)Agreement with Turner-Kiewit Joint Venture for BP-S00150 South TerminalC Phase 1 ndash Parking Facility (GMP 9-S) at The Orlando International Airport [From Construction Committee on December 17 2019 Item No 5]

E Revised Coversheet for Request for Approval of an Addendum to the Technology and Multi-Media Specialty Engineer for the South Terminal CPhase 1 Agreement with Burns Engineering Inc for Design Services related to Customs Border and Patrol (CBP) final review for W-S00113 South Terminal C Phase 1 ndash Experiential Media Environment (EME) at The OrlandoInternational Airport [From Construction Committee on February 4 2020Item No 10]

F Office of Small Business Participation Memorandum for the Request forRecommendation of Approval of the FFampE and IT Estimate Procurement Plan and Process for Updating the Construction Committee for W-S00145 SouthTerminal C Phase 1 and Phase 1X (STC-P1 and P1X) Owner Furnished FFampE and IT Items at The Orlando International Airport [From ConstructionCommittee on February 4 2020 Item No 11]

______________________________

Minutes of the Construction Committee Meeting February 18 2020 Page 39 of 39

ADJOURNMENT

19 There being no further business for discussion the meeting was adjourned at 910 am

Kathleen Sharman Vice Chair Construction Committee Chief Financial Officer

Page 7: On TUESDAY, FEBRUARY 18, 2020 , the CONSTRUCTION … · Mike Patterson, Director of Construction . Gary Hunt, Director of Maintenance . ... Steve Pue, GOAA Maintenance . Vendla Davermann,

Minutes of the Construction Committee Meeting February 18 2020 Page 7 of 39

Corporation will extend the fire protection water main to meet the LST Buildingfire riser The modified scope of work consists of the costs associated withthe additional 10-inch (8-foot x 6-foot) fire riser and credits associated with the deleted 10-inch pipe reducer per LSC Civil drawings and LST FireProtection Drawings

The approval of this subcontract modification to The Middlesex Corporationresolves all requests for costs and time associated with CR0604-LSC-Fire Riser Scope Gap

TKJV has submitted documentation including the subcontractors 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 award to The Middlesex Corporation in the lump sum amount of $ 868100 Deduct from P1 CMAR Contingency $ (868100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00139 (GMP No 5-S2) for this subcontract modification is The Middlesex Corporation (Non-MWBELDBVBE) There is 82 MWBE and 14 LDB participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to The Middlesex Corporation on BP-S00139 South Terminal C Phase 1 - Landside Civil(GMP No 5-S2) for the total lump sum amount of $868100 with funding fromCustomer Facility Charges and General Airport Revenue Bonds

C Subcontractor Modification for BP-S00143 (GMP No 6-S1) with ECS Florida LLC for CR0321-6S1 ECS Testing Budget Adjustment Mr Guirges presented the memorandum requesting approval for Hensel Phelps Construction (HPC) to issuea Subcontractor Modification on BP-S00143 South Terminal C Phase 1 - AirsideTerminal Structure and Enclosure (GMP No 6-S1) at the Orlando International Airport in the total amount of $20382400 to ECS Florida LLC for CR0321-6S1 ECS Testing Budget Adjustment BP 0304 Building Concrete Precast andMasonry TestingInspection has been previously awarded within GMP No 6-S1to ECS Florida LLC CC No 2018072403G

HPC is requesting to issue a Subcontractor Modification to ECS Florida LLCin the total not-to-exceed amount of $20382400 for CR0321-6S1 ECS Testing Budget Adjustment ECS Florida LLC was previously awarded a Not-to-Exceed(NTE) subcontract on July 24 2018 Subsequent to this award a set of acceptable rates was established to align testing rates across the projects to be consistent This request is for the variance in costs from the awardedunit rates to the allowable billable unit rates (ie the established Program-Wide rates for Quality Control Testing) for the base bid quantity of laborhours and quality control tests included in the ECS initial award

Minutes of the Construction Committee Meeting February 18 2020 Page 8 of 39

The approval of this Subcontractor Modification to ECS Florida LLC resolves all requests for cost and time associated with the ECS Testing BudgetAdjustment in GMP No 6-S1 Costs for the additional Structural Steel andBuilding Envelope TestingInspection were approved in CC No 2019121703B

HPC has submitted documentation including the subcontractors proposal tosupport this request By approving this request the Owner does not waive its right to enforce the contract requirements for other requests for cost ortime

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

HPC to issue a subcontract modification to ECS Florida LLC in the not-to-exceed amount of $ 20382400 Deduct from Owner Contingency $ (20382400)

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-S1) for this subcontract modification is ECS Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to ECSFlorida LLC on BP-S00143 South Terminal C Phase 1 - Airside Terminal Structure and Enclosure (GMP No 6-S1) for the total not-to-exceed amount of $20382400 with funding from Passenger Facility Charges and GeneralAirport Revenue Bonds

D Subcontractor Modification for BP-S00143 (GMP No 6-S1) with TampT Constructionof Central Fla Inc for CR0434-6S1-RFI 1714 Flowable Fill Placement for HubArea H3 Slab-on-Grade (SOG) Mr Guirges presented the memorandum requesting approval 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-S1) at the Orlando International Airport in the total amount of $1616300 to TampT Construction of Central Fla Inc for CR0434-6S1-RFI 1714 Flowable Fill Placement for Hub Area H3 Slab-on-Grade (SOG) Bid Package 0302 Building Concrete has been previously awarded within GMP No 6-S1 to TampT Construction of Central Fla Inc CC No201800410008

HPC is requesting to issue a Subcontractor Modification to TampT Construction of Central Fla Inc in the total Lump Sum amount of $1616300 for CR0434-6S1-RFI 1714 Flowable Fill Placement for Hub Area H3 Slab-on-Grade (SOG) Theadditional scope of work consists of the costs associated with the additionallabor material and equipment required to place the approved flowable fill mixture underneath the design elevation for the Slab-on-Grade placement and concrete for the thickened edge perimeter in the Airside Concourse Hub AreaH3 per RFI 1714

The approval of this Subcontractor Modification to TampT Construction of Central Fla Inc resolves all requests for cost and time resulting from RFI 1714Flowable Fill Placement for Hub Area H3 Slab-on-Grade (SOG) Costs for testingand inspection if any will be submitted via future CR

Minutes of the Construction Committee Meeting February 18 2020 Page 9 of 39

HPC has submitted documentation including the subcontractors 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 TampT Construction of Central Fla Inc in the lump sum amount of $ 1616300 Deduct from CMAR Contingency $ (1616300)

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-S1) for this subcontract modification is TampT Construction of Central Fla Inc (MWBE) There is 966 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to TampTConstruction of Central Fla Inc on BP-S00143 South Terminal C Phase 1 - Airside Terminal Structure and Enclosure (GMP No 6-S1) for the total lumpsum amount of $1616300 with funding from General Airport Revenue Bonds

E Subcontractor Modification for BP-S00143 (GMP No 6-S1) with Kirlin Florida LLC for CR0450-6S1-RFI 1908 Exterior Domestic Cold-Water Piping InsulationMr Guirges presented the memorandum requesting approval for Hensel Phelps Construction (HPC) to issue a Subcontract Modification on BP-S00143 SouthTerminal C Phase 1 - Airside Terminal Structure and Enclosure (GMP No 6-S1) at the Orlando International Airport in the total deductive amount of($723000) to Kirlin Florida LLC for CR0450-6S1-RFI 1908 Exterior DomesticCold-Water Piping Insulation Bid Package for BP-S00143 2201 Plumbing has been previously awarded within GMP No 6S1 to Kirlin Florida LLC CC No2018052204H

HPC is requesting to issue a Subcontractor Modification to Kirlin Florida LLCin the total deductive Lump Sum amount of ($723000) for CR0450-6S1-RFI 1908Exterior Domestic Cold-Water Piping Insulation The modified scope of workconsists of the credits for replacing the 1-inch thick Cellular Glass insulation at exterior domestic cold-water piping with 1-inch thick Fiberglass insulation per RFI 1908 response

The approval of this Subcontractor Modification to Kirlin Florida LLC resolves all requests for cost and time resulting from RFI 1908

HPC has submitted documentation including the subcontractors 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

Minutes of the Construction Committee Meeting February 18 2020 Page 10 of 39

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

HPC to issue a subcontract modification to Kirlin Florida LLC in the deductive lump sum amount of $ (723000) Add to Owner Contingency $ 723000

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-S1) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is a 100 reduction in MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to KirlinFlorida LLC on BP-S00143 South Terminal C Phase 1 - Airside Terminal Structure and Enclosure (GMP No 6-S1) for the total deductive lump sumamount of ($723000) with funding credited to Passenger Facility Charges and General Airport Revenue Bonds

F Subcontractor Modifications for BP-S00143 (GMP No 6-S1) with Banker Steel Co LLC for CR0403-RFI 1604 Stair 161 and 162 Location and Stringer Support and CR0445-RFI 1703 Area 14 Soft Joint Support in Exterior Framing Clarification (CWA-BP-S143-007) Mr Guirges presented the memorandumrequesting approval for Hensel Phelps Construction (HPC) to issue SubcontractModifications on BP-S00143 South Terminal C Phase 1 - Airside Terminal Structure and Enclosure (GMP No 6-S1) at the Orlando International Airport in the total amount of $3449500 to Banker Steel Co LLC for CR0403-RFI1604 Stair 161 and 162 Location and Stringer Support and CR0445-RFI1703 Area 14Soft Joint Support in Exterior Framing Clarification (CWA-BP-S143-007) Bid Package for BP-S00143 0501 Structural Steel and Miscellaneous Metals has been previously awarded within GMP No 6-S1 to Banker Steel Co LLC CC No 20180410008

HPC is requesting to issue Subcontractor Modifications to Banker Steel Co LLC in the Lump Sum amounts of

1 $1531900 for CR0403-6S1-RFI 1604 Stair 161 and 162 Location andStringer Support The additional scope of work consists of necessarysteel members and stiffeners to support the stringer and allow installation of floor finish on the north edge of escalator pit 161 and on the south edge of escalator pit 162 per RFI 1604

2 $1917600 for CR0445-6S1-RFI 1703 Area 14 Soft Joint Support inExterior Framing Clarification The additional scope of work consistsof necessary steel members to support a soft joint for the exteriorframing in Area 14 per RFI 1703

The approval of these Subcontractor Modifications to Banker Steel Corp LLC resolves all requests for cost and time resulting from RFIs 1604 and 1703 scopes of work in GMP No 6-S1 Costs for Patching of Fireproofing and Insulation and Testing and Inspection if any will be submitted in a futureCR There are no cost impacts to GMP Nos 6-S 6-S2 6-S3 6-S4 6-S5 CR0445 closes out CWA-BP-S143-007

Minutes of the Construction Committee Meeting February 18 2020 Page 11 of 39

HPC has submitted documentation including the subcontractors 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 $ 3449500 Deduct from Owner Contingency $ (3449500)

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-S1) for this subcontract modification is Banker Steel Co LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue Subcontractor Modifications to Banker Steel Co LLC on BP-S00143 South Terminal C Phase 1 - Airside TerminalStructure and Enclosure (GMP No 6-S1) for the total lump sum amount of$3449500 with funding from Passenger Facility Charges and General AirportRevenue Bonds

G Subcontractor Modification for BP-S00144 (GMP No 6-S2) with Wal-Mark Contracting Group LLC for CR04152-6S2-RFIs 1667 and 16671 Ramp Level Overhang Framing and Insulation Mr Guirges presented the memorandum requesting approval for Hensel Phelps Construction (HPC) to issue a Subcontractor Modification on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes (GMP No 6-S2) at the Orlando International Airport in the total amount of $1841000 to Wal-Mark Contracting Group LLCfor CR04152-6S2-RFIs 1667 and 16671 Ramp Level Overhang Framing and Insulation Bid Package for BP-S144 0902 Framing and Drywall has been previously awarded within GMP No 6-S2 to Wal-Mark Contracting Group LLC CC No 20180605006

HPC is requesting to issue a Subcontractors Modification to Wal-Mark Contracting Group LLC in the total Lump Sum amount of $1841000 for CR04152-6S2-RFIs 1667 and 16671 Ramp Level Overhang Framing and Insulation The modified scope of work includes replacing the Smart Cl (Composite Insulation) system with conventional framing and batt insulation at the ramp level overhang per RFIs 1667 and 16671 response

The approval of this Subcontractor Modification to Wal-Mark Contracting GroupLLC resolves all requests for cost and time resulting from RFIs 1667 and 16671scope of work within GMP No 6-S2 Credits for the Ramp Level overhang metaldecking and composite insulation ldquoSmart Clrdquo were approved via CC 20191217003C Potential credit for the approximately 15250 SF of metal deck not installedin GMP No 6-S1 is being evaluated by the OAR and any cost for this creditwill be submitted in a future CR

HPC has submitted documentation including the subcontractors proposal tosupport this request An independent cost estimate is included By approving

Minutes of the Construction Committee Meeting February 18 2020 Page 12 of 39

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 Wal-Mark Contracting Group LLC in the lump sum amount of $ 1841000 Deduct from Owner Contingency $ (1841000)

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-S2) for this subcontract modification is Wal-Mark Contracting Group LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to Wal-MarkContracting Group LLC on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes (GMP No 6-S2) for the total lump sum amount of $1841000 with funding from Passenger Facility Charges and General Airport Revenue Bonds

H Subcontractor Modifications for BP-S00144 (GMP No 6-S2) with Wal-Mark Contracting Group LLC and Alpha Insulation and Waterproofing Inc forCR0449-6S2-RFI 18531 Roof Expansion Joint Framing at Parapet and CR04692-RFI 818 Series-Ramp Level Floor Fire Dampers without Floors Mr Guirges presented the memorandum requesting approval for Hensel Phelps Construction (HPC) to issue Subcontractor Modifications on BP-S00144 South Terminal CPhase 1 - Airside Enclosure and Exterior Finishes (GMP No 6-S2) at theOrlando International Airport in the total amount of $13070600 to Wal-Mark Contracting Group LLC and Alpha Insulation and Waterproofing Inc forCR0449-6S2-RFI 18531 Roof Expansion Joint Framing at Parapet and CR04692-RFI 818 Series-Ramp Level Floor Fire Dampers without Floors

Bid Package for BP-S00144 0902 Framing and Drywall has been previously awarded within GMP No 6-S2 to Wal-Mark Contracting Group LLC CC No20180605006

Bid Package for BP-S144 0701 Caulking and Waterproofing has been previously awarded within GMP No 6-S2 to Alpha Insulation and Waterproofing Inc CCNo 20180605006

HPC is requesting to issue the following Subcontractor Modifications

Wal-Mark Contracting Group LLC in the Lump Sum amount $3600600 for CR0449-6S2-RFI 18531 Roof Expansion Joint Framing at Parapet Themodified scope of work includes costs for the up-sized framing from 6-inch to 8-inch studs with additional plates at the expansion joint roof parapets in lieu of installing structural steel support per RFI 18531

Wal-Mark Contracting Group LLC in the Lump Sum amount $9237900 for CR04692-RFI 818 Series-Ramp Level Floor Fire Dampers without FloorsThe modified scope of work consists of additional framing and drywall

Minutes of the Construction Committee Meeting February 18 2020 Page 13 of 39

for the horizontal and vertical shaft enclosures in Areas 14 17 and 25only

Alpha Insulation and Waterproofing Inc in the Lump Sum amount of $232100 for CR04692-RFI 818 Series-Ramp Level Floor Fire Damperswithout Floors The modified scope of work adds firestopping to the wallshown on sheet Al3125 which changed to a 2-hours rated wall in Area 25

The approval of these Subcontractor Modifications to Wal-Mark ContractingGroup LLC and Alpha Insulation and Waterproofing Inc resolves all requests for costs resulting from the scopes of work in RFI 1853 series in GMP No 6-S2 and RFI 0818 series for Areas 14 17 and 25 only in GMP No 6-S2 Cost impacts to GMP No 6-S1 were submitted in CR04691-6S1-RFI 0818 Series-Ramp Level Floor Fire Dampers without Floors Cost impacts for Drawing Areas 1516 18 19 20 21 22 23 24 26 27 28 29 30 31 32 and 33 included inthe responses to RFI 0818 series if any will be submitted in a future CRThere are no cost impacts to GMP Nos 6-S 6-S3 6-S4 and 6-S5 HPC willsubmit TIA-079 requesting additional time associated with RFI 0818 seriesscope of work The OAR will evaluate TIA-079 and any time recommended to begranted will be submitted at a future CCM

HPC has submitted documentation including the subcontractors proposal tosupport their request An independent cost estimate is included

By approving this request the Owner does not waive its right to enforce thecontract 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 Wal-Mark Contracting Group LLC in the lump sum amount of $ 12838500 HPC to issue a subcontract modification to Alpha Insulation and Waterproofing Inc in the lump sum amount of $ 232100 Deduct from Owner Contingency $ (13070600)

Hensel Phelps Construction is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractors identified and committed to participate on BP-S00144 (GMP No 6-S2) for these subcontractor modifications are Wal-Mark Contracting LLC (Non-MWBELDBVBE) and Alpha Insulation and Waterproofing Inc (Non-MWBELDBVBE) There is no small business participation associated with these modifications

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue Subcontractor Modifications to Wal-MarkContracting Group LLC and Alpha Insulation and Waterproofing Inc on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes(GMP No 6-S2) for the total lump sum amount of $13070600 which includesthe lump sum amount of $12838500 to Wal-Mark Contracting Group LLC and the lump sum amount of $232100 to Alpha Insulation and Waterproofing Inc withfunding from Passenger Facility Charges and General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 14 of 39

I Subcontractor Modification for BP-S00144 (GMP No 6-S2) with Wal-Mark Contracting Group LLC for CR0458-6S2-RFI 1583 Gypsum Wallboard on EastExterior Wall (VE) Mr Guirges presented the memorandum requesting approval for Hensel Phelps Construction (HPC) to issue a Subcontractor Modification on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes(GMP No 6-S2) at the Orlando International Airport in the total deductiveamount of ($7689000) to Wal-Mark Contracting Group LLC for CR0458-6S2-RFI1583 Gypsum Wallboard on East Exterior Wall (VE) Bid Package for BP-S00144 0902 Framing and Drywall has been previously awarded within GMP No 6-S2 to Wal-Mark Contracting Group LLC CC No 20180605006

Hensel Phelps Construction is requesting to issue Subcontractors Modifications to Wal-Mark Contracting Group LLC in the total deductive Lump Sum amount of ($7689000) for CR0458-6S2-RFI 1583 Gypsum Wallboard on East Exterior WallContract Documents indicated an interior partition wall adjacent to an exterior wall system which also included a gypsum wallboard partition It was determined that the drywall associated with the exterior wall system could be deleted if inner curved partition could be extended to the deck The modified scope of work includes costs for the additional framing and drywall to extend the curved partition to the decking and includes credit for the deletion of the inner gypsum wallboard in Area 14 and Areas 25 through 32 of the North Airside Concourse per RFI 1583 and OAR responses

The approval of this Subcontractor Modification to Wal-Mark Contracting Group LLC resolves all requests for cost and time resulting from RFI 1583 scope ofwork

HPC has submitted documentation including the subcontractors 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 Wal-Mark Contracting Group LLC in the deductive lump sum amount of $ (7689000) Add to Owner Contingency $ 7689000

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-S2) for this subcontract modification is Wal-Mark Contracting Group LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to Wal-MarkContracting Group LLC on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes (GMP No 6-S2) for the total deductive lumpsum amount of ($7689000) with funding credited to Passenger Facility Charges and General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 15 of 39

J Subcontractor Modification for BP-S00146 (GMP No 7-S) with Banker Steel Co LLC for CR04721-LST-RFIs-2312 and 23121-Roof Stair 4x4 HSS Flashing 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 theOrlando International Airport in the total amount of $302500 to Banker Steel Co LLC for CR04721-LST-RFI-2312 and 23121-Roof Stair 4x4 HSS Flashing Bid Package 500 Structural Steel was previously awarded within GMP No 7-S to Banker Steel Co LLC CC No 20180313010

TKJV is proposing a subcontract modification to Banker Steel Co LLC in the total lump sum amount of $302500 for CR04721-LST-RFIs-2312 and 23121-RoofStair 4x4 HSS Flashing Previously approved CR0472 was based on RFI 2312 which included costs for supplemental steel to address flashing on the adjacent lower roofs and included two stair locations Each staircase revised in RFI 2312 included a set of staircases but CR 0472 only included costs for 2stairs The contractor requested clarification in RFI 23121 that the condition applied to all 4 stairs located at the lower roof which was confirmed Thescope of work in this request consists of all costs associated with the supplemental steel for the other 2 stairs

The approval of this subcontract modification to Banker Steel Co LLC resolves all requests for costs and time associated with LST RFI 23121

TKJV has submitted documentation including the subcontractors 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

Current GMP Line Item 6 value $ 137804300 TKJV to issue a subcontract modification to Banker Steel Co LLC in the lump sum amount of $ 302500 Deduct from Line Item 6 $ (302500) Remaining GMP Line Item 6 Value $ 137501800

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 Banker Steel Co LLC (Non-MWBELDBVBE) There is 825 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Banker Steel Co LLC on BP-S00146 South Terminal C Phase 1 - Landside Terminal Structure and Enclosure (GMP No 7-S) for the total lump sum amount of$302500 with funding from Passenger Facility Charges and General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 16 of 39

K Subcontractor Modification for BP-S00146 (GMP No 7-S) with Banker Steel Co LLC for CR0680-LST-RFI 29471-West Prow and Truss Deflection 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 theOrlando International Airport in the total amount of $3177200 to Banker Steel Co LLC for CR0680-LST-RFI 29471-West Prow and Truss Deflection Bid Package 500 Structural Steel was previously awarded within GMP No 7-S toBanker Steel Co LLC CC No 20180313010

TKJV is proposing a subcontract modification to Banker Steel Co LLC in the total lump sum amount of $3177200 for CR0680-LST-RFI 29471-West Prow and Truss Deflection Although the west prow structural steel deflections wereanticipated the deflected condition caused the sag rods and wind girts for the exterior wall in this area to be out of alignment with the exterior walland curtain wall systems RFI 29471 requested direction on bringing the sag rods and wind girts back into correct elevations The modified scope of work consists of changes to sag rod connections at the west prow revision of vertical location of sag rod connections and clips at GL L2 on Atrium HSSCross Truss as confirmed by RFI 29471

The approval of this subcontract modification to Banker Steel Co LLC resolves all requests for costs and time associated with LST RFIs 2947 and 29471

TKJV has submitted documentation including the subcontractors 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 Banker Steel Co LLC in the lump sum amount of $ 3177200 Current GMP No 7-S Line Item 6 Value $ 140981500 Deduct from Line Item $ (3177200) Remaining GMP No 7-S Line Item 6 Value $ 137804300

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 Banker Steel Co LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Banker Steel Co LLC on BP-S00146 South Terminal C Phase 1 - Landside Terminal Structure and Enclosure (GMP No 7-S) for the total lump sum amount of$3177200 with funding from General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 17 of 39

L Subcontractor Modifications for BP-S00147 (GMP No 7-S1) with MSE2 Inc dba Mader Southeast for CR05641-LST-Bulletin 23 Drywall-Backing and Framing for Added Devices CR0595-LST-Bulletin 32-Drywall and CR0599-LST-RFI 1980-Wall Type around Columns Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue Subcontract Modifications onBP-S00147 South Terminal C Phase 1 - Landside Terminal Remaining Structures and Systems (GMP No 7-S1) at the Orlando International Airport in the total amount of $834800 to MSE2 Inc dba Mader Southeast for CR05641-LST-Bulletin 23 Drywall-Backing and Framing for Added Devices CR0595-LST-Bulletin 32-Drywall and CR0599-LST-RFI 1980-Wall Type Around Columns at Area 9 Bid Package 910 Drywall and Framing was previously awarded within GMP No 7-S1 to MSE2 Inc dba Mader Southeast CC No 20181002009

TKJV is proposing the following subcontract modifications to MSE2 Inc dba Mader Southeast in the respective lump sum amounts of

1 $611700 for CR05641-LST-Bulletin 23 Drywall-Backing and Framing forAdded Devices The modified scope of work consists of additional backing and framing for devices and smoke dampers as per LST Bulletin 23

2 $294800 for CR0595-LST-Bulletin 32-Drywall The modified scope of work consists of additional costs for backing and blocking added signage as per LST Bulletin 32 revisions

3 ($71700) for CR0599-LST-RFI 1980-Wall Type Around Columns at Area 9 The modified scope of work consists of deletion of framing and drywall around columns at LST Area 9 Level 1 that were replaced with CMU perRFI 1980

The approval of these subcontract modifications to MSE2 Inc dba Mader Southeast resolves all requests for cost and time for

1 CR05641 with LST Bulletin 23 for Drywall in GMP No 7-S1 CR0564 for low voltage was submitted 10012019

2 CR0595 with LST Bulletin 32 for Drywall in GMP No 7-S1 There will beadditional costs forthcoming for signage in GMP No 7-S2 once the subcontract agreement is awarded There will be no costs for GMP No 7-S or GMP No 7-S3

3 CR0599 for all requests for cost and time associated with RFI 1980

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

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

TKJV to issue a subcontract modification to MSE2 Inc dba Mader Southeast in the lump sum amount of $ 611700 TKJV to issue a subcontract modification to MSE2 Inc dba Mader Southeast in the lump sum amount of $ 294800 TKJV to issue a subcontract modification to MSE2 Inc dba Mader Southeast in the lump sum amount of $ (71700) Deduct from PI Owner Contingency $ (587600) Deduct from P1X Owner Contingency $ (247200)

Minutes of the Construction Committee Meeting February 18 2020 Page 18 of 39

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-S1) for this subcontract modification is MSE2 Inc dba Mader Southeast (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue Subcontractor Modifications to MSE2 Inc dba Mader Southeast on BP-S00147 South Terminal C Phase 1 - LandsideTerminal Remaining Structures and Systems (GMP No 7-S1) for the total lumpsum amount of $834800 with funding from Passenger Facility Charges and General Airport Revenue Bonds

M Subcontractor Modifications for BP-S00150 (GMP No 9-S) with Skybuilders USA LLC for CR0362-PKG-Rental Extension Temporary Wall Protection Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando InternationalAirport in the total amount of $3903600 to Skybuilders USA LLC for CR0362-PKG-Rental Extension Temporary Wall Protection Bid Package 3100 Demolition was previously awarded within GMP No 9-S to Skybuilders USA LLC CC No 2017101016

TKJV is proposing a subcontract modification to Skybuilders USA LLC in thetotal lump sum amount of $3903600 for CR0362-PKG-Rental Extension TemporaryWall Protection he modified scope of work consists of all additional costsassociated with the rental extension of temporary wall protection for 8 months from October 18 2019 to June 20 2020 for 2478 LF of temporary panels 2195 LF of windscreen and 533 sandbags and rental extension for 4 months from February 20 2020 to June 20 2020 for 444 LF of temporary panels andwindscreen and 150 sandbags in various locations in the parking garage

The approval of this subcontract modification to Skybuilders USA LLC resolves all requests for costs and time resulting from the scope of work associated with CR0362

TKJV has submitted documentation including the subcontractors 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 Skybuilders USA LLC in the lump sum amount of $ 3903600 Deduct from CMAR Contingency $ (3903600)

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 Skybuilders USA LLC (MWBELDB) There is a 100 MWBE participation associated with this modification

Minutes of the Construction Committee Meeting February 18 2020 Page 19 of 39

Vice Chair Sharman asked if the completed eligibility was received for thisitem Ms Hinds answered yes

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Skybuilders USA LLC on BP-S00150 South Terminal C Phase 1 - Parking Facility- Phase 1 (GMP No 9-S) for the total lump sum amount of $3903600 with funding from Customer Facility Charges and General Airport Revenue Bonds

N Subcontractor Modification for BP-S00150 (GMP No 9-S) with Gulf Mechanical Contractors LLC for CR0492-PKG-RFI 1968-Electrical Room Door Size ChangesMr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando International Airport in the total amount of $167700 to Gulf Mechanical Contractors LLC for CR0492-PKG-RFI 1968 Series-Electrical Room Door SizeChanges Bid Package for 2200 Plumbing was previously awarded within GMPNo 9-S to Gulf Mechanical Contractors LLC CC No 20171010016

TKJV is proposing a subcontract modification to Gulf Mechanical ContractorsLLC in the total lump sum amount of $167700 for CR0492-PKG-RFI1968 Series-Electrical Room Door Size Changes The modified scope of work consists of all labor and material to trench and excavate reconfigured PVC pipes and fittingsrequired to accommodate a changed door opening dimension due to the responsefrom RFI 1968

The approval of this subcontract modification to Gulf Mechanical Contractors LLC resolves all requests for cost and time associated with RFI 1968 series for GMP No 9-S Remaining costs for RFI 1968 were previously submitted under GMP No 9-S1 as CR04921-PKG-RFI 1968-Electrical Room Door Size Changes

TKJV has submitted documentation including the subcontractors 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 cost or time

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

TKJV to issue subcontract modification to Gulf Mechanical Contractors LLC in the lump sum amount of $ 167700 Deduct from Owner Contingency $ (167700)

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 Gulf Mechanical Contractors LLC (Non-MWBELDBVBE) There is no small businessparticipation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Gulf

Minutes of the Construction Committee Meeting February 18 2020 Page 20 of 39

Mechanical Contractors LLC on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $167700 with funding from Customer Facility Charges and General Airport Revenue Bonds

O Subcontractor Modification for BP-S00150 (GMP No 9-S) with CCK ConstructionServices Inc for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU Mr Guirges presented the memorandum requesting approvalfor Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando International Airport in the total amount of $816800 to CCK Construction Services Inc for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU Bid Package 30 Concrete was previouslyawarded within GMP No 9-S to CCK Construction Services Inc CC No2017101016

TKJV is proposing a subcontract modification to CCK Construction ServicesInc in the total lump sum amount $816800 for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU The modified scope consists ofall materials and labor required for the additional footer and the Cast inPlace (CIP) tie beams as per RFI 1877

The approval of this subcontract modification resolves all requests for cost and time associated with RFI 1877 for GMP No 9-S Costs for Miscellaneous metals subcontractors will be submitted under CR 05531 for GMP No 9-S1

TKJV has submitted documentation including the subcontractors 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 CCK Construction Services Inc in the lump sum amount of $ 816800 Deduct from Owner Contingency $ (816800)

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 CCK Construction Services Inc (Non-MWBELDBVBE) There is 189 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to CCK Construction Services Inc on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $816800 with funding from Customer Facility Charges and General Airport Revenue Bonds

P Subcontract Award for BP-S00150 (GMP No 9-S) with Fine Tune Services LLC for CR0630-PKG-Rough and Final Cleaning Award Mr Guirges presented thememorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) toissue a Subcontract Award on BP-S00150 South Terminal C Phase 1 ParkingFacility - Phase 1 (GMP No 9-S) at the Orlando International Airport in thetotal amount of $15450000 to Fine Tune Enterprises Inc for CR0630-PKG-

Minutes of the Construction Committee Meeting February 18 2020 Page 21 of 39

Rough and Final Cleaning Award Bid Package for BP-S150 Parking FacilityPhase 1 was previously awarded to TKJV reference CC No 2017101016

TKJV is proposing a subcontract award for CR0630-PKG-Rough and Final Cleaning The scope of the award is for the cleaning of all concrete structures floorselevators and finished areas for the parking garage phase 2 in accordance with bid package 174 dated August 1 2019 and documents through PKG DSI 4 andCWS Bulletin 12 and as described in the Fine Tune Enterprises Inc proposal

The approval of this subcontract award to Fine Tune Enterprises Inc resolvesall costs associated with PKG Bid Package 174 and documents through DSI 4 andCWS Bulletin 12

TKJV has submitted documentation including the subcontractors 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 Subcontract Award for this project is as follows

TKJV to issue Subcontract Award to Fine Tune Enterprises Inc in the lump sum amount of $ 15450000 GMP Line Item 17 current balance $ (7500000) Deduct from P1 CMAR Contingency $ (6921000) Deduct from CWE CMAR Contingency $ (1029000) GMP Line Item 17 remaining balance $ 000

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 award is Fine Tune Enterprises Inc (MWBELDB) There is 100 MWBE participation associated with this award

Vice Chair Sharman asked if this request includes the cost for cleaning the canopies Mr Guirges stated that although the canopies are not installedyet this item includes final cleaning under the canopy area Ms Stockerl agreed that the estimate included the cost of final cleaning once the canopies are installed Vice Chair Sharman stated that funding is partially from the Campus Wide Improvements project Mr Ruohomaki stated that the funding sources can be re-evaluated if necessary Vice Chair Sharman agreed that the funding can be revised if needed

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontract Award to Fine Tune Enterprises Inc on BP-S00150 South Terminal C Phase 1 - Parking Facility- Phase 1 (GMP No 9-S) for the total lump sum amount of $15450000 withfunding from Customer Facility Charges and General Airport Revenue Bonds

Q Subcontractor Modification for BP-S00150 (GMP No 9-S) with CCK ConstructionServices Inc for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement 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 $156000 to CCK Construction

Minutes of the Construction Committee Meeting February 18 2020 Page 22 of 39

Services Inc for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement Bid Package 30 Concrete was previously awarded within GMP No 9-S to CCKConstruction Services Inc CC No 2017101016

TKJV is proposing a subcontract modification to CCK Construction ServicesInc in the total lump sum amount $156000 for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement The modified scope consists of additional laborand material to cut splice and adjust the promenade slab reinforcement

The approval of this subcontract modification resolves all requests for cost and time associated with PKG RFI 19851

TKJV has submitted documentation including the subcontractors 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 CCK Construction Services Incin the lump sum amount of $ 156000 Deduct from CMAR Contingency $ (156000)

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 CCK Construction Services Inc (Non-MWBELDBVBE) There is no small businessparticipation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to CCK Construction Services Inc on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $156000 with funding from Customer Facility Charges and General Airport Revenue Bonds

R Subcontractor Modification for BP-S00151 (GMP No 9-S1) with Quality Cable Contractors Inc for CR04301-PKG-Bulletin 10 and RFI 2690-Low Voltage Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00151 South Terminal C Phase 1 - Parking Facility Phase 2 (GMP No 9-S1) at the Orlando International Airport in the total amount of $5225700 to Quality Cable Contractors Inc for CR04301-PKG-Bulletin 10 and RFI 2690-Low Voltage Bid package 2800 Low Voltage Electrical was previously awarded within GMP No 9-S1 Parking Facility Phase 2 to Quality Cable Contractors Inc CC No2018092525A

TKJV) is proposing a subcontract modification to Quality Cable Contractors Inc in the total lump sum amount of $5225700 for CR04301-PKG-Bulletin 10and RFI 2690-Low Voltage The modified scope of work consists of additional materials labor and equipment for ten (10) additional access controls at PKGdoors and the credit associated with the blue phone and camera outletsrevisions per PKG Bulletin 10 and RFI 2690

Minutes of the Construction Committee Meeting February 18 2020 Page 23 of 39

The approval of this subcontract modifications to Quality Cable ContractorsInc resolves all requests for costs and time resulting from PKG Bulletin 10 and RFI 2690 for GMP No 9-S1 CR0430 was submitted for GMP No 9-S CC No20190910021 This request resolves all requests for cost and time for RFI2690 for Low Voltage costs for the hardware changes for Taylor Cotton amp Ridley Inc GMP No 9-S1 was submitted under CR0776

TKJV has submitted documentation including the subcontractors 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 award to Quality Cable Contractors Inc in the lump sum amount of $ 5225700 Deduct from Owner Contingency $ (5225700)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00151 (GMP No 9-S1) for this subcontractor modificationis Quality Cable Contractors Inc (MWBELDB) There is 100 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Quality Cable Contractors Inc on BP-S00151 South Terminal C Phase 1 - ParkingFacility Phase 2 (GMP No 9-S1) for the total lump sum amount of $5225700 with funding from Customer Facility Charges and General Airport Revenue Bonds

S Subcontractor Modification for BP-S00163 (GMP No 5-S5) with The Middlesex Corporation for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place (CIP)Rectangular Beam Canopy Anchor Bolt Locations Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) toissue a Subcontract Modification on BP-S00163 South Terminal C Phase 1 -EnplaneDeplane Bridge and Roadways Balance of Work - FDOT (GMP No 65-S5)at the Orlando International Airport in the total amount of $2295700 to The Middlesex Corporation for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place(CIP) Rectangular Beam Canopy Anchor Bolt Locations Bid Package 3400 EnplaneDeplane Bridge-Combined Piers and Piles was previously awarded within GMP No 5-S5 EnplaneDeplane Bridge and Roadways Balance of Work -FDOT to The Middlesex Corporation CC No 20180605007

TKJV is proposing a subcontract modification to The Middlesex Corporation in the total lump sum amount of $2295700 for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place (CIP) Rectangular Beam Canopy Anchor Bolt Locations The CIP beams were formed and rebar installed but were found to have a discrepancy between the LSC (Landside Civil) and LST (Landside Terminal) drawings with thecanopy anchor bolt locations RFI 3051 response confirmed that the proposed structural adjustment to drill and epoxy the rebar inside the limits of the CIP rectangular beam is acceptable RFI 30511 response confirmed that the proposed epoxy product is acceptable RFI 3249 response provided the details of alternative reinforcement at the canopy column locations The modifiedscope of work consists of all the labor material and equipment costs

Minutes of the Construction Committee Meeting February 18 2020 Page 24 of 39

associated with the relocation of the anchor bolts and the structural adjustments required as per the EOR responses to RFIs 3051 30511 and 3249

The approval of this subcontract modification to The Middlesex Corporationresolves all requests for cost and time resulting from RFIs 3051 30511 and3249

TKJV has submitted documentation including the subcontractors 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 $ 2295700 Deduct from Phase 1 CMAR Contingency $ (2295700)

Due to the funding source of this GMP No 5-S5 Turner-Kiewit Joint Ventureproposed a 20 DBE participation goal for Bid Package 3400 EnplaneDeplane Bridge and Roadways Balance of Work - FDOT in lieu of MWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by this modification The subcontractor identified and committed to participate on BP-S00163 (GMP No 5-S5) for this subcontract modification is The Middlesex Corporation(Non-DBE) There is no DBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to The Middlesex Corporation on BP-S00163 South Terminal C Phase 1 - EnplaneDeplane Bridge and Roadways Balance of Work - FDOT (GMP No 5-S5) for the total lumpsum amount of $2295700 with funding from Passenger Facility Charges

T Subcontractor Modification for BP-S00168 (GMP No 6-S4) with MC Dean Inc for CR03382-6S4 ASC RFI 1621 Emergency Communications System (ECS) Speakersndash Low Voltage Mr Guirges presented the memorandum requesting approval forHensel Phelps Construction (HPC) to issue Subcontract Modifications on BP-S00168 South Terminal C Phase 1 - Interior Finishes and Specialties (GMPNo 6-S4) at the Orlando International Airport in the total amount of $2102300 to MC Dean Inc for CR03382-6S4 ASC RFI1621 EmergencyCommunications System (ECS) Speakers - Low Voltage Bid Package BP-S168 2701ASC Low Voltage Systems was previously awarded within the GMP No 6-S4 toMC Dean Inc CC No 20181002010

HPC is requesting to issue a Subcontractor Modification to MC Dean Inc in the total Lump Sum amount of $2102300 for CR03382-6S4 ASC RFI 1621 Emergency Communications System (ECS) Speakers - Low Voltage The response to RFI 1621 provided updated Technology drawings and schedule showing the Low VoltageRequirements for the Type 4 Wall Mount Emergency Communications SystemsSpeakers in Transfer Level Areas 16 and 17 The modified scope of work consistsof the costs associated with the additional conduits and 1-port Cat 6 cables required to those speakers for the low voltage scope per RFI 1621 response and sketches

Minutes of the Construction Committee Meeting February 18 2020 Page 25 of 39

The approval of this Subcontractor Modification to MC Dean Inc resolves all requests for cost and time resulting from RFI 1621 in GMP No 6-S4 Cost impacts for Electrical work associated with RFI 1621 in GMP No 6-S2 will besubmitted via CR03381-6S2-0143 There is no cost impact for RFI 1621 in GMP Nos 6-S 6-S1 6-S3 6-S5 or 6-S6

HPC has submitted documentation including the subcontractors 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 MC Dean Inc in the lump sum amount of $ 2102300 Deduct from Owner Contingency $(2102300)

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-S4) for this subcontract modification is MC Dean Inc (Non-MWBELDBVBE) There is 835 MWBE participationassociated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue Subcontractor Modifications to MC Dean Inc on BP-S00168 South Terminal C Phase 1 - Interior Finishes andSpecialties (GMP No 6-S4) for the total lump sum amount of $2102300 with funding from Passenger Facility Charges and General Airport Revenue Bonds

U Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0609-LST-RFIs 2513 25131 and 25132-Sink type per Location Verification Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $295100 to Kirlin Florida LLC for CR0609-LST-RFIs 2513 25131 and 25132- Sink type per Location Verification Bid Package BP 2300 Plumbing andHVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $295100 for CR0609-LST-RFIs 2513 25131 and 25132- Sink type per Location Verification The modified scope of work consists ofall costs associated with the change in fixture specification for the AG Lab sink from the S-2 tag to a custom steel two-bay sink with two drain boards disposal cone washout spray vacuum breaker solenoid valve and piping as captured in RFI 2513 confirmation of custom sink model number per RFI 25131 and the confirmation of the disposal waste drain opening size in RFI 25132

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFIs 2513 25131 and 25132

TKJV has submitted documentation including the subcontractors proposal to support their request An independent cost estimate is included By approving

Minutes of the Construction Committee Meeting February 18 2020 Page 26 of 39

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 Kirlin Florida LLC in the lump sum amount of $ 295100 Deduct from Owner Contingency $ (295100)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $295100with funding from General Airport Revenue Bonds

V Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0621-LST-RFI 2544- Missing Civil Storm Pipe Correction Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the OrlandoInternational Airport in the total amount of $563200 to Kirlin Florida LLCfor CR0621-LST-RFI 2544-Missing Civil Storm Pipe Connection Bid Package BP 2300 Plumbing and HVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No 2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $563200 for CR0621-LST-RFI 2544-Missing Civil Storm Pipe Connection The modified scope of work consists of all additional costsassociated with a net add of underground plumbing piping to correspond withthe new civil design between L1 and L2 per RFI 2544

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 2544

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the lump sum amount of $ 563200 Deduct from P1 Owner Contingency $ (563200)

Minutes of the Construction Committee Meeting February 18 2020 Page 27 of 39

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $563200with funding from Passenger Facility Charges and General Airport Revenue Bonds

W Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0710-LST-RFI 1727-AC Humidifiers Missing Domestic Chilled Water (DCW) Piping Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $446500 to Kirlin Florida LLC for CR0710-LST-RFI 1727-AC Humidifiers Missing Domestic Chilled Water (DCW) Piping Bid Package BP 2300 ldquoPlumbing andHVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $446500 for CR0710-LST-RFI 1727-AC humidifiersmissing DCW pipe The modified scope of work consists of additional domesticcold-water connections and piping for the AC units with humidifiers

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 1727

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the lump sum amount of $ 446500 Deduct from CMAR Phase 1 Contingency $ (324700) Deduct from CMAR Phase 1X Contingency $ (121800)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Minutes of the Construction Committee Meeting February 18 2020 Page 28 of 39

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $446500with funding from Passenger Facility Charges and General Airport Revenue Bonds

X Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0753-LST-RFI 2368-Duct Blanket R-Value 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-S3) at the OrlandoInternational Airport in the total deductive amount of ($6747700) to Kirlin Florida LLC for CR0753-LST-RFI 2368-Duct Blanket R-Value Bid Package BP 2300 Plumbing and HVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No 2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal deductive lump sum amount of ($6747700) for CR0753-LST-RFI 2368-DuctBlanket R-Value The modified scope of work consists of all additions anddeductions associated with the use of a 233-inch-thick 34-lbcu mineralfiberglass blanket instead of the specified 2-inch thick 15-lbcu mineralfiberglass blanket on HVAC duct systems per RFI 2368

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 2368

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the deductive lump sum amount of $ (6747700) Add to P1 Owner Contingency $ 4907600 Add to P1X Owner Contingency $ 1840100

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-DBEMWBELDBVBE) There is a reduction of 100 DBE participationassociated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin

Minutes of the Construction Committee Meeting February 18 2020 Page 29 of 39

Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total deductive lump sum amount of($6747700) with funding credited to Passenger Facility Charges and GeneralAirport Revenue Bonds

Y Subcontractor Modifications for BP-S00173 (GMP No 7-S3) with MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Mr Guirges presented the memorandum requesting approval forTurner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $985400 to MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Bid Package BP 2600 Electrical waspreviously awarded within GMP No 7-S3 to MC Dean Inc CC No 2018100211

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $575400 for CR06161-LST RFI 2611-Missing PACSEnclosures RFI 2611 requested information regarding routing of PACS (Physical Access Control System) door panels to IDF rooms innear US Customs and Border Protection (CBP) spaces The modified scope of work consists of all labor material and equipment associated with the addition of power for (11) PACS enclosures as captured in RFI 2611

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $410000 for CR0692-LST-Bulletin 31-Electrical Themodified scope of work consists of all costs associated with the confirmed Electrical panel additions per new circuit descriptions andload updates

The approval of these subcontract modifications to MC Dean Inc as proposedin CR06161-LST RFI 2611-Missing PACS Enclosures resolves all requests forcosts and time associated with LST RFI 2611 for GMP No 7-S3 Electrical CR0616 CC No 20191217-3-1 resolved all cost and time for GMP No 7-S1 LowVoltage There will be no forthcoming CRs for RFI 2611

The approval of this subcontract modification as proposed to MC Dean inCR0692-LST-Bulletin 31-Electrical Inc resolves all requests for costs andtime associated with LST Bulletin 31 Electrical scope A CR for GMP No 7-S1Low voltage scope is forthcoming

TKJV has submitted documentation including the subcontractors 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 for CR06161 to MC Dean Inc in the lump sum amount of $ 575400 TKJV to issue a subcontract modification for CR0692 to MC Dean Inc in the lump sum amount of $ 410000 Deduct from PI Owner Contingency $ (985400)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on

Minutes of the Construction Committee Meeting February 18 2020 Page 30 of 39

BP-S00173 (GMP No 7-S3) for this subcontract modification is MC Dean Inc(Non-DBE) There is no small business participation associated with thismodification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue Subcontractor Modifications to MC Dean Inc on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $985400 withfunding from General Airport Revenue Bonds

Z Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0662-AFC-Power and Laydown Yard to QC Lab Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $2817800 to Kiewit Infrastructure South Cofor CR0662-AFC-Power and Laydown Yard to QC Lab Bid Package 34101 Site Electrical and Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $2817800 for CR0662-AFC-Power and Laydown Yard to QC Lab The scope of work consists of all labor material and equipmentrequired to install the power to the Quality Control (QC) lab located off Wiley Road from the Security Check Point and construct a lay-downparking areaat the QC lab and subsequently remove it when the lab is no longer needed The dimensions for the base material needed for the lay-downparking area are 50-foot by 50-foot next to the lab and 12-foot by 30-foot in front of the lab

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Power and Laydown Yard to QC Lab scope of work

TKJV has submitted documentation including the subcontractors 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 Kiewit Infrastructure South Co in the lump sum amount of $ 2817800 Deduct from P1 Owner Contingency $ (1551700) Deduct from P1X Owner Contingency $ (1266100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Minutes of the Construction Committee Meeting February 18 2020 Page 31 of 39

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $2817800 with fundingfrom General Airport Revenue Bonds

AA Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0672-AFC-Test Pit Remediation Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $6069900 to Kiewit Infrastructure South Co forCR0672-AFC-Asphalt Millings Shortage Bid Package 34101 Site Electricaland Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $6069900 for CR0672-AFC-Asphalt MillingsShortage The modified scope of work consists of all costs associated withasphalt milling RAP (Reclaimed Asphalt Pavement) for use on crane pads accessroad and pedestrian paths as tracked by the time and material (TampM) tickets

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Asphalt Millings Shortage

TKJV has submitted documentation including the subcontractors proposal to support their request An independent cost review 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 Kiewit Infrastructure South Co in the lump sum amount of $ 6069900 Deduct from P1 Owner Contingency $ (2724800) Deduct from P1X Owner Contingency $ (3345100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is 87 LDB participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $6069900 with fundingfrom General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 32 of 39

GENERAL

REQUEST FOR APPROVAL TO REIMBURSE THE HYATT FOR WORK PERFORMED DURING BP-00474HYATT REGENCY GUEST ROOMCORRIDOR RENOVATION AT THE ORLANDO INTERNATIONAL AIRPORT 4 Ms Grant presented the memorandum dated February 18 2020 along with aninvoice from Hyatt Regency dated September 30 2019 for BP-00474 Hyatt GuestRoomCorridor Renovation at the Orlando International Airport The invoice is to provide reimbursement for emergency work to clean the 7th Floor after a sprinkler activation repair cut phone lines in several rooms and clean rooms for turnover which was not completed by the General Contractor (GC) in time to turn over thoserooms

If approved this reimbursement would be effective February 18 2020

Ms Schneider asked if the contractor was back-billed for this Mr Ruohomaki answered no that this is a negotiated settlement Vice Chair Sharman stated that this was done to finish the renovations and open the areas earlier which was in the best interest of the Aviation Authority

Vice Chair Sharman asked if R W Block Consulting Inc had reviewed the invoiceand will sign-off on it Mr Kurek answered yes it will be signed

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve to Reimbursethe Hyatt Regency for Work performed during BP-00474 Hyatt Guest RoomCorridor Renovation for the total lump sum fee amount of $926994 with funding frompreviously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 107 TO THE CONTINUING PROGRAMAND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR A NO-COST STAFFING CHANGE FOR THE CONSTRUCTION PHASE OAR SERVICES FOR BP-00482 GATE E-50 AND CHECKPOINT CHARLIE DEVELOPMENT ATTHE ORLANDO INTERNATIONAL AIRPORT 5 Mr Sorondo presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 5 2020 for a No-Cost Staffing Change for the Construction Phase OAR Services forBP-00482 Gate E-50 and Checkpoint Charlie Development at the Orlando International Airport On September 24 2019 the Construction Committee approved Addendum No107 to the above-referenced agreement in the amount of $24677100 for ConstructionPhase OAR Services Since that time a no-cost staffing change is being requested to replace the JMATT Construction Services LLC Senior Inspector who is stillengaged on another project with an A2 Group Inc Inspector and a Geotech Consultants International Inc dba GCI Inc Senior Inspector as furthered described in the Consultantrsquos proposal

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contractrsquos MWBELDBVBE specifications and determined that the proposed no-cost staffing change includes a reduction to JMATT Construction Services LLC (MWBE)in the amount of ($5355000) and an add to A2 Group Inc (DBE) in the amount of$2100000 resulting in an overall 28 MWBE participation for this Addendum No 107 and Amendment Nos 1 and 2

Vice Chair Sharman asked if Geotech Consultants International Inc dba GCI Inc was switching subconsultants Mr Sorondo answered yes

Minutes of the Construction Committee Meeting February 18 2020 Page 33 of 39

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 107 to the Continuing Program and Project Management Services (OARPrime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for No-Cost Staffing Change for the Construction Phase OAR Services for BP-00482 Gate E-50 and Checkpoint Charlie Development there is no fiscal impact associatedwith this item

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN AMENDMENT TO PURCHASING CONTRACT 01-20 PERSONNEL SCREENING SERVICES WITH COVENANT AVIATION SECURITY AT THE ORLANDO INTERNATIONAL AIRPORT 6 Mr Shedek presented the memorandum dated February 18 2020 for Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC at the Orlando International Airport On January 7 2020 the Construction Committee approved Agenda Item No 11 for anAmendment to Purchasing Contract 01-20 Personnel Screening Services with CovenantAviation Security LLC for Personnel Screening Services on BP-00491 West Security Screening Checkpoint Expansion - Package 2 for a total not-to-exceed expense amountof $200000 with funding from project funds (ie previously-approved CapitalExpenditure Funds and General Airport Revenue Bonds) Since then it has been determined that these services will not be required

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC there is no fiscal impact associatedwith this item

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR E-00264 NORTH PARK PLACE LIGHT POLE REPLACEMENT AT THE ORLANDO INTERNATIONAL AIRPORT 7 Mr Graham presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for E-00264 North Park Place Light PoleReplacement at the Orlando International Airport The scope of the project is toremove and replace 49 parking lot light poles located in the North Park Place parkinglot re-install the existing light fixtures and provide ancillary replacement parts as necessary at the Orlando International Airport

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 42 MWBE participation on this Addendum

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for E-00264 North Park Place Light Pole Replacement for the total not-to-exceed fee amount of $2396100 with funding from previously-approved Discretionary Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 34 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE TICKET LOBBY MODIFICATIONS ANDIMPROVEMENTS AGREEMENT WITH CT HSU amp ASSOCIATES PA FOR CONSTRUCTION ADMINISTRATION SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 8 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from CT Hsu amp Associates PA dated January 30 2020 to provide Construction Administration Services for V-00906 West Checkpoint Video Walls a the Orlando International Airport Services will include CA services shop drawing review and coordination for the installation of the four LED video walls under the Chilirsquos Restaurant at the West Security Checkpoint A and B Sides

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that CT Hsu ampAssociates PA proposes 604 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Ticket Lobby Modifications and Improvements Agreement with CT Hsuamp Associates PA for Construction Administration Services for V-00906 West Checkpoint Video Walls for the total amount of $5624000 which includes the not-to-exceed fee amount of $5511700 and the not-to-exceed reimbursable expense amount of $112300 with funding from previously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 9 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for the above referenced project This project provides two large and two small Video Walls in the West Checkpoint area ofthe Great Hall on Landside Level 3

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 694 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for Construction Phase OAR Services for V-00906 West Checkpoint Video Walls for the total not-to-exceed fee amount of $4771500 with funding from previously-approved Capital Expenditure Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 35 of 39

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 19 TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT (OAR PRIME ENTITY) SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC TO PROVIDE ADDITIONAL CONSTRUCTION PHASE OAR SERVICES FOR V-00933 PODS A AND B FLOOR REPAIR AT THE ORLANDO INTERNATIONAL AIRPORT 10 Mr Willems presented the memorandum dated February 18 2020 along with aproposal from AECOM Technical Services Inc dated January 23 2020 to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair at the Orlando International Airport On November 19 2019 the Construction Committee approved Addendum No 19 in the amount of $714400 to the above-referencedagreement Since that time it has been determined that additional Construction Phase OAR Services are required as furthered described in the Consultantrsquos proposal dated January 23 2020

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the required services AECOM Technical Services Inc does not propose any MWBE LDB or VBE participation on this Amendment

Mr Patterson asked if this work will be ending next week Mr Willems answered yes

Mr Patterson stated that the timing of the work needed to be coordinated withOperations to avoid the holiday rush Mr Ruohomaki stated that due to these timingissues the OAR (AECOM Technical Services Inc) needs additional time to continue providing OAR Services on the project through close-out

Vice Chair Sharman asked if RW Block Consulting Inc had any outstanding issues with this request Ms Rainey responded that a change order on V-00933 requestinga time extension has not been received Mr Willems stated that the Contractor has not yet requested additional time but that a change order can be submitted to asubsequent Construction Committee Meeting Vice Chair Sharman asked if RW Block Consulting Inc would be amenable to this request once the change order is receivedMs Rainey answered yes [Subsequent to the Construction Committee meeting following review by the Contractor and OAR it was determined that a time extension change order would not be required RW Block Consulting Inc finds this item acceptable]

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 19 to the Continuing Program and Project Management (OAR Prime Entity) Services Agreement with AECOM Technical Services Inc to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair for thetotal not-to-exceed fee amount of $676800 with funding from previously-approvedOperation and Maintenance Funds

REQUEST FOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH HW DAVIS CONSTRUCTION INC FORV-00957 REPAIR SUB-CANOPIES LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 11 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from HW Davis Construction Inc dated October 23 2019 for V-00957Repair Sub-Canopies Level 3 A and B Enplane Drive at the Orlando InternationalAirport Project scope is to provide all labor equipment and materials to fabricatedeliver and install new fabric cover strips at diagonal steel braces at the sub-canopies rain protection covers at nine canopy locations and repair two separatedcable pockets at Canopy Nos 6 and 16 at the Orlando International Airport The duration of the project is 30 calendar days for Substantial Completion and 30

Minutes of the Construction Committee Meeting February 18 2020 Page 36 of 39

calendar days for Final Completion with a contemplated Notice to Proceed (NTP) date of February 24 2020

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that due to the limited scope of the required services HW Davis Construction Inc does notpropose any MWBELDBVBE participation on this Job Order Construction Services Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve a JobOrder Construction Services Addendum to the Continuing Vertical Construction Services Agreement with HW Davis Construction Inc for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total direct-negotiated amount of $3573300 andwaive the requirement for Performance and Payment Bonds with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR V-00957 REPAIR SUB-CANOPIES AT LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 12 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated January 31 2020 is to provide Construction Phase OAR Services on the above-referenced project

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the services to be provided Geotech Consultants International Inc dba GCI Inc does not propose any MWBELDBVBE participation on this Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total not-to-exceed fee amount of $290700 with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH GOMEZ CONSTRUCTION COMPANY FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) AT THE ORLANDO INTERNATIONAL AIRPORT 13 This item was deferred

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) ATTHE ORLANDO INTERNATIONAL AIRPORT 14 This item was deferred

Minutes of the Construction Committee Meeting February 18 2020 Page 37 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING ENVIRONMENTAL ENGINEERING CONSULTANT SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC FOR INSTALLATIONOF NEW MONITORING WELLS IMPLEMENTATION OF ONE SEMI-ANNUAL POST-ACTIVE REMEDIATIONMONITORING (PARM) AND PREPARATION OF ONE PARM REPORT AT THE FORMER DAYRON FACILITYFOR W-00072 OEA REMEDIATION OF DAYRON PLUME AT THE ORLANDO EXECUTIVE AIRPORT 15 Mr Carrington presented the memorandum dated February 18 2020 along with a proposal from AECOM Technical Services Inc dated February 10 2020 to provide for the installation of eleven new monitoring wells implementation of one semi-annual groundwater Post-Active Remediation Monitoring (PARM) and the preparation and submission of one PARM report at the former Dayron Facility at the OrlandoExecutive Airport The one semi-annual PARM monitoring event to be performed in late March or early April 2020

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that AECOM Technical Services Inc proposes 331 MWBE and 80 LDB participation on this Addendum

Mr Ruohomaki asked if this was in pursuit of a NFA designation (No Further Action)Mr Carrington answered yes

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve an Addendum to the Continuing Environmental Engineering Consultant Services Agreement with AECOMTechnical Services Inc for Installation of New Monitoring Wells Implementation of One Semi-Annual Post-Active Remediation Monitoring (PARM) and Preparation of One PARM Report at the Former Dayron Facility for W-00072 OEA Remediation of DayronPlume at the Orlando Executive Airport for the total amount of $7150000 which includes the not-to-exceed fee amount of $4112700 and the not-to-exceed reimbursable expense amount of $3037300 with funding from OEA Environmental Liability Funds

REQUEST FOR RECOMMENDATION OF APPROVAL OF NO-COST ADDENDA TO THE CONTINUING TRANSPORTATION PLANNING CONSULTING SERVICES AGREEMENTS TO EXERCISE THE SECOND AND FINAL ONE-YEAR RENEWAL OPTION 16 Ms Anderson presented the memorandum dated February 18 2020 requesting the recommendation of approval of No-Cost Addenda to the Continuing Transportation Planning Consulting Services Agreements to exercise the second and final one-year renewal option In June 2016 the Aviation Authority Board approved ContinuingTransportation Planning Consulting Services Agreement with the below firms Theprovisions in the agreement include a base three-year term with two subsequent optional one-year renewal periods upon mutual agreement of the parties

Each firmrsquos first one-year renewal expires as follows

Firm Expiration Date HNTB Corporation July 26 2020 HDR Engineering Inc September 12 2020

In order to maintain these services on an as-needed basis for routine operations staff requires the services of the above-referenced firms The firms were requested to provide their concurrence to exercise the second and final one-year renewal option

Upon motion of Mr Patterson second by Mr Hunt vote carried to recommend to theAviation Authority Board approval of No-Cost Addenda to the Continuing Transportation

Minutes of the Construction Committee Meeting February 18 2020 Page 38 of 39

Planning Consulting Services Agreements to Exercise the Second and Final One-Year Renewal Option there is no fiscal impact associated with this item

REQUEST FOR APPROVAL OF CONTRACTORrsquoS FINAL PAYMENT TO HL PRUITT CORPORATION FOR E-00212 INVENTORY AND MARKING OF AIRFIELD LIGHTING AT THE ORLANDO INTERNATIONALAIRPORT 17 Mr Patterson presented the memorandum dated February 18 2020 requesting the Contractorrsquos Final Payment to HL Pruitt Corporation for E-00212 Inventory andMarking of Airfield Lighting at the Orlando International Airport The Construction Contract for the referenced project has been completed and all issues involving the Contractor have been addressed and resolved

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve theContractorrsquos Final Payment Authorization to HL Pruitt Corporation for E-00212Inventory and marking of Airfield Lighting at the Orlando International Airport

INFORMATION ITEMS

18 The following items were presented for information only

A Field Change Order (FCO) Log

B Revised Supporting Documentation for Change Order PS-00329-11 Parking Access and Revenue Control System (PARCS) Replacement at The OrlandoInternational Airport [From Construction Committee on July 30 2019 ItemNo 1-F] [The Construction Committee determined that this information item should be converted to an action item and it was motioned with Item No 2-B]

C Revised Coversheet for Hensel Phelps Construction to issue a SubcontractModification to Inland Construction and Engineering Inc for BP-S00144South Terminal C Phase 1 - Airside Enclosure amp Exterior Finishes (GMPNo 6-S2) at The Orlando International Airport [From ConstructionCommittee on November 26 2019 Item No 2-D]

D Additional Supporting Documentation for Request for Recommendation ofApproval of an Amendment to Addendum No 7 to the Construction Management at Risk (CMR) Entity Services for the South Terminal C Phase 1 (STC-P1)Agreement with Turner-Kiewit Joint Venture for BP-S00150 South TerminalC Phase 1 ndash Parking Facility (GMP 9-S) at The Orlando International Airport [From Construction Committee on December 17 2019 Item No 5]

E Revised Coversheet for Request for Approval of an Addendum to the Technology and Multi-Media Specialty Engineer for the South Terminal CPhase 1 Agreement with Burns Engineering Inc for Design Services related to Customs Border and Patrol (CBP) final review for W-S00113 South Terminal C Phase 1 ndash Experiential Media Environment (EME) at The OrlandoInternational Airport [From Construction Committee on February 4 2020Item No 10]

F Office of Small Business Participation Memorandum for the Request forRecommendation of Approval of the FFampE and IT Estimate Procurement Plan and Process for Updating the Construction Committee for W-S00145 SouthTerminal C Phase 1 and Phase 1X (STC-P1 and P1X) Owner Furnished FFampE and IT Items at The Orlando International Airport [From ConstructionCommittee on February 4 2020 Item No 11]

______________________________

Minutes of the Construction Committee Meeting February 18 2020 Page 39 of 39

ADJOURNMENT

19 There being no further business for discussion the meeting was adjourned at 910 am

Kathleen Sharman Vice Chair Construction Committee Chief Financial Officer

Page 8: On TUESDAY, FEBRUARY 18, 2020 , the CONSTRUCTION … · Mike Patterson, Director of Construction . Gary Hunt, Director of Maintenance . ... Steve Pue, GOAA Maintenance . Vendla Davermann,

Minutes of the Construction Committee Meeting February 18 2020 Page 8 of 39

The approval of this Subcontractor Modification to ECS Florida LLC resolves all requests for cost and time associated with the ECS Testing BudgetAdjustment in GMP No 6-S1 Costs for the additional Structural Steel andBuilding Envelope TestingInspection were approved in CC No 2019121703B

HPC has submitted documentation including the subcontractors proposal tosupport this request By approving this request the Owner does not waive its right to enforce the contract requirements for other requests for cost ortime

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

HPC to issue a subcontract modification to ECS Florida LLC in the not-to-exceed amount of $ 20382400 Deduct from Owner Contingency $ (20382400)

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-S1) for this subcontract modification is ECS Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to ECSFlorida LLC on BP-S00143 South Terminal C Phase 1 - Airside Terminal Structure and Enclosure (GMP No 6-S1) for the total not-to-exceed amount of $20382400 with funding from Passenger Facility Charges and GeneralAirport Revenue Bonds

D Subcontractor Modification for BP-S00143 (GMP No 6-S1) with TampT Constructionof Central Fla Inc for CR0434-6S1-RFI 1714 Flowable Fill Placement for HubArea H3 Slab-on-Grade (SOG) Mr Guirges presented the memorandum requesting approval 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-S1) at the Orlando International Airport in the total amount of $1616300 to TampT Construction of Central Fla Inc for CR0434-6S1-RFI 1714 Flowable Fill Placement for Hub Area H3 Slab-on-Grade (SOG) Bid Package 0302 Building Concrete has been previously awarded within GMP No 6-S1 to TampT Construction of Central Fla Inc CC No201800410008

HPC is requesting to issue a Subcontractor Modification to TampT Construction of Central Fla Inc in the total Lump Sum amount of $1616300 for CR0434-6S1-RFI 1714 Flowable Fill Placement for Hub Area H3 Slab-on-Grade (SOG) Theadditional scope of work consists of the costs associated with the additionallabor material and equipment required to place the approved flowable fill mixture underneath the design elevation for the Slab-on-Grade placement and concrete for the thickened edge perimeter in the Airside Concourse Hub AreaH3 per RFI 1714

The approval of this Subcontractor Modification to TampT Construction of Central Fla Inc resolves all requests for cost and time resulting from RFI 1714Flowable Fill Placement for Hub Area H3 Slab-on-Grade (SOG) Costs for testingand inspection if any will be submitted via future CR

Minutes of the Construction Committee Meeting February 18 2020 Page 9 of 39

HPC has submitted documentation including the subcontractors 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 TampT Construction of Central Fla Inc in the lump sum amount of $ 1616300 Deduct from CMAR Contingency $ (1616300)

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-S1) for this subcontract modification is TampT Construction of Central Fla Inc (MWBE) There is 966 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to TampTConstruction of Central Fla Inc on BP-S00143 South Terminal C Phase 1 - Airside Terminal Structure and Enclosure (GMP No 6-S1) for the total lumpsum amount of $1616300 with funding from General Airport Revenue Bonds

E Subcontractor Modification for BP-S00143 (GMP No 6-S1) with Kirlin Florida LLC for CR0450-6S1-RFI 1908 Exterior Domestic Cold-Water Piping InsulationMr Guirges presented the memorandum requesting approval for Hensel Phelps Construction (HPC) to issue a Subcontract Modification on BP-S00143 SouthTerminal C Phase 1 - Airside Terminal Structure and Enclosure (GMP No 6-S1) at the Orlando International Airport in the total deductive amount of($723000) to Kirlin Florida LLC for CR0450-6S1-RFI 1908 Exterior DomesticCold-Water Piping Insulation Bid Package for BP-S00143 2201 Plumbing has been previously awarded within GMP No 6S1 to Kirlin Florida LLC CC No2018052204H

HPC is requesting to issue a Subcontractor Modification to Kirlin Florida LLCin the total deductive Lump Sum amount of ($723000) for CR0450-6S1-RFI 1908Exterior Domestic Cold-Water Piping Insulation The modified scope of workconsists of the credits for replacing the 1-inch thick Cellular Glass insulation at exterior domestic cold-water piping with 1-inch thick Fiberglass insulation per RFI 1908 response

The approval of this Subcontractor Modification to Kirlin Florida LLC resolves all requests for cost and time resulting from RFI 1908

HPC has submitted documentation including the subcontractors 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

Minutes of the Construction Committee Meeting February 18 2020 Page 10 of 39

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

HPC to issue a subcontract modification to Kirlin Florida LLC in the deductive lump sum amount of $ (723000) Add to Owner Contingency $ 723000

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-S1) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is a 100 reduction in MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to KirlinFlorida LLC on BP-S00143 South Terminal C Phase 1 - Airside Terminal Structure and Enclosure (GMP No 6-S1) for the total deductive lump sumamount of ($723000) with funding credited to Passenger Facility Charges and General Airport Revenue Bonds

F Subcontractor Modifications for BP-S00143 (GMP No 6-S1) with Banker Steel Co LLC for CR0403-RFI 1604 Stair 161 and 162 Location and Stringer Support and CR0445-RFI 1703 Area 14 Soft Joint Support in Exterior Framing Clarification (CWA-BP-S143-007) Mr Guirges presented the memorandumrequesting approval for Hensel Phelps Construction (HPC) to issue SubcontractModifications on BP-S00143 South Terminal C Phase 1 - Airside Terminal Structure and Enclosure (GMP No 6-S1) at the Orlando International Airport in the total amount of $3449500 to Banker Steel Co LLC for CR0403-RFI1604 Stair 161 and 162 Location and Stringer Support and CR0445-RFI1703 Area 14Soft Joint Support in Exterior Framing Clarification (CWA-BP-S143-007) Bid Package for BP-S00143 0501 Structural Steel and Miscellaneous Metals has been previously awarded within GMP No 6-S1 to Banker Steel Co LLC CC No 20180410008

HPC is requesting to issue Subcontractor Modifications to Banker Steel Co LLC in the Lump Sum amounts of

1 $1531900 for CR0403-6S1-RFI 1604 Stair 161 and 162 Location andStringer Support The additional scope of work consists of necessarysteel members and stiffeners to support the stringer and allow installation of floor finish on the north edge of escalator pit 161 and on the south edge of escalator pit 162 per RFI 1604

2 $1917600 for CR0445-6S1-RFI 1703 Area 14 Soft Joint Support inExterior Framing Clarification The additional scope of work consistsof necessary steel members to support a soft joint for the exteriorframing in Area 14 per RFI 1703

The approval of these Subcontractor Modifications to Banker Steel Corp LLC resolves all requests for cost and time resulting from RFIs 1604 and 1703 scopes of work in GMP No 6-S1 Costs for Patching of Fireproofing and Insulation and Testing and Inspection if any will be submitted in a futureCR There are no cost impacts to GMP Nos 6-S 6-S2 6-S3 6-S4 6-S5 CR0445 closes out CWA-BP-S143-007

Minutes of the Construction Committee Meeting February 18 2020 Page 11 of 39

HPC has submitted documentation including the subcontractors 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 $ 3449500 Deduct from Owner Contingency $ (3449500)

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-S1) for this subcontract modification is Banker Steel Co LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue Subcontractor Modifications to Banker Steel Co LLC on BP-S00143 South Terminal C Phase 1 - Airside TerminalStructure and Enclosure (GMP No 6-S1) for the total lump sum amount of$3449500 with funding from Passenger Facility Charges and General AirportRevenue Bonds

G Subcontractor Modification for BP-S00144 (GMP No 6-S2) with Wal-Mark Contracting Group LLC for CR04152-6S2-RFIs 1667 and 16671 Ramp Level Overhang Framing and Insulation Mr Guirges presented the memorandum requesting approval for Hensel Phelps Construction (HPC) to issue a Subcontractor Modification on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes (GMP No 6-S2) at the Orlando International Airport in the total amount of $1841000 to Wal-Mark Contracting Group LLCfor CR04152-6S2-RFIs 1667 and 16671 Ramp Level Overhang Framing and Insulation Bid Package for BP-S144 0902 Framing and Drywall has been previously awarded within GMP No 6-S2 to Wal-Mark Contracting Group LLC CC No 20180605006

HPC is requesting to issue a Subcontractors Modification to Wal-Mark Contracting Group LLC in the total Lump Sum amount of $1841000 for CR04152-6S2-RFIs 1667 and 16671 Ramp Level Overhang Framing and Insulation The modified scope of work includes replacing the Smart Cl (Composite Insulation) system with conventional framing and batt insulation at the ramp level overhang per RFIs 1667 and 16671 response

The approval of this Subcontractor Modification to Wal-Mark Contracting GroupLLC resolves all requests for cost and time resulting from RFIs 1667 and 16671scope of work within GMP No 6-S2 Credits for the Ramp Level overhang metaldecking and composite insulation ldquoSmart Clrdquo were approved via CC 20191217003C Potential credit for the approximately 15250 SF of metal deck not installedin GMP No 6-S1 is being evaluated by the OAR and any cost for this creditwill be submitted in a future CR

HPC has submitted documentation including the subcontractors proposal tosupport this request An independent cost estimate is included By approving

Minutes of the Construction Committee Meeting February 18 2020 Page 12 of 39

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 Wal-Mark Contracting Group LLC in the lump sum amount of $ 1841000 Deduct from Owner Contingency $ (1841000)

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-S2) for this subcontract modification is Wal-Mark Contracting Group LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to Wal-MarkContracting Group LLC on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes (GMP No 6-S2) for the total lump sum amount of $1841000 with funding from Passenger Facility Charges and General Airport Revenue Bonds

H Subcontractor Modifications for BP-S00144 (GMP No 6-S2) with Wal-Mark Contracting Group LLC and Alpha Insulation and Waterproofing Inc forCR0449-6S2-RFI 18531 Roof Expansion Joint Framing at Parapet and CR04692-RFI 818 Series-Ramp Level Floor Fire Dampers without Floors Mr Guirges presented the memorandum requesting approval for Hensel Phelps Construction (HPC) to issue Subcontractor Modifications on BP-S00144 South Terminal CPhase 1 - Airside Enclosure and Exterior Finishes (GMP No 6-S2) at theOrlando International Airport in the total amount of $13070600 to Wal-Mark Contracting Group LLC and Alpha Insulation and Waterproofing Inc forCR0449-6S2-RFI 18531 Roof Expansion Joint Framing at Parapet and CR04692-RFI 818 Series-Ramp Level Floor Fire Dampers without Floors

Bid Package for BP-S00144 0902 Framing and Drywall has been previously awarded within GMP No 6-S2 to Wal-Mark Contracting Group LLC CC No20180605006

Bid Package for BP-S144 0701 Caulking and Waterproofing has been previously awarded within GMP No 6-S2 to Alpha Insulation and Waterproofing Inc CCNo 20180605006

HPC is requesting to issue the following Subcontractor Modifications

Wal-Mark Contracting Group LLC in the Lump Sum amount $3600600 for CR0449-6S2-RFI 18531 Roof Expansion Joint Framing at Parapet Themodified scope of work includes costs for the up-sized framing from 6-inch to 8-inch studs with additional plates at the expansion joint roof parapets in lieu of installing structural steel support per RFI 18531

Wal-Mark Contracting Group LLC in the Lump Sum amount $9237900 for CR04692-RFI 818 Series-Ramp Level Floor Fire Dampers without FloorsThe modified scope of work consists of additional framing and drywall

Minutes of the Construction Committee Meeting February 18 2020 Page 13 of 39

for the horizontal and vertical shaft enclosures in Areas 14 17 and 25only

Alpha Insulation and Waterproofing Inc in the Lump Sum amount of $232100 for CR04692-RFI 818 Series-Ramp Level Floor Fire Damperswithout Floors The modified scope of work adds firestopping to the wallshown on sheet Al3125 which changed to a 2-hours rated wall in Area 25

The approval of these Subcontractor Modifications to Wal-Mark ContractingGroup LLC and Alpha Insulation and Waterproofing Inc resolves all requests for costs resulting from the scopes of work in RFI 1853 series in GMP No 6-S2 and RFI 0818 series for Areas 14 17 and 25 only in GMP No 6-S2 Cost impacts to GMP No 6-S1 were submitted in CR04691-6S1-RFI 0818 Series-Ramp Level Floor Fire Dampers without Floors Cost impacts for Drawing Areas 1516 18 19 20 21 22 23 24 26 27 28 29 30 31 32 and 33 included inthe responses to RFI 0818 series if any will be submitted in a future CRThere are no cost impacts to GMP Nos 6-S 6-S3 6-S4 and 6-S5 HPC willsubmit TIA-079 requesting additional time associated with RFI 0818 seriesscope of work The OAR will evaluate TIA-079 and any time recommended to begranted will be submitted at a future CCM

HPC has submitted documentation including the subcontractors proposal tosupport their request An independent cost estimate is included

By approving this request the Owner does not waive its right to enforce thecontract 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 Wal-Mark Contracting Group LLC in the lump sum amount of $ 12838500 HPC to issue a subcontract modification to Alpha Insulation and Waterproofing Inc in the lump sum amount of $ 232100 Deduct from Owner Contingency $ (13070600)

Hensel Phelps Construction is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractors identified and committed to participate on BP-S00144 (GMP No 6-S2) for these subcontractor modifications are Wal-Mark Contracting LLC (Non-MWBELDBVBE) and Alpha Insulation and Waterproofing Inc (Non-MWBELDBVBE) There is no small business participation associated with these modifications

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue Subcontractor Modifications to Wal-MarkContracting Group LLC and Alpha Insulation and Waterproofing Inc on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes(GMP No 6-S2) for the total lump sum amount of $13070600 which includesthe lump sum amount of $12838500 to Wal-Mark Contracting Group LLC and the lump sum amount of $232100 to Alpha Insulation and Waterproofing Inc withfunding from Passenger Facility Charges and General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 14 of 39

I Subcontractor Modification for BP-S00144 (GMP No 6-S2) with Wal-Mark Contracting Group LLC for CR0458-6S2-RFI 1583 Gypsum Wallboard on EastExterior Wall (VE) Mr Guirges presented the memorandum requesting approval for Hensel Phelps Construction (HPC) to issue a Subcontractor Modification on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes(GMP No 6-S2) at the Orlando International Airport in the total deductiveamount of ($7689000) to Wal-Mark Contracting Group LLC for CR0458-6S2-RFI1583 Gypsum Wallboard on East Exterior Wall (VE) Bid Package for BP-S00144 0902 Framing and Drywall has been previously awarded within GMP No 6-S2 to Wal-Mark Contracting Group LLC CC No 20180605006

Hensel Phelps Construction is requesting to issue Subcontractors Modifications to Wal-Mark Contracting Group LLC in the total deductive Lump Sum amount of ($7689000) for CR0458-6S2-RFI 1583 Gypsum Wallboard on East Exterior WallContract Documents indicated an interior partition wall adjacent to an exterior wall system which also included a gypsum wallboard partition It was determined that the drywall associated with the exterior wall system could be deleted if inner curved partition could be extended to the deck The modified scope of work includes costs for the additional framing and drywall to extend the curved partition to the decking and includes credit for the deletion of the inner gypsum wallboard in Area 14 and Areas 25 through 32 of the North Airside Concourse per RFI 1583 and OAR responses

The approval of this Subcontractor Modification to Wal-Mark Contracting Group LLC resolves all requests for cost and time resulting from RFI 1583 scope ofwork

HPC has submitted documentation including the subcontractors 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 Wal-Mark Contracting Group LLC in the deductive lump sum amount of $ (7689000) Add to Owner Contingency $ 7689000

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-S2) for this subcontract modification is Wal-Mark Contracting Group LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to Wal-MarkContracting Group LLC on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes (GMP No 6-S2) for the total deductive lumpsum amount of ($7689000) with funding credited to Passenger Facility Charges and General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 15 of 39

J Subcontractor Modification for BP-S00146 (GMP No 7-S) with Banker Steel Co LLC for CR04721-LST-RFIs-2312 and 23121-Roof Stair 4x4 HSS Flashing 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 theOrlando International Airport in the total amount of $302500 to Banker Steel Co LLC for CR04721-LST-RFI-2312 and 23121-Roof Stair 4x4 HSS Flashing Bid Package 500 Structural Steel was previously awarded within GMP No 7-S to Banker Steel Co LLC CC No 20180313010

TKJV is proposing a subcontract modification to Banker Steel Co LLC in the total lump sum amount of $302500 for CR04721-LST-RFIs-2312 and 23121-RoofStair 4x4 HSS Flashing Previously approved CR0472 was based on RFI 2312 which included costs for supplemental steel to address flashing on the adjacent lower roofs and included two stair locations Each staircase revised in RFI 2312 included a set of staircases but CR 0472 only included costs for 2stairs The contractor requested clarification in RFI 23121 that the condition applied to all 4 stairs located at the lower roof which was confirmed Thescope of work in this request consists of all costs associated with the supplemental steel for the other 2 stairs

The approval of this subcontract modification to Banker Steel Co LLC resolves all requests for costs and time associated with LST RFI 23121

TKJV has submitted documentation including the subcontractors 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

Current GMP Line Item 6 value $ 137804300 TKJV to issue a subcontract modification to Banker Steel Co LLC in the lump sum amount of $ 302500 Deduct from Line Item 6 $ (302500) Remaining GMP Line Item 6 Value $ 137501800

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 Banker Steel Co LLC (Non-MWBELDBVBE) There is 825 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Banker Steel Co LLC on BP-S00146 South Terminal C Phase 1 - Landside Terminal Structure and Enclosure (GMP No 7-S) for the total lump sum amount of$302500 with funding from Passenger Facility Charges and General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 16 of 39

K Subcontractor Modification for BP-S00146 (GMP No 7-S) with Banker Steel Co LLC for CR0680-LST-RFI 29471-West Prow and Truss Deflection 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 theOrlando International Airport in the total amount of $3177200 to Banker Steel Co LLC for CR0680-LST-RFI 29471-West Prow and Truss Deflection Bid Package 500 Structural Steel was previously awarded within GMP No 7-S toBanker Steel Co LLC CC No 20180313010

TKJV is proposing a subcontract modification to Banker Steel Co LLC in the total lump sum amount of $3177200 for CR0680-LST-RFI 29471-West Prow and Truss Deflection Although the west prow structural steel deflections wereanticipated the deflected condition caused the sag rods and wind girts for the exterior wall in this area to be out of alignment with the exterior walland curtain wall systems RFI 29471 requested direction on bringing the sag rods and wind girts back into correct elevations The modified scope of work consists of changes to sag rod connections at the west prow revision of vertical location of sag rod connections and clips at GL L2 on Atrium HSSCross Truss as confirmed by RFI 29471

The approval of this subcontract modification to Banker Steel Co LLC resolves all requests for costs and time associated with LST RFIs 2947 and 29471

TKJV has submitted documentation including the subcontractors 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 Banker Steel Co LLC in the lump sum amount of $ 3177200 Current GMP No 7-S Line Item 6 Value $ 140981500 Deduct from Line Item $ (3177200) Remaining GMP No 7-S Line Item 6 Value $ 137804300

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 Banker Steel Co LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Banker Steel Co LLC on BP-S00146 South Terminal C Phase 1 - Landside Terminal Structure and Enclosure (GMP No 7-S) for the total lump sum amount of$3177200 with funding from General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 17 of 39

L Subcontractor Modifications for BP-S00147 (GMP No 7-S1) with MSE2 Inc dba Mader Southeast for CR05641-LST-Bulletin 23 Drywall-Backing and Framing for Added Devices CR0595-LST-Bulletin 32-Drywall and CR0599-LST-RFI 1980-Wall Type around Columns Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue Subcontract Modifications onBP-S00147 South Terminal C Phase 1 - Landside Terminal Remaining Structures and Systems (GMP No 7-S1) at the Orlando International Airport in the total amount of $834800 to MSE2 Inc dba Mader Southeast for CR05641-LST-Bulletin 23 Drywall-Backing and Framing for Added Devices CR0595-LST-Bulletin 32-Drywall and CR0599-LST-RFI 1980-Wall Type Around Columns at Area 9 Bid Package 910 Drywall and Framing was previously awarded within GMP No 7-S1 to MSE2 Inc dba Mader Southeast CC No 20181002009

TKJV is proposing the following subcontract modifications to MSE2 Inc dba Mader Southeast in the respective lump sum amounts of

1 $611700 for CR05641-LST-Bulletin 23 Drywall-Backing and Framing forAdded Devices The modified scope of work consists of additional backing and framing for devices and smoke dampers as per LST Bulletin 23

2 $294800 for CR0595-LST-Bulletin 32-Drywall The modified scope of work consists of additional costs for backing and blocking added signage as per LST Bulletin 32 revisions

3 ($71700) for CR0599-LST-RFI 1980-Wall Type Around Columns at Area 9 The modified scope of work consists of deletion of framing and drywall around columns at LST Area 9 Level 1 that were replaced with CMU perRFI 1980

The approval of these subcontract modifications to MSE2 Inc dba Mader Southeast resolves all requests for cost and time for

1 CR05641 with LST Bulletin 23 for Drywall in GMP No 7-S1 CR0564 for low voltage was submitted 10012019

2 CR0595 with LST Bulletin 32 for Drywall in GMP No 7-S1 There will beadditional costs forthcoming for signage in GMP No 7-S2 once the subcontract agreement is awarded There will be no costs for GMP No 7-S or GMP No 7-S3

3 CR0599 for all requests for cost and time associated with RFI 1980

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

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

TKJV to issue a subcontract modification to MSE2 Inc dba Mader Southeast in the lump sum amount of $ 611700 TKJV to issue a subcontract modification to MSE2 Inc dba Mader Southeast in the lump sum amount of $ 294800 TKJV to issue a subcontract modification to MSE2 Inc dba Mader Southeast in the lump sum amount of $ (71700) Deduct from PI Owner Contingency $ (587600) Deduct from P1X Owner Contingency $ (247200)

Minutes of the Construction Committee Meeting February 18 2020 Page 18 of 39

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-S1) for this subcontract modification is MSE2 Inc dba Mader Southeast (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue Subcontractor Modifications to MSE2 Inc dba Mader Southeast on BP-S00147 South Terminal C Phase 1 - LandsideTerminal Remaining Structures and Systems (GMP No 7-S1) for the total lumpsum amount of $834800 with funding from Passenger Facility Charges and General Airport Revenue Bonds

M Subcontractor Modifications for BP-S00150 (GMP No 9-S) with Skybuilders USA LLC for CR0362-PKG-Rental Extension Temporary Wall Protection Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando InternationalAirport in the total amount of $3903600 to Skybuilders USA LLC for CR0362-PKG-Rental Extension Temporary Wall Protection Bid Package 3100 Demolition was previously awarded within GMP No 9-S to Skybuilders USA LLC CC No 2017101016

TKJV is proposing a subcontract modification to Skybuilders USA LLC in thetotal lump sum amount of $3903600 for CR0362-PKG-Rental Extension TemporaryWall Protection he modified scope of work consists of all additional costsassociated with the rental extension of temporary wall protection for 8 months from October 18 2019 to June 20 2020 for 2478 LF of temporary panels 2195 LF of windscreen and 533 sandbags and rental extension for 4 months from February 20 2020 to June 20 2020 for 444 LF of temporary panels andwindscreen and 150 sandbags in various locations in the parking garage

The approval of this subcontract modification to Skybuilders USA LLC resolves all requests for costs and time resulting from the scope of work associated with CR0362

TKJV has submitted documentation including the subcontractors 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 Skybuilders USA LLC in the lump sum amount of $ 3903600 Deduct from CMAR Contingency $ (3903600)

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 Skybuilders USA LLC (MWBELDB) There is a 100 MWBE participation associated with this modification

Minutes of the Construction Committee Meeting February 18 2020 Page 19 of 39

Vice Chair Sharman asked if the completed eligibility was received for thisitem Ms Hinds answered yes

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Skybuilders USA LLC on BP-S00150 South Terminal C Phase 1 - Parking Facility- Phase 1 (GMP No 9-S) for the total lump sum amount of $3903600 with funding from Customer Facility Charges and General Airport Revenue Bonds

N Subcontractor Modification for BP-S00150 (GMP No 9-S) with Gulf Mechanical Contractors LLC for CR0492-PKG-RFI 1968-Electrical Room Door Size ChangesMr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando International Airport in the total amount of $167700 to Gulf Mechanical Contractors LLC for CR0492-PKG-RFI 1968 Series-Electrical Room Door SizeChanges Bid Package for 2200 Plumbing was previously awarded within GMPNo 9-S to Gulf Mechanical Contractors LLC CC No 20171010016

TKJV is proposing a subcontract modification to Gulf Mechanical ContractorsLLC in the total lump sum amount of $167700 for CR0492-PKG-RFI1968 Series-Electrical Room Door Size Changes The modified scope of work consists of all labor and material to trench and excavate reconfigured PVC pipes and fittingsrequired to accommodate a changed door opening dimension due to the responsefrom RFI 1968

The approval of this subcontract modification to Gulf Mechanical Contractors LLC resolves all requests for cost and time associated with RFI 1968 series for GMP No 9-S Remaining costs for RFI 1968 were previously submitted under GMP No 9-S1 as CR04921-PKG-RFI 1968-Electrical Room Door Size Changes

TKJV has submitted documentation including the subcontractors 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 cost or time

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

TKJV to issue subcontract modification to Gulf Mechanical Contractors LLC in the lump sum amount of $ 167700 Deduct from Owner Contingency $ (167700)

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 Gulf Mechanical Contractors LLC (Non-MWBELDBVBE) There is no small businessparticipation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Gulf

Minutes of the Construction Committee Meeting February 18 2020 Page 20 of 39

Mechanical Contractors LLC on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $167700 with funding from Customer Facility Charges and General Airport Revenue Bonds

O Subcontractor Modification for BP-S00150 (GMP No 9-S) with CCK ConstructionServices Inc for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU Mr Guirges presented the memorandum requesting approvalfor Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando International Airport in the total amount of $816800 to CCK Construction Services Inc for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU Bid Package 30 Concrete was previouslyawarded within GMP No 9-S to CCK Construction Services Inc CC No2017101016

TKJV is proposing a subcontract modification to CCK Construction ServicesInc in the total lump sum amount $816800 for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU The modified scope consists ofall materials and labor required for the additional footer and the Cast inPlace (CIP) tie beams as per RFI 1877

The approval of this subcontract modification resolves all requests for cost and time associated with RFI 1877 for GMP No 9-S Costs for Miscellaneous metals subcontractors will be submitted under CR 05531 for GMP No 9-S1

TKJV has submitted documentation including the subcontractors 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 CCK Construction Services Inc in the lump sum amount of $ 816800 Deduct from Owner Contingency $ (816800)

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 CCK Construction Services Inc (Non-MWBELDBVBE) There is 189 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to CCK Construction Services Inc on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $816800 with funding from Customer Facility Charges and General Airport Revenue Bonds

P Subcontract Award for BP-S00150 (GMP No 9-S) with Fine Tune Services LLC for CR0630-PKG-Rough and Final Cleaning Award Mr Guirges presented thememorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) toissue a Subcontract Award on BP-S00150 South Terminal C Phase 1 ParkingFacility - Phase 1 (GMP No 9-S) at the Orlando International Airport in thetotal amount of $15450000 to Fine Tune Enterprises Inc for CR0630-PKG-

Minutes of the Construction Committee Meeting February 18 2020 Page 21 of 39

Rough and Final Cleaning Award Bid Package for BP-S150 Parking FacilityPhase 1 was previously awarded to TKJV reference CC No 2017101016

TKJV is proposing a subcontract award for CR0630-PKG-Rough and Final Cleaning The scope of the award is for the cleaning of all concrete structures floorselevators and finished areas for the parking garage phase 2 in accordance with bid package 174 dated August 1 2019 and documents through PKG DSI 4 andCWS Bulletin 12 and as described in the Fine Tune Enterprises Inc proposal

The approval of this subcontract award to Fine Tune Enterprises Inc resolvesall costs associated with PKG Bid Package 174 and documents through DSI 4 andCWS Bulletin 12

TKJV has submitted documentation including the subcontractors 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 Subcontract Award for this project is as follows

TKJV to issue Subcontract Award to Fine Tune Enterprises Inc in the lump sum amount of $ 15450000 GMP Line Item 17 current balance $ (7500000) Deduct from P1 CMAR Contingency $ (6921000) Deduct from CWE CMAR Contingency $ (1029000) GMP Line Item 17 remaining balance $ 000

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 award is Fine Tune Enterprises Inc (MWBELDB) There is 100 MWBE participation associated with this award

Vice Chair Sharman asked if this request includes the cost for cleaning the canopies Mr Guirges stated that although the canopies are not installedyet this item includes final cleaning under the canopy area Ms Stockerl agreed that the estimate included the cost of final cleaning once the canopies are installed Vice Chair Sharman stated that funding is partially from the Campus Wide Improvements project Mr Ruohomaki stated that the funding sources can be re-evaluated if necessary Vice Chair Sharman agreed that the funding can be revised if needed

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontract Award to Fine Tune Enterprises Inc on BP-S00150 South Terminal C Phase 1 - Parking Facility- Phase 1 (GMP No 9-S) for the total lump sum amount of $15450000 withfunding from Customer Facility Charges and General Airport Revenue Bonds

Q Subcontractor Modification for BP-S00150 (GMP No 9-S) with CCK ConstructionServices Inc for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement 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 $156000 to CCK Construction

Minutes of the Construction Committee Meeting February 18 2020 Page 22 of 39

Services Inc for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement Bid Package 30 Concrete was previously awarded within GMP No 9-S to CCKConstruction Services Inc CC No 2017101016

TKJV is proposing a subcontract modification to CCK Construction ServicesInc in the total lump sum amount $156000 for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement The modified scope consists of additional laborand material to cut splice and adjust the promenade slab reinforcement

The approval of this subcontract modification resolves all requests for cost and time associated with PKG RFI 19851

TKJV has submitted documentation including the subcontractors 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 CCK Construction Services Incin the lump sum amount of $ 156000 Deduct from CMAR Contingency $ (156000)

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 CCK Construction Services Inc (Non-MWBELDBVBE) There is no small businessparticipation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to CCK Construction Services Inc on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $156000 with funding from Customer Facility Charges and General Airport Revenue Bonds

R Subcontractor Modification for BP-S00151 (GMP No 9-S1) with Quality Cable Contractors Inc for CR04301-PKG-Bulletin 10 and RFI 2690-Low Voltage Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00151 South Terminal C Phase 1 - Parking Facility Phase 2 (GMP No 9-S1) at the Orlando International Airport in the total amount of $5225700 to Quality Cable Contractors Inc for CR04301-PKG-Bulletin 10 and RFI 2690-Low Voltage Bid package 2800 Low Voltage Electrical was previously awarded within GMP No 9-S1 Parking Facility Phase 2 to Quality Cable Contractors Inc CC No2018092525A

TKJV) is proposing a subcontract modification to Quality Cable Contractors Inc in the total lump sum amount of $5225700 for CR04301-PKG-Bulletin 10and RFI 2690-Low Voltage The modified scope of work consists of additional materials labor and equipment for ten (10) additional access controls at PKGdoors and the credit associated with the blue phone and camera outletsrevisions per PKG Bulletin 10 and RFI 2690

Minutes of the Construction Committee Meeting February 18 2020 Page 23 of 39

The approval of this subcontract modifications to Quality Cable ContractorsInc resolves all requests for costs and time resulting from PKG Bulletin 10 and RFI 2690 for GMP No 9-S1 CR0430 was submitted for GMP No 9-S CC No20190910021 This request resolves all requests for cost and time for RFI2690 for Low Voltage costs for the hardware changes for Taylor Cotton amp Ridley Inc GMP No 9-S1 was submitted under CR0776

TKJV has submitted documentation including the subcontractors 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 award to Quality Cable Contractors Inc in the lump sum amount of $ 5225700 Deduct from Owner Contingency $ (5225700)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00151 (GMP No 9-S1) for this subcontractor modificationis Quality Cable Contractors Inc (MWBELDB) There is 100 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Quality Cable Contractors Inc on BP-S00151 South Terminal C Phase 1 - ParkingFacility Phase 2 (GMP No 9-S1) for the total lump sum amount of $5225700 with funding from Customer Facility Charges and General Airport Revenue Bonds

S Subcontractor Modification for BP-S00163 (GMP No 5-S5) with The Middlesex Corporation for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place (CIP)Rectangular Beam Canopy Anchor Bolt Locations Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) toissue a Subcontract Modification on BP-S00163 South Terminal C Phase 1 -EnplaneDeplane Bridge and Roadways Balance of Work - FDOT (GMP No 65-S5)at the Orlando International Airport in the total amount of $2295700 to The Middlesex Corporation for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place(CIP) Rectangular Beam Canopy Anchor Bolt Locations Bid Package 3400 EnplaneDeplane Bridge-Combined Piers and Piles was previously awarded within GMP No 5-S5 EnplaneDeplane Bridge and Roadways Balance of Work -FDOT to The Middlesex Corporation CC No 20180605007

TKJV is proposing a subcontract modification to The Middlesex Corporation in the total lump sum amount of $2295700 for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place (CIP) Rectangular Beam Canopy Anchor Bolt Locations The CIP beams were formed and rebar installed but were found to have a discrepancy between the LSC (Landside Civil) and LST (Landside Terminal) drawings with thecanopy anchor bolt locations RFI 3051 response confirmed that the proposed structural adjustment to drill and epoxy the rebar inside the limits of the CIP rectangular beam is acceptable RFI 30511 response confirmed that the proposed epoxy product is acceptable RFI 3249 response provided the details of alternative reinforcement at the canopy column locations The modifiedscope of work consists of all the labor material and equipment costs

Minutes of the Construction Committee Meeting February 18 2020 Page 24 of 39

associated with the relocation of the anchor bolts and the structural adjustments required as per the EOR responses to RFIs 3051 30511 and 3249

The approval of this subcontract modification to The Middlesex Corporationresolves all requests for cost and time resulting from RFIs 3051 30511 and3249

TKJV has submitted documentation including the subcontractors 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 $ 2295700 Deduct from Phase 1 CMAR Contingency $ (2295700)

Due to the funding source of this GMP No 5-S5 Turner-Kiewit Joint Ventureproposed a 20 DBE participation goal for Bid Package 3400 EnplaneDeplane Bridge and Roadways Balance of Work - FDOT in lieu of MWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by this modification The subcontractor identified and committed to participate on BP-S00163 (GMP No 5-S5) for this subcontract modification is The Middlesex Corporation(Non-DBE) There is no DBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to The Middlesex Corporation on BP-S00163 South Terminal C Phase 1 - EnplaneDeplane Bridge and Roadways Balance of Work - FDOT (GMP No 5-S5) for the total lumpsum amount of $2295700 with funding from Passenger Facility Charges

T Subcontractor Modification for BP-S00168 (GMP No 6-S4) with MC Dean Inc for CR03382-6S4 ASC RFI 1621 Emergency Communications System (ECS) Speakersndash Low Voltage Mr Guirges presented the memorandum requesting approval forHensel Phelps Construction (HPC) to issue Subcontract Modifications on BP-S00168 South Terminal C Phase 1 - Interior Finishes and Specialties (GMPNo 6-S4) at the Orlando International Airport in the total amount of $2102300 to MC Dean Inc for CR03382-6S4 ASC RFI1621 EmergencyCommunications System (ECS) Speakers - Low Voltage Bid Package BP-S168 2701ASC Low Voltage Systems was previously awarded within the GMP No 6-S4 toMC Dean Inc CC No 20181002010

HPC is requesting to issue a Subcontractor Modification to MC Dean Inc in the total Lump Sum amount of $2102300 for CR03382-6S4 ASC RFI 1621 Emergency Communications System (ECS) Speakers - Low Voltage The response to RFI 1621 provided updated Technology drawings and schedule showing the Low VoltageRequirements for the Type 4 Wall Mount Emergency Communications SystemsSpeakers in Transfer Level Areas 16 and 17 The modified scope of work consistsof the costs associated with the additional conduits and 1-port Cat 6 cables required to those speakers for the low voltage scope per RFI 1621 response and sketches

Minutes of the Construction Committee Meeting February 18 2020 Page 25 of 39

The approval of this Subcontractor Modification to MC Dean Inc resolves all requests for cost and time resulting from RFI 1621 in GMP No 6-S4 Cost impacts for Electrical work associated with RFI 1621 in GMP No 6-S2 will besubmitted via CR03381-6S2-0143 There is no cost impact for RFI 1621 in GMP Nos 6-S 6-S1 6-S3 6-S5 or 6-S6

HPC has submitted documentation including the subcontractors 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 MC Dean Inc in the lump sum amount of $ 2102300 Deduct from Owner Contingency $(2102300)

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-S4) for this subcontract modification is MC Dean Inc (Non-MWBELDBVBE) There is 835 MWBE participationassociated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue Subcontractor Modifications to MC Dean Inc on BP-S00168 South Terminal C Phase 1 - Interior Finishes andSpecialties (GMP No 6-S4) for the total lump sum amount of $2102300 with funding from Passenger Facility Charges and General Airport Revenue Bonds

U Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0609-LST-RFIs 2513 25131 and 25132-Sink type per Location Verification Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $295100 to Kirlin Florida LLC for CR0609-LST-RFIs 2513 25131 and 25132- Sink type per Location Verification Bid Package BP 2300 Plumbing andHVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $295100 for CR0609-LST-RFIs 2513 25131 and 25132- Sink type per Location Verification The modified scope of work consists ofall costs associated with the change in fixture specification for the AG Lab sink from the S-2 tag to a custom steel two-bay sink with two drain boards disposal cone washout spray vacuum breaker solenoid valve and piping as captured in RFI 2513 confirmation of custom sink model number per RFI 25131 and the confirmation of the disposal waste drain opening size in RFI 25132

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFIs 2513 25131 and 25132

TKJV has submitted documentation including the subcontractors proposal to support their request An independent cost estimate is included By approving

Minutes of the Construction Committee Meeting February 18 2020 Page 26 of 39

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 Kirlin Florida LLC in the lump sum amount of $ 295100 Deduct from Owner Contingency $ (295100)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $295100with funding from General Airport Revenue Bonds

V Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0621-LST-RFI 2544- Missing Civil Storm Pipe Correction Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the OrlandoInternational Airport in the total amount of $563200 to Kirlin Florida LLCfor CR0621-LST-RFI 2544-Missing Civil Storm Pipe Connection Bid Package BP 2300 Plumbing and HVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No 2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $563200 for CR0621-LST-RFI 2544-Missing Civil Storm Pipe Connection The modified scope of work consists of all additional costsassociated with a net add of underground plumbing piping to correspond withthe new civil design between L1 and L2 per RFI 2544

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 2544

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the lump sum amount of $ 563200 Deduct from P1 Owner Contingency $ (563200)

Minutes of the Construction Committee Meeting February 18 2020 Page 27 of 39

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $563200with funding from Passenger Facility Charges and General Airport Revenue Bonds

W Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0710-LST-RFI 1727-AC Humidifiers Missing Domestic Chilled Water (DCW) Piping Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $446500 to Kirlin Florida LLC for CR0710-LST-RFI 1727-AC Humidifiers Missing Domestic Chilled Water (DCW) Piping Bid Package BP 2300 ldquoPlumbing andHVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $446500 for CR0710-LST-RFI 1727-AC humidifiersmissing DCW pipe The modified scope of work consists of additional domesticcold-water connections and piping for the AC units with humidifiers

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 1727

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the lump sum amount of $ 446500 Deduct from CMAR Phase 1 Contingency $ (324700) Deduct from CMAR Phase 1X Contingency $ (121800)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Minutes of the Construction Committee Meeting February 18 2020 Page 28 of 39

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $446500with funding from Passenger Facility Charges and General Airport Revenue Bonds

X Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0753-LST-RFI 2368-Duct Blanket R-Value 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-S3) at the OrlandoInternational Airport in the total deductive amount of ($6747700) to Kirlin Florida LLC for CR0753-LST-RFI 2368-Duct Blanket R-Value Bid Package BP 2300 Plumbing and HVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No 2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal deductive lump sum amount of ($6747700) for CR0753-LST-RFI 2368-DuctBlanket R-Value The modified scope of work consists of all additions anddeductions associated with the use of a 233-inch-thick 34-lbcu mineralfiberglass blanket instead of the specified 2-inch thick 15-lbcu mineralfiberglass blanket on HVAC duct systems per RFI 2368

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 2368

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the deductive lump sum amount of $ (6747700) Add to P1 Owner Contingency $ 4907600 Add to P1X Owner Contingency $ 1840100

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-DBEMWBELDBVBE) There is a reduction of 100 DBE participationassociated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin

Minutes of the Construction Committee Meeting February 18 2020 Page 29 of 39

Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total deductive lump sum amount of($6747700) with funding credited to Passenger Facility Charges and GeneralAirport Revenue Bonds

Y Subcontractor Modifications for BP-S00173 (GMP No 7-S3) with MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Mr Guirges presented the memorandum requesting approval forTurner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $985400 to MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Bid Package BP 2600 Electrical waspreviously awarded within GMP No 7-S3 to MC Dean Inc CC No 2018100211

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $575400 for CR06161-LST RFI 2611-Missing PACSEnclosures RFI 2611 requested information regarding routing of PACS (Physical Access Control System) door panels to IDF rooms innear US Customs and Border Protection (CBP) spaces The modified scope of work consists of all labor material and equipment associated with the addition of power for (11) PACS enclosures as captured in RFI 2611

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $410000 for CR0692-LST-Bulletin 31-Electrical Themodified scope of work consists of all costs associated with the confirmed Electrical panel additions per new circuit descriptions andload updates

The approval of these subcontract modifications to MC Dean Inc as proposedin CR06161-LST RFI 2611-Missing PACS Enclosures resolves all requests forcosts and time associated with LST RFI 2611 for GMP No 7-S3 Electrical CR0616 CC No 20191217-3-1 resolved all cost and time for GMP No 7-S1 LowVoltage There will be no forthcoming CRs for RFI 2611

The approval of this subcontract modification as proposed to MC Dean inCR0692-LST-Bulletin 31-Electrical Inc resolves all requests for costs andtime associated with LST Bulletin 31 Electrical scope A CR for GMP No 7-S1Low voltage scope is forthcoming

TKJV has submitted documentation including the subcontractors 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 for CR06161 to MC Dean Inc in the lump sum amount of $ 575400 TKJV to issue a subcontract modification for CR0692 to MC Dean Inc in the lump sum amount of $ 410000 Deduct from PI Owner Contingency $ (985400)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on

Minutes of the Construction Committee Meeting February 18 2020 Page 30 of 39

BP-S00173 (GMP No 7-S3) for this subcontract modification is MC Dean Inc(Non-DBE) There is no small business participation associated with thismodification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue Subcontractor Modifications to MC Dean Inc on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $985400 withfunding from General Airport Revenue Bonds

Z Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0662-AFC-Power and Laydown Yard to QC Lab Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $2817800 to Kiewit Infrastructure South Cofor CR0662-AFC-Power and Laydown Yard to QC Lab Bid Package 34101 Site Electrical and Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $2817800 for CR0662-AFC-Power and Laydown Yard to QC Lab The scope of work consists of all labor material and equipmentrequired to install the power to the Quality Control (QC) lab located off Wiley Road from the Security Check Point and construct a lay-downparking areaat the QC lab and subsequently remove it when the lab is no longer needed The dimensions for the base material needed for the lay-downparking area are 50-foot by 50-foot next to the lab and 12-foot by 30-foot in front of the lab

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Power and Laydown Yard to QC Lab scope of work

TKJV has submitted documentation including the subcontractors 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 Kiewit Infrastructure South Co in the lump sum amount of $ 2817800 Deduct from P1 Owner Contingency $ (1551700) Deduct from P1X Owner Contingency $ (1266100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Minutes of the Construction Committee Meeting February 18 2020 Page 31 of 39

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $2817800 with fundingfrom General Airport Revenue Bonds

AA Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0672-AFC-Test Pit Remediation Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $6069900 to Kiewit Infrastructure South Co forCR0672-AFC-Asphalt Millings Shortage Bid Package 34101 Site Electricaland Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $6069900 for CR0672-AFC-Asphalt MillingsShortage The modified scope of work consists of all costs associated withasphalt milling RAP (Reclaimed Asphalt Pavement) for use on crane pads accessroad and pedestrian paths as tracked by the time and material (TampM) tickets

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Asphalt Millings Shortage

TKJV has submitted documentation including the subcontractors proposal to support their request An independent cost review 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 Kiewit Infrastructure South Co in the lump sum amount of $ 6069900 Deduct from P1 Owner Contingency $ (2724800) Deduct from P1X Owner Contingency $ (3345100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is 87 LDB participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $6069900 with fundingfrom General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 32 of 39

GENERAL

REQUEST FOR APPROVAL TO REIMBURSE THE HYATT FOR WORK PERFORMED DURING BP-00474HYATT REGENCY GUEST ROOMCORRIDOR RENOVATION AT THE ORLANDO INTERNATIONAL AIRPORT 4 Ms Grant presented the memorandum dated February 18 2020 along with aninvoice from Hyatt Regency dated September 30 2019 for BP-00474 Hyatt GuestRoomCorridor Renovation at the Orlando International Airport The invoice is to provide reimbursement for emergency work to clean the 7th Floor after a sprinkler activation repair cut phone lines in several rooms and clean rooms for turnover which was not completed by the General Contractor (GC) in time to turn over thoserooms

If approved this reimbursement would be effective February 18 2020

Ms Schneider asked if the contractor was back-billed for this Mr Ruohomaki answered no that this is a negotiated settlement Vice Chair Sharman stated that this was done to finish the renovations and open the areas earlier which was in the best interest of the Aviation Authority

Vice Chair Sharman asked if R W Block Consulting Inc had reviewed the invoiceand will sign-off on it Mr Kurek answered yes it will be signed

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve to Reimbursethe Hyatt Regency for Work performed during BP-00474 Hyatt Guest RoomCorridor Renovation for the total lump sum fee amount of $926994 with funding frompreviously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 107 TO THE CONTINUING PROGRAMAND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR A NO-COST STAFFING CHANGE FOR THE CONSTRUCTION PHASE OAR SERVICES FOR BP-00482 GATE E-50 AND CHECKPOINT CHARLIE DEVELOPMENT ATTHE ORLANDO INTERNATIONAL AIRPORT 5 Mr Sorondo presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 5 2020 for a No-Cost Staffing Change for the Construction Phase OAR Services forBP-00482 Gate E-50 and Checkpoint Charlie Development at the Orlando International Airport On September 24 2019 the Construction Committee approved Addendum No107 to the above-referenced agreement in the amount of $24677100 for ConstructionPhase OAR Services Since that time a no-cost staffing change is being requested to replace the JMATT Construction Services LLC Senior Inspector who is stillengaged on another project with an A2 Group Inc Inspector and a Geotech Consultants International Inc dba GCI Inc Senior Inspector as furthered described in the Consultantrsquos proposal

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contractrsquos MWBELDBVBE specifications and determined that the proposed no-cost staffing change includes a reduction to JMATT Construction Services LLC (MWBE)in the amount of ($5355000) and an add to A2 Group Inc (DBE) in the amount of$2100000 resulting in an overall 28 MWBE participation for this Addendum No 107 and Amendment Nos 1 and 2

Vice Chair Sharman asked if Geotech Consultants International Inc dba GCI Inc was switching subconsultants Mr Sorondo answered yes

Minutes of the Construction Committee Meeting February 18 2020 Page 33 of 39

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 107 to the Continuing Program and Project Management Services (OARPrime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for No-Cost Staffing Change for the Construction Phase OAR Services for BP-00482 Gate E-50 and Checkpoint Charlie Development there is no fiscal impact associatedwith this item

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN AMENDMENT TO PURCHASING CONTRACT 01-20 PERSONNEL SCREENING SERVICES WITH COVENANT AVIATION SECURITY AT THE ORLANDO INTERNATIONAL AIRPORT 6 Mr Shedek presented the memorandum dated February 18 2020 for Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC at the Orlando International Airport On January 7 2020 the Construction Committee approved Agenda Item No 11 for anAmendment to Purchasing Contract 01-20 Personnel Screening Services with CovenantAviation Security LLC for Personnel Screening Services on BP-00491 West Security Screening Checkpoint Expansion - Package 2 for a total not-to-exceed expense amountof $200000 with funding from project funds (ie previously-approved CapitalExpenditure Funds and General Airport Revenue Bonds) Since then it has been determined that these services will not be required

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC there is no fiscal impact associatedwith this item

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR E-00264 NORTH PARK PLACE LIGHT POLE REPLACEMENT AT THE ORLANDO INTERNATIONAL AIRPORT 7 Mr Graham presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for E-00264 North Park Place Light PoleReplacement at the Orlando International Airport The scope of the project is toremove and replace 49 parking lot light poles located in the North Park Place parkinglot re-install the existing light fixtures and provide ancillary replacement parts as necessary at the Orlando International Airport

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 42 MWBE participation on this Addendum

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for E-00264 North Park Place Light Pole Replacement for the total not-to-exceed fee amount of $2396100 with funding from previously-approved Discretionary Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 34 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE TICKET LOBBY MODIFICATIONS ANDIMPROVEMENTS AGREEMENT WITH CT HSU amp ASSOCIATES PA FOR CONSTRUCTION ADMINISTRATION SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 8 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from CT Hsu amp Associates PA dated January 30 2020 to provide Construction Administration Services for V-00906 West Checkpoint Video Walls a the Orlando International Airport Services will include CA services shop drawing review and coordination for the installation of the four LED video walls under the Chilirsquos Restaurant at the West Security Checkpoint A and B Sides

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that CT Hsu ampAssociates PA proposes 604 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Ticket Lobby Modifications and Improvements Agreement with CT Hsuamp Associates PA for Construction Administration Services for V-00906 West Checkpoint Video Walls for the total amount of $5624000 which includes the not-to-exceed fee amount of $5511700 and the not-to-exceed reimbursable expense amount of $112300 with funding from previously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 9 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for the above referenced project This project provides two large and two small Video Walls in the West Checkpoint area ofthe Great Hall on Landside Level 3

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 694 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for Construction Phase OAR Services for V-00906 West Checkpoint Video Walls for the total not-to-exceed fee amount of $4771500 with funding from previously-approved Capital Expenditure Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 35 of 39

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 19 TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT (OAR PRIME ENTITY) SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC TO PROVIDE ADDITIONAL CONSTRUCTION PHASE OAR SERVICES FOR V-00933 PODS A AND B FLOOR REPAIR AT THE ORLANDO INTERNATIONAL AIRPORT 10 Mr Willems presented the memorandum dated February 18 2020 along with aproposal from AECOM Technical Services Inc dated January 23 2020 to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair at the Orlando International Airport On November 19 2019 the Construction Committee approved Addendum No 19 in the amount of $714400 to the above-referencedagreement Since that time it has been determined that additional Construction Phase OAR Services are required as furthered described in the Consultantrsquos proposal dated January 23 2020

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the required services AECOM Technical Services Inc does not propose any MWBE LDB or VBE participation on this Amendment

Mr Patterson asked if this work will be ending next week Mr Willems answered yes

Mr Patterson stated that the timing of the work needed to be coordinated withOperations to avoid the holiday rush Mr Ruohomaki stated that due to these timingissues the OAR (AECOM Technical Services Inc) needs additional time to continue providing OAR Services on the project through close-out

Vice Chair Sharman asked if RW Block Consulting Inc had any outstanding issues with this request Ms Rainey responded that a change order on V-00933 requestinga time extension has not been received Mr Willems stated that the Contractor has not yet requested additional time but that a change order can be submitted to asubsequent Construction Committee Meeting Vice Chair Sharman asked if RW Block Consulting Inc would be amenable to this request once the change order is receivedMs Rainey answered yes [Subsequent to the Construction Committee meeting following review by the Contractor and OAR it was determined that a time extension change order would not be required RW Block Consulting Inc finds this item acceptable]

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 19 to the Continuing Program and Project Management (OAR Prime Entity) Services Agreement with AECOM Technical Services Inc to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair for thetotal not-to-exceed fee amount of $676800 with funding from previously-approvedOperation and Maintenance Funds

REQUEST FOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH HW DAVIS CONSTRUCTION INC FORV-00957 REPAIR SUB-CANOPIES LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 11 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from HW Davis Construction Inc dated October 23 2019 for V-00957Repair Sub-Canopies Level 3 A and B Enplane Drive at the Orlando InternationalAirport Project scope is to provide all labor equipment and materials to fabricatedeliver and install new fabric cover strips at diagonal steel braces at the sub-canopies rain protection covers at nine canopy locations and repair two separatedcable pockets at Canopy Nos 6 and 16 at the Orlando International Airport The duration of the project is 30 calendar days for Substantial Completion and 30

Minutes of the Construction Committee Meeting February 18 2020 Page 36 of 39

calendar days for Final Completion with a contemplated Notice to Proceed (NTP) date of February 24 2020

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that due to the limited scope of the required services HW Davis Construction Inc does notpropose any MWBELDBVBE participation on this Job Order Construction Services Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve a JobOrder Construction Services Addendum to the Continuing Vertical Construction Services Agreement with HW Davis Construction Inc for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total direct-negotiated amount of $3573300 andwaive the requirement for Performance and Payment Bonds with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR V-00957 REPAIR SUB-CANOPIES AT LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 12 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated January 31 2020 is to provide Construction Phase OAR Services on the above-referenced project

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the services to be provided Geotech Consultants International Inc dba GCI Inc does not propose any MWBELDBVBE participation on this Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total not-to-exceed fee amount of $290700 with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH GOMEZ CONSTRUCTION COMPANY FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) AT THE ORLANDO INTERNATIONAL AIRPORT 13 This item was deferred

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) ATTHE ORLANDO INTERNATIONAL AIRPORT 14 This item was deferred

Minutes of the Construction Committee Meeting February 18 2020 Page 37 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING ENVIRONMENTAL ENGINEERING CONSULTANT SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC FOR INSTALLATIONOF NEW MONITORING WELLS IMPLEMENTATION OF ONE SEMI-ANNUAL POST-ACTIVE REMEDIATIONMONITORING (PARM) AND PREPARATION OF ONE PARM REPORT AT THE FORMER DAYRON FACILITYFOR W-00072 OEA REMEDIATION OF DAYRON PLUME AT THE ORLANDO EXECUTIVE AIRPORT 15 Mr Carrington presented the memorandum dated February 18 2020 along with a proposal from AECOM Technical Services Inc dated February 10 2020 to provide for the installation of eleven new monitoring wells implementation of one semi-annual groundwater Post-Active Remediation Monitoring (PARM) and the preparation and submission of one PARM report at the former Dayron Facility at the OrlandoExecutive Airport The one semi-annual PARM monitoring event to be performed in late March or early April 2020

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that AECOM Technical Services Inc proposes 331 MWBE and 80 LDB participation on this Addendum

Mr Ruohomaki asked if this was in pursuit of a NFA designation (No Further Action)Mr Carrington answered yes

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve an Addendum to the Continuing Environmental Engineering Consultant Services Agreement with AECOMTechnical Services Inc for Installation of New Monitoring Wells Implementation of One Semi-Annual Post-Active Remediation Monitoring (PARM) and Preparation of One PARM Report at the Former Dayron Facility for W-00072 OEA Remediation of DayronPlume at the Orlando Executive Airport for the total amount of $7150000 which includes the not-to-exceed fee amount of $4112700 and the not-to-exceed reimbursable expense amount of $3037300 with funding from OEA Environmental Liability Funds

REQUEST FOR RECOMMENDATION OF APPROVAL OF NO-COST ADDENDA TO THE CONTINUING TRANSPORTATION PLANNING CONSULTING SERVICES AGREEMENTS TO EXERCISE THE SECOND AND FINAL ONE-YEAR RENEWAL OPTION 16 Ms Anderson presented the memorandum dated February 18 2020 requesting the recommendation of approval of No-Cost Addenda to the Continuing Transportation Planning Consulting Services Agreements to exercise the second and final one-year renewal option In June 2016 the Aviation Authority Board approved ContinuingTransportation Planning Consulting Services Agreement with the below firms Theprovisions in the agreement include a base three-year term with two subsequent optional one-year renewal periods upon mutual agreement of the parties

Each firmrsquos first one-year renewal expires as follows

Firm Expiration Date HNTB Corporation July 26 2020 HDR Engineering Inc September 12 2020

In order to maintain these services on an as-needed basis for routine operations staff requires the services of the above-referenced firms The firms were requested to provide their concurrence to exercise the second and final one-year renewal option

Upon motion of Mr Patterson second by Mr Hunt vote carried to recommend to theAviation Authority Board approval of No-Cost Addenda to the Continuing Transportation

Minutes of the Construction Committee Meeting February 18 2020 Page 38 of 39

Planning Consulting Services Agreements to Exercise the Second and Final One-Year Renewal Option there is no fiscal impact associated with this item

REQUEST FOR APPROVAL OF CONTRACTORrsquoS FINAL PAYMENT TO HL PRUITT CORPORATION FOR E-00212 INVENTORY AND MARKING OF AIRFIELD LIGHTING AT THE ORLANDO INTERNATIONALAIRPORT 17 Mr Patterson presented the memorandum dated February 18 2020 requesting the Contractorrsquos Final Payment to HL Pruitt Corporation for E-00212 Inventory andMarking of Airfield Lighting at the Orlando International Airport The Construction Contract for the referenced project has been completed and all issues involving the Contractor have been addressed and resolved

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve theContractorrsquos Final Payment Authorization to HL Pruitt Corporation for E-00212Inventory and marking of Airfield Lighting at the Orlando International Airport

INFORMATION ITEMS

18 The following items were presented for information only

A Field Change Order (FCO) Log

B Revised Supporting Documentation for Change Order PS-00329-11 Parking Access and Revenue Control System (PARCS) Replacement at The OrlandoInternational Airport [From Construction Committee on July 30 2019 ItemNo 1-F] [The Construction Committee determined that this information item should be converted to an action item and it was motioned with Item No 2-B]

C Revised Coversheet for Hensel Phelps Construction to issue a SubcontractModification to Inland Construction and Engineering Inc for BP-S00144South Terminal C Phase 1 - Airside Enclosure amp Exterior Finishes (GMPNo 6-S2) at The Orlando International Airport [From ConstructionCommittee on November 26 2019 Item No 2-D]

D Additional Supporting Documentation for Request for Recommendation ofApproval of an Amendment to Addendum No 7 to the Construction Management at Risk (CMR) Entity Services for the South Terminal C Phase 1 (STC-P1)Agreement with Turner-Kiewit Joint Venture for BP-S00150 South TerminalC Phase 1 ndash Parking Facility (GMP 9-S) at The Orlando International Airport [From Construction Committee on December 17 2019 Item No 5]

E Revised Coversheet for Request for Approval of an Addendum to the Technology and Multi-Media Specialty Engineer for the South Terminal CPhase 1 Agreement with Burns Engineering Inc for Design Services related to Customs Border and Patrol (CBP) final review for W-S00113 South Terminal C Phase 1 ndash Experiential Media Environment (EME) at The OrlandoInternational Airport [From Construction Committee on February 4 2020Item No 10]

F Office of Small Business Participation Memorandum for the Request forRecommendation of Approval of the FFampE and IT Estimate Procurement Plan and Process for Updating the Construction Committee for W-S00145 SouthTerminal C Phase 1 and Phase 1X (STC-P1 and P1X) Owner Furnished FFampE and IT Items at The Orlando International Airport [From ConstructionCommittee on February 4 2020 Item No 11]

______________________________

Minutes of the Construction Committee Meeting February 18 2020 Page 39 of 39

ADJOURNMENT

19 There being no further business for discussion the meeting was adjourned at 910 am

Kathleen Sharman Vice Chair Construction Committee Chief Financial Officer

Page 9: On TUESDAY, FEBRUARY 18, 2020 , the CONSTRUCTION … · Mike Patterson, Director of Construction . Gary Hunt, Director of Maintenance . ... Steve Pue, GOAA Maintenance . Vendla Davermann,

Minutes of the Construction Committee Meeting February 18 2020 Page 9 of 39

HPC has submitted documentation including the subcontractors 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 TampT Construction of Central Fla Inc in the lump sum amount of $ 1616300 Deduct from CMAR Contingency $ (1616300)

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-S1) for this subcontract modification is TampT Construction of Central Fla Inc (MWBE) There is 966 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to TampTConstruction of Central Fla Inc on BP-S00143 South Terminal C Phase 1 - Airside Terminal Structure and Enclosure (GMP No 6-S1) for the total lumpsum amount of $1616300 with funding from General Airport Revenue Bonds

E Subcontractor Modification for BP-S00143 (GMP No 6-S1) with Kirlin Florida LLC for CR0450-6S1-RFI 1908 Exterior Domestic Cold-Water Piping InsulationMr Guirges presented the memorandum requesting approval for Hensel Phelps Construction (HPC) to issue a Subcontract Modification on BP-S00143 SouthTerminal C Phase 1 - Airside Terminal Structure and Enclosure (GMP No 6-S1) at the Orlando International Airport in the total deductive amount of($723000) to Kirlin Florida LLC for CR0450-6S1-RFI 1908 Exterior DomesticCold-Water Piping Insulation Bid Package for BP-S00143 2201 Plumbing has been previously awarded within GMP No 6S1 to Kirlin Florida LLC CC No2018052204H

HPC is requesting to issue a Subcontractor Modification to Kirlin Florida LLCin the total deductive Lump Sum amount of ($723000) for CR0450-6S1-RFI 1908Exterior Domestic Cold-Water Piping Insulation The modified scope of workconsists of the credits for replacing the 1-inch thick Cellular Glass insulation at exterior domestic cold-water piping with 1-inch thick Fiberglass insulation per RFI 1908 response

The approval of this Subcontractor Modification to Kirlin Florida LLC resolves all requests for cost and time resulting from RFI 1908

HPC has submitted documentation including the subcontractors 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

Minutes of the Construction Committee Meeting February 18 2020 Page 10 of 39

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

HPC to issue a subcontract modification to Kirlin Florida LLC in the deductive lump sum amount of $ (723000) Add to Owner Contingency $ 723000

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-S1) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is a 100 reduction in MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to KirlinFlorida LLC on BP-S00143 South Terminal C Phase 1 - Airside Terminal Structure and Enclosure (GMP No 6-S1) for the total deductive lump sumamount of ($723000) with funding credited to Passenger Facility Charges and General Airport Revenue Bonds

F Subcontractor Modifications for BP-S00143 (GMP No 6-S1) with Banker Steel Co LLC for CR0403-RFI 1604 Stair 161 and 162 Location and Stringer Support and CR0445-RFI 1703 Area 14 Soft Joint Support in Exterior Framing Clarification (CWA-BP-S143-007) Mr Guirges presented the memorandumrequesting approval for Hensel Phelps Construction (HPC) to issue SubcontractModifications on BP-S00143 South Terminal C Phase 1 - Airside Terminal Structure and Enclosure (GMP No 6-S1) at the Orlando International Airport in the total amount of $3449500 to Banker Steel Co LLC for CR0403-RFI1604 Stair 161 and 162 Location and Stringer Support and CR0445-RFI1703 Area 14Soft Joint Support in Exterior Framing Clarification (CWA-BP-S143-007) Bid Package for BP-S00143 0501 Structural Steel and Miscellaneous Metals has been previously awarded within GMP No 6-S1 to Banker Steel Co LLC CC No 20180410008

HPC is requesting to issue Subcontractor Modifications to Banker Steel Co LLC in the Lump Sum amounts of

1 $1531900 for CR0403-6S1-RFI 1604 Stair 161 and 162 Location andStringer Support The additional scope of work consists of necessarysteel members and stiffeners to support the stringer and allow installation of floor finish on the north edge of escalator pit 161 and on the south edge of escalator pit 162 per RFI 1604

2 $1917600 for CR0445-6S1-RFI 1703 Area 14 Soft Joint Support inExterior Framing Clarification The additional scope of work consistsof necessary steel members to support a soft joint for the exteriorframing in Area 14 per RFI 1703

The approval of these Subcontractor Modifications to Banker Steel Corp LLC resolves all requests for cost and time resulting from RFIs 1604 and 1703 scopes of work in GMP No 6-S1 Costs for Patching of Fireproofing and Insulation and Testing and Inspection if any will be submitted in a futureCR There are no cost impacts to GMP Nos 6-S 6-S2 6-S3 6-S4 6-S5 CR0445 closes out CWA-BP-S143-007

Minutes of the Construction Committee Meeting February 18 2020 Page 11 of 39

HPC has submitted documentation including the subcontractors 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 $ 3449500 Deduct from Owner Contingency $ (3449500)

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-S1) for this subcontract modification is Banker Steel Co LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue Subcontractor Modifications to Banker Steel Co LLC on BP-S00143 South Terminal C Phase 1 - Airside TerminalStructure and Enclosure (GMP No 6-S1) for the total lump sum amount of$3449500 with funding from Passenger Facility Charges and General AirportRevenue Bonds

G Subcontractor Modification for BP-S00144 (GMP No 6-S2) with Wal-Mark Contracting Group LLC for CR04152-6S2-RFIs 1667 and 16671 Ramp Level Overhang Framing and Insulation Mr Guirges presented the memorandum requesting approval for Hensel Phelps Construction (HPC) to issue a Subcontractor Modification on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes (GMP No 6-S2) at the Orlando International Airport in the total amount of $1841000 to Wal-Mark Contracting Group LLCfor CR04152-6S2-RFIs 1667 and 16671 Ramp Level Overhang Framing and Insulation Bid Package for BP-S144 0902 Framing and Drywall has been previously awarded within GMP No 6-S2 to Wal-Mark Contracting Group LLC CC No 20180605006

HPC is requesting to issue a Subcontractors Modification to Wal-Mark Contracting Group LLC in the total Lump Sum amount of $1841000 for CR04152-6S2-RFIs 1667 and 16671 Ramp Level Overhang Framing and Insulation The modified scope of work includes replacing the Smart Cl (Composite Insulation) system with conventional framing and batt insulation at the ramp level overhang per RFIs 1667 and 16671 response

The approval of this Subcontractor Modification to Wal-Mark Contracting GroupLLC resolves all requests for cost and time resulting from RFIs 1667 and 16671scope of work within GMP No 6-S2 Credits for the Ramp Level overhang metaldecking and composite insulation ldquoSmart Clrdquo were approved via CC 20191217003C Potential credit for the approximately 15250 SF of metal deck not installedin GMP No 6-S1 is being evaluated by the OAR and any cost for this creditwill be submitted in a future CR

HPC has submitted documentation including the subcontractors proposal tosupport this request An independent cost estimate is included By approving

Minutes of the Construction Committee Meeting February 18 2020 Page 12 of 39

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 Wal-Mark Contracting Group LLC in the lump sum amount of $ 1841000 Deduct from Owner Contingency $ (1841000)

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-S2) for this subcontract modification is Wal-Mark Contracting Group LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to Wal-MarkContracting Group LLC on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes (GMP No 6-S2) for the total lump sum amount of $1841000 with funding from Passenger Facility Charges and General Airport Revenue Bonds

H Subcontractor Modifications for BP-S00144 (GMP No 6-S2) with Wal-Mark Contracting Group LLC and Alpha Insulation and Waterproofing Inc forCR0449-6S2-RFI 18531 Roof Expansion Joint Framing at Parapet and CR04692-RFI 818 Series-Ramp Level Floor Fire Dampers without Floors Mr Guirges presented the memorandum requesting approval for Hensel Phelps Construction (HPC) to issue Subcontractor Modifications on BP-S00144 South Terminal CPhase 1 - Airside Enclosure and Exterior Finishes (GMP No 6-S2) at theOrlando International Airport in the total amount of $13070600 to Wal-Mark Contracting Group LLC and Alpha Insulation and Waterproofing Inc forCR0449-6S2-RFI 18531 Roof Expansion Joint Framing at Parapet and CR04692-RFI 818 Series-Ramp Level Floor Fire Dampers without Floors

Bid Package for BP-S00144 0902 Framing and Drywall has been previously awarded within GMP No 6-S2 to Wal-Mark Contracting Group LLC CC No20180605006

Bid Package for BP-S144 0701 Caulking and Waterproofing has been previously awarded within GMP No 6-S2 to Alpha Insulation and Waterproofing Inc CCNo 20180605006

HPC is requesting to issue the following Subcontractor Modifications

Wal-Mark Contracting Group LLC in the Lump Sum amount $3600600 for CR0449-6S2-RFI 18531 Roof Expansion Joint Framing at Parapet Themodified scope of work includes costs for the up-sized framing from 6-inch to 8-inch studs with additional plates at the expansion joint roof parapets in lieu of installing structural steel support per RFI 18531

Wal-Mark Contracting Group LLC in the Lump Sum amount $9237900 for CR04692-RFI 818 Series-Ramp Level Floor Fire Dampers without FloorsThe modified scope of work consists of additional framing and drywall

Minutes of the Construction Committee Meeting February 18 2020 Page 13 of 39

for the horizontal and vertical shaft enclosures in Areas 14 17 and 25only

Alpha Insulation and Waterproofing Inc in the Lump Sum amount of $232100 for CR04692-RFI 818 Series-Ramp Level Floor Fire Damperswithout Floors The modified scope of work adds firestopping to the wallshown on sheet Al3125 which changed to a 2-hours rated wall in Area 25

The approval of these Subcontractor Modifications to Wal-Mark ContractingGroup LLC and Alpha Insulation and Waterproofing Inc resolves all requests for costs resulting from the scopes of work in RFI 1853 series in GMP No 6-S2 and RFI 0818 series for Areas 14 17 and 25 only in GMP No 6-S2 Cost impacts to GMP No 6-S1 were submitted in CR04691-6S1-RFI 0818 Series-Ramp Level Floor Fire Dampers without Floors Cost impacts for Drawing Areas 1516 18 19 20 21 22 23 24 26 27 28 29 30 31 32 and 33 included inthe responses to RFI 0818 series if any will be submitted in a future CRThere are no cost impacts to GMP Nos 6-S 6-S3 6-S4 and 6-S5 HPC willsubmit TIA-079 requesting additional time associated with RFI 0818 seriesscope of work The OAR will evaluate TIA-079 and any time recommended to begranted will be submitted at a future CCM

HPC has submitted documentation including the subcontractors proposal tosupport their request An independent cost estimate is included

By approving this request the Owner does not waive its right to enforce thecontract 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 Wal-Mark Contracting Group LLC in the lump sum amount of $ 12838500 HPC to issue a subcontract modification to Alpha Insulation and Waterproofing Inc in the lump sum amount of $ 232100 Deduct from Owner Contingency $ (13070600)

Hensel Phelps Construction is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractors identified and committed to participate on BP-S00144 (GMP No 6-S2) for these subcontractor modifications are Wal-Mark Contracting LLC (Non-MWBELDBVBE) and Alpha Insulation and Waterproofing Inc (Non-MWBELDBVBE) There is no small business participation associated with these modifications

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue Subcontractor Modifications to Wal-MarkContracting Group LLC and Alpha Insulation and Waterproofing Inc on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes(GMP No 6-S2) for the total lump sum amount of $13070600 which includesthe lump sum amount of $12838500 to Wal-Mark Contracting Group LLC and the lump sum amount of $232100 to Alpha Insulation and Waterproofing Inc withfunding from Passenger Facility Charges and General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 14 of 39

I Subcontractor Modification for BP-S00144 (GMP No 6-S2) with Wal-Mark Contracting Group LLC for CR0458-6S2-RFI 1583 Gypsum Wallboard on EastExterior Wall (VE) Mr Guirges presented the memorandum requesting approval for Hensel Phelps Construction (HPC) to issue a Subcontractor Modification on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes(GMP No 6-S2) at the Orlando International Airport in the total deductiveamount of ($7689000) to Wal-Mark Contracting Group LLC for CR0458-6S2-RFI1583 Gypsum Wallboard on East Exterior Wall (VE) Bid Package for BP-S00144 0902 Framing and Drywall has been previously awarded within GMP No 6-S2 to Wal-Mark Contracting Group LLC CC No 20180605006

Hensel Phelps Construction is requesting to issue Subcontractors Modifications to Wal-Mark Contracting Group LLC in the total deductive Lump Sum amount of ($7689000) for CR0458-6S2-RFI 1583 Gypsum Wallboard on East Exterior WallContract Documents indicated an interior partition wall adjacent to an exterior wall system which also included a gypsum wallboard partition It was determined that the drywall associated with the exterior wall system could be deleted if inner curved partition could be extended to the deck The modified scope of work includes costs for the additional framing and drywall to extend the curved partition to the decking and includes credit for the deletion of the inner gypsum wallboard in Area 14 and Areas 25 through 32 of the North Airside Concourse per RFI 1583 and OAR responses

The approval of this Subcontractor Modification to Wal-Mark Contracting Group LLC resolves all requests for cost and time resulting from RFI 1583 scope ofwork

HPC has submitted documentation including the subcontractors 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 Wal-Mark Contracting Group LLC in the deductive lump sum amount of $ (7689000) Add to Owner Contingency $ 7689000

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-S2) for this subcontract modification is Wal-Mark Contracting Group LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to Wal-MarkContracting Group LLC on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes (GMP No 6-S2) for the total deductive lumpsum amount of ($7689000) with funding credited to Passenger Facility Charges and General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 15 of 39

J Subcontractor Modification for BP-S00146 (GMP No 7-S) with Banker Steel Co LLC for CR04721-LST-RFIs-2312 and 23121-Roof Stair 4x4 HSS Flashing 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 theOrlando International Airport in the total amount of $302500 to Banker Steel Co LLC for CR04721-LST-RFI-2312 and 23121-Roof Stair 4x4 HSS Flashing Bid Package 500 Structural Steel was previously awarded within GMP No 7-S to Banker Steel Co LLC CC No 20180313010

TKJV is proposing a subcontract modification to Banker Steel Co LLC in the total lump sum amount of $302500 for CR04721-LST-RFIs-2312 and 23121-RoofStair 4x4 HSS Flashing Previously approved CR0472 was based on RFI 2312 which included costs for supplemental steel to address flashing on the adjacent lower roofs and included two stair locations Each staircase revised in RFI 2312 included a set of staircases but CR 0472 only included costs for 2stairs The contractor requested clarification in RFI 23121 that the condition applied to all 4 stairs located at the lower roof which was confirmed Thescope of work in this request consists of all costs associated with the supplemental steel for the other 2 stairs

The approval of this subcontract modification to Banker Steel Co LLC resolves all requests for costs and time associated with LST RFI 23121

TKJV has submitted documentation including the subcontractors 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

Current GMP Line Item 6 value $ 137804300 TKJV to issue a subcontract modification to Banker Steel Co LLC in the lump sum amount of $ 302500 Deduct from Line Item 6 $ (302500) Remaining GMP Line Item 6 Value $ 137501800

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 Banker Steel Co LLC (Non-MWBELDBVBE) There is 825 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Banker Steel Co LLC on BP-S00146 South Terminal C Phase 1 - Landside Terminal Structure and Enclosure (GMP No 7-S) for the total lump sum amount of$302500 with funding from Passenger Facility Charges and General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 16 of 39

K Subcontractor Modification for BP-S00146 (GMP No 7-S) with Banker Steel Co LLC for CR0680-LST-RFI 29471-West Prow and Truss Deflection 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 theOrlando International Airport in the total amount of $3177200 to Banker Steel Co LLC for CR0680-LST-RFI 29471-West Prow and Truss Deflection Bid Package 500 Structural Steel was previously awarded within GMP No 7-S toBanker Steel Co LLC CC No 20180313010

TKJV is proposing a subcontract modification to Banker Steel Co LLC in the total lump sum amount of $3177200 for CR0680-LST-RFI 29471-West Prow and Truss Deflection Although the west prow structural steel deflections wereanticipated the deflected condition caused the sag rods and wind girts for the exterior wall in this area to be out of alignment with the exterior walland curtain wall systems RFI 29471 requested direction on bringing the sag rods and wind girts back into correct elevations The modified scope of work consists of changes to sag rod connections at the west prow revision of vertical location of sag rod connections and clips at GL L2 on Atrium HSSCross Truss as confirmed by RFI 29471

The approval of this subcontract modification to Banker Steel Co LLC resolves all requests for costs and time associated with LST RFIs 2947 and 29471

TKJV has submitted documentation including the subcontractors 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 Banker Steel Co LLC in the lump sum amount of $ 3177200 Current GMP No 7-S Line Item 6 Value $ 140981500 Deduct from Line Item $ (3177200) Remaining GMP No 7-S Line Item 6 Value $ 137804300

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 Banker Steel Co LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Banker Steel Co LLC on BP-S00146 South Terminal C Phase 1 - Landside Terminal Structure and Enclosure (GMP No 7-S) for the total lump sum amount of$3177200 with funding from General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 17 of 39

L Subcontractor Modifications for BP-S00147 (GMP No 7-S1) with MSE2 Inc dba Mader Southeast for CR05641-LST-Bulletin 23 Drywall-Backing and Framing for Added Devices CR0595-LST-Bulletin 32-Drywall and CR0599-LST-RFI 1980-Wall Type around Columns Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue Subcontract Modifications onBP-S00147 South Terminal C Phase 1 - Landside Terminal Remaining Structures and Systems (GMP No 7-S1) at the Orlando International Airport in the total amount of $834800 to MSE2 Inc dba Mader Southeast for CR05641-LST-Bulletin 23 Drywall-Backing and Framing for Added Devices CR0595-LST-Bulletin 32-Drywall and CR0599-LST-RFI 1980-Wall Type Around Columns at Area 9 Bid Package 910 Drywall and Framing was previously awarded within GMP No 7-S1 to MSE2 Inc dba Mader Southeast CC No 20181002009

TKJV is proposing the following subcontract modifications to MSE2 Inc dba Mader Southeast in the respective lump sum amounts of

1 $611700 for CR05641-LST-Bulletin 23 Drywall-Backing and Framing forAdded Devices The modified scope of work consists of additional backing and framing for devices and smoke dampers as per LST Bulletin 23

2 $294800 for CR0595-LST-Bulletin 32-Drywall The modified scope of work consists of additional costs for backing and blocking added signage as per LST Bulletin 32 revisions

3 ($71700) for CR0599-LST-RFI 1980-Wall Type Around Columns at Area 9 The modified scope of work consists of deletion of framing and drywall around columns at LST Area 9 Level 1 that were replaced with CMU perRFI 1980

The approval of these subcontract modifications to MSE2 Inc dba Mader Southeast resolves all requests for cost and time for

1 CR05641 with LST Bulletin 23 for Drywall in GMP No 7-S1 CR0564 for low voltage was submitted 10012019

2 CR0595 with LST Bulletin 32 for Drywall in GMP No 7-S1 There will beadditional costs forthcoming for signage in GMP No 7-S2 once the subcontract agreement is awarded There will be no costs for GMP No 7-S or GMP No 7-S3

3 CR0599 for all requests for cost and time associated with RFI 1980

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

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

TKJV to issue a subcontract modification to MSE2 Inc dba Mader Southeast in the lump sum amount of $ 611700 TKJV to issue a subcontract modification to MSE2 Inc dba Mader Southeast in the lump sum amount of $ 294800 TKJV to issue a subcontract modification to MSE2 Inc dba Mader Southeast in the lump sum amount of $ (71700) Deduct from PI Owner Contingency $ (587600) Deduct from P1X Owner Contingency $ (247200)

Minutes of the Construction Committee Meeting February 18 2020 Page 18 of 39

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-S1) for this subcontract modification is MSE2 Inc dba Mader Southeast (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue Subcontractor Modifications to MSE2 Inc dba Mader Southeast on BP-S00147 South Terminal C Phase 1 - LandsideTerminal Remaining Structures and Systems (GMP No 7-S1) for the total lumpsum amount of $834800 with funding from Passenger Facility Charges and General Airport Revenue Bonds

M Subcontractor Modifications for BP-S00150 (GMP No 9-S) with Skybuilders USA LLC for CR0362-PKG-Rental Extension Temporary Wall Protection Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando InternationalAirport in the total amount of $3903600 to Skybuilders USA LLC for CR0362-PKG-Rental Extension Temporary Wall Protection Bid Package 3100 Demolition was previously awarded within GMP No 9-S to Skybuilders USA LLC CC No 2017101016

TKJV is proposing a subcontract modification to Skybuilders USA LLC in thetotal lump sum amount of $3903600 for CR0362-PKG-Rental Extension TemporaryWall Protection he modified scope of work consists of all additional costsassociated with the rental extension of temporary wall protection for 8 months from October 18 2019 to June 20 2020 for 2478 LF of temporary panels 2195 LF of windscreen and 533 sandbags and rental extension for 4 months from February 20 2020 to June 20 2020 for 444 LF of temporary panels andwindscreen and 150 sandbags in various locations in the parking garage

The approval of this subcontract modification to Skybuilders USA LLC resolves all requests for costs and time resulting from the scope of work associated with CR0362

TKJV has submitted documentation including the subcontractors 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 Skybuilders USA LLC in the lump sum amount of $ 3903600 Deduct from CMAR Contingency $ (3903600)

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 Skybuilders USA LLC (MWBELDB) There is a 100 MWBE participation associated with this modification

Minutes of the Construction Committee Meeting February 18 2020 Page 19 of 39

Vice Chair Sharman asked if the completed eligibility was received for thisitem Ms Hinds answered yes

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Skybuilders USA LLC on BP-S00150 South Terminal C Phase 1 - Parking Facility- Phase 1 (GMP No 9-S) for the total lump sum amount of $3903600 with funding from Customer Facility Charges and General Airport Revenue Bonds

N Subcontractor Modification for BP-S00150 (GMP No 9-S) with Gulf Mechanical Contractors LLC for CR0492-PKG-RFI 1968-Electrical Room Door Size ChangesMr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando International Airport in the total amount of $167700 to Gulf Mechanical Contractors LLC for CR0492-PKG-RFI 1968 Series-Electrical Room Door SizeChanges Bid Package for 2200 Plumbing was previously awarded within GMPNo 9-S to Gulf Mechanical Contractors LLC CC No 20171010016

TKJV is proposing a subcontract modification to Gulf Mechanical ContractorsLLC in the total lump sum amount of $167700 for CR0492-PKG-RFI1968 Series-Electrical Room Door Size Changes The modified scope of work consists of all labor and material to trench and excavate reconfigured PVC pipes and fittingsrequired to accommodate a changed door opening dimension due to the responsefrom RFI 1968

The approval of this subcontract modification to Gulf Mechanical Contractors LLC resolves all requests for cost and time associated with RFI 1968 series for GMP No 9-S Remaining costs for RFI 1968 were previously submitted under GMP No 9-S1 as CR04921-PKG-RFI 1968-Electrical Room Door Size Changes

TKJV has submitted documentation including the subcontractors 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 cost or time

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

TKJV to issue subcontract modification to Gulf Mechanical Contractors LLC in the lump sum amount of $ 167700 Deduct from Owner Contingency $ (167700)

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 Gulf Mechanical Contractors LLC (Non-MWBELDBVBE) There is no small businessparticipation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Gulf

Minutes of the Construction Committee Meeting February 18 2020 Page 20 of 39

Mechanical Contractors LLC on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $167700 with funding from Customer Facility Charges and General Airport Revenue Bonds

O Subcontractor Modification for BP-S00150 (GMP No 9-S) with CCK ConstructionServices Inc for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU Mr Guirges presented the memorandum requesting approvalfor Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando International Airport in the total amount of $816800 to CCK Construction Services Inc for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU Bid Package 30 Concrete was previouslyawarded within GMP No 9-S to CCK Construction Services Inc CC No2017101016

TKJV is proposing a subcontract modification to CCK Construction ServicesInc in the total lump sum amount $816800 for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU The modified scope consists ofall materials and labor required for the additional footer and the Cast inPlace (CIP) tie beams as per RFI 1877

The approval of this subcontract modification resolves all requests for cost and time associated with RFI 1877 for GMP No 9-S Costs for Miscellaneous metals subcontractors will be submitted under CR 05531 for GMP No 9-S1

TKJV has submitted documentation including the subcontractors 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 CCK Construction Services Inc in the lump sum amount of $ 816800 Deduct from Owner Contingency $ (816800)

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 CCK Construction Services Inc (Non-MWBELDBVBE) There is 189 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to CCK Construction Services Inc on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $816800 with funding from Customer Facility Charges and General Airport Revenue Bonds

P Subcontract Award for BP-S00150 (GMP No 9-S) with Fine Tune Services LLC for CR0630-PKG-Rough and Final Cleaning Award Mr Guirges presented thememorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) toissue a Subcontract Award on BP-S00150 South Terminal C Phase 1 ParkingFacility - Phase 1 (GMP No 9-S) at the Orlando International Airport in thetotal amount of $15450000 to Fine Tune Enterprises Inc for CR0630-PKG-

Minutes of the Construction Committee Meeting February 18 2020 Page 21 of 39

Rough and Final Cleaning Award Bid Package for BP-S150 Parking FacilityPhase 1 was previously awarded to TKJV reference CC No 2017101016

TKJV is proposing a subcontract award for CR0630-PKG-Rough and Final Cleaning The scope of the award is for the cleaning of all concrete structures floorselevators and finished areas for the parking garage phase 2 in accordance with bid package 174 dated August 1 2019 and documents through PKG DSI 4 andCWS Bulletin 12 and as described in the Fine Tune Enterprises Inc proposal

The approval of this subcontract award to Fine Tune Enterprises Inc resolvesall costs associated with PKG Bid Package 174 and documents through DSI 4 andCWS Bulletin 12

TKJV has submitted documentation including the subcontractors 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 Subcontract Award for this project is as follows

TKJV to issue Subcontract Award to Fine Tune Enterprises Inc in the lump sum amount of $ 15450000 GMP Line Item 17 current balance $ (7500000) Deduct from P1 CMAR Contingency $ (6921000) Deduct from CWE CMAR Contingency $ (1029000) GMP Line Item 17 remaining balance $ 000

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 award is Fine Tune Enterprises Inc (MWBELDB) There is 100 MWBE participation associated with this award

Vice Chair Sharman asked if this request includes the cost for cleaning the canopies Mr Guirges stated that although the canopies are not installedyet this item includes final cleaning under the canopy area Ms Stockerl agreed that the estimate included the cost of final cleaning once the canopies are installed Vice Chair Sharman stated that funding is partially from the Campus Wide Improvements project Mr Ruohomaki stated that the funding sources can be re-evaluated if necessary Vice Chair Sharman agreed that the funding can be revised if needed

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontract Award to Fine Tune Enterprises Inc on BP-S00150 South Terminal C Phase 1 - Parking Facility- Phase 1 (GMP No 9-S) for the total lump sum amount of $15450000 withfunding from Customer Facility Charges and General Airport Revenue Bonds

Q Subcontractor Modification for BP-S00150 (GMP No 9-S) with CCK ConstructionServices Inc for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement 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 $156000 to CCK Construction

Minutes of the Construction Committee Meeting February 18 2020 Page 22 of 39

Services Inc for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement Bid Package 30 Concrete was previously awarded within GMP No 9-S to CCKConstruction Services Inc CC No 2017101016

TKJV is proposing a subcontract modification to CCK Construction ServicesInc in the total lump sum amount $156000 for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement The modified scope consists of additional laborand material to cut splice and adjust the promenade slab reinforcement

The approval of this subcontract modification resolves all requests for cost and time associated with PKG RFI 19851

TKJV has submitted documentation including the subcontractors 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 CCK Construction Services Incin the lump sum amount of $ 156000 Deduct from CMAR Contingency $ (156000)

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 CCK Construction Services Inc (Non-MWBELDBVBE) There is no small businessparticipation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to CCK Construction Services Inc on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $156000 with funding from Customer Facility Charges and General Airport Revenue Bonds

R Subcontractor Modification for BP-S00151 (GMP No 9-S1) with Quality Cable Contractors Inc for CR04301-PKG-Bulletin 10 and RFI 2690-Low Voltage Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00151 South Terminal C Phase 1 - Parking Facility Phase 2 (GMP No 9-S1) at the Orlando International Airport in the total amount of $5225700 to Quality Cable Contractors Inc for CR04301-PKG-Bulletin 10 and RFI 2690-Low Voltage Bid package 2800 Low Voltage Electrical was previously awarded within GMP No 9-S1 Parking Facility Phase 2 to Quality Cable Contractors Inc CC No2018092525A

TKJV) is proposing a subcontract modification to Quality Cable Contractors Inc in the total lump sum amount of $5225700 for CR04301-PKG-Bulletin 10and RFI 2690-Low Voltage The modified scope of work consists of additional materials labor and equipment for ten (10) additional access controls at PKGdoors and the credit associated with the blue phone and camera outletsrevisions per PKG Bulletin 10 and RFI 2690

Minutes of the Construction Committee Meeting February 18 2020 Page 23 of 39

The approval of this subcontract modifications to Quality Cable ContractorsInc resolves all requests for costs and time resulting from PKG Bulletin 10 and RFI 2690 for GMP No 9-S1 CR0430 was submitted for GMP No 9-S CC No20190910021 This request resolves all requests for cost and time for RFI2690 for Low Voltage costs for the hardware changes for Taylor Cotton amp Ridley Inc GMP No 9-S1 was submitted under CR0776

TKJV has submitted documentation including the subcontractors 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 award to Quality Cable Contractors Inc in the lump sum amount of $ 5225700 Deduct from Owner Contingency $ (5225700)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00151 (GMP No 9-S1) for this subcontractor modificationis Quality Cable Contractors Inc (MWBELDB) There is 100 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Quality Cable Contractors Inc on BP-S00151 South Terminal C Phase 1 - ParkingFacility Phase 2 (GMP No 9-S1) for the total lump sum amount of $5225700 with funding from Customer Facility Charges and General Airport Revenue Bonds

S Subcontractor Modification for BP-S00163 (GMP No 5-S5) with The Middlesex Corporation for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place (CIP)Rectangular Beam Canopy Anchor Bolt Locations Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) toissue a Subcontract Modification on BP-S00163 South Terminal C Phase 1 -EnplaneDeplane Bridge and Roadways Balance of Work - FDOT (GMP No 65-S5)at the Orlando International Airport in the total amount of $2295700 to The Middlesex Corporation for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place(CIP) Rectangular Beam Canopy Anchor Bolt Locations Bid Package 3400 EnplaneDeplane Bridge-Combined Piers and Piles was previously awarded within GMP No 5-S5 EnplaneDeplane Bridge and Roadways Balance of Work -FDOT to The Middlesex Corporation CC No 20180605007

TKJV is proposing a subcontract modification to The Middlesex Corporation in the total lump sum amount of $2295700 for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place (CIP) Rectangular Beam Canopy Anchor Bolt Locations The CIP beams were formed and rebar installed but were found to have a discrepancy between the LSC (Landside Civil) and LST (Landside Terminal) drawings with thecanopy anchor bolt locations RFI 3051 response confirmed that the proposed structural adjustment to drill and epoxy the rebar inside the limits of the CIP rectangular beam is acceptable RFI 30511 response confirmed that the proposed epoxy product is acceptable RFI 3249 response provided the details of alternative reinforcement at the canopy column locations The modifiedscope of work consists of all the labor material and equipment costs

Minutes of the Construction Committee Meeting February 18 2020 Page 24 of 39

associated with the relocation of the anchor bolts and the structural adjustments required as per the EOR responses to RFIs 3051 30511 and 3249

The approval of this subcontract modification to The Middlesex Corporationresolves all requests for cost and time resulting from RFIs 3051 30511 and3249

TKJV has submitted documentation including the subcontractors 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 $ 2295700 Deduct from Phase 1 CMAR Contingency $ (2295700)

Due to the funding source of this GMP No 5-S5 Turner-Kiewit Joint Ventureproposed a 20 DBE participation goal for Bid Package 3400 EnplaneDeplane Bridge and Roadways Balance of Work - FDOT in lieu of MWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by this modification The subcontractor identified and committed to participate on BP-S00163 (GMP No 5-S5) for this subcontract modification is The Middlesex Corporation(Non-DBE) There is no DBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to The Middlesex Corporation on BP-S00163 South Terminal C Phase 1 - EnplaneDeplane Bridge and Roadways Balance of Work - FDOT (GMP No 5-S5) for the total lumpsum amount of $2295700 with funding from Passenger Facility Charges

T Subcontractor Modification for BP-S00168 (GMP No 6-S4) with MC Dean Inc for CR03382-6S4 ASC RFI 1621 Emergency Communications System (ECS) Speakersndash Low Voltage Mr Guirges presented the memorandum requesting approval forHensel Phelps Construction (HPC) to issue Subcontract Modifications on BP-S00168 South Terminal C Phase 1 - Interior Finishes and Specialties (GMPNo 6-S4) at the Orlando International Airport in the total amount of $2102300 to MC Dean Inc for CR03382-6S4 ASC RFI1621 EmergencyCommunications System (ECS) Speakers - Low Voltage Bid Package BP-S168 2701ASC Low Voltage Systems was previously awarded within the GMP No 6-S4 toMC Dean Inc CC No 20181002010

HPC is requesting to issue a Subcontractor Modification to MC Dean Inc in the total Lump Sum amount of $2102300 for CR03382-6S4 ASC RFI 1621 Emergency Communications System (ECS) Speakers - Low Voltage The response to RFI 1621 provided updated Technology drawings and schedule showing the Low VoltageRequirements for the Type 4 Wall Mount Emergency Communications SystemsSpeakers in Transfer Level Areas 16 and 17 The modified scope of work consistsof the costs associated with the additional conduits and 1-port Cat 6 cables required to those speakers for the low voltage scope per RFI 1621 response and sketches

Minutes of the Construction Committee Meeting February 18 2020 Page 25 of 39

The approval of this Subcontractor Modification to MC Dean Inc resolves all requests for cost and time resulting from RFI 1621 in GMP No 6-S4 Cost impacts for Electrical work associated with RFI 1621 in GMP No 6-S2 will besubmitted via CR03381-6S2-0143 There is no cost impact for RFI 1621 in GMP Nos 6-S 6-S1 6-S3 6-S5 or 6-S6

HPC has submitted documentation including the subcontractors 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 MC Dean Inc in the lump sum amount of $ 2102300 Deduct from Owner Contingency $(2102300)

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-S4) for this subcontract modification is MC Dean Inc (Non-MWBELDBVBE) There is 835 MWBE participationassociated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue Subcontractor Modifications to MC Dean Inc on BP-S00168 South Terminal C Phase 1 - Interior Finishes andSpecialties (GMP No 6-S4) for the total lump sum amount of $2102300 with funding from Passenger Facility Charges and General Airport Revenue Bonds

U Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0609-LST-RFIs 2513 25131 and 25132-Sink type per Location Verification Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $295100 to Kirlin Florida LLC for CR0609-LST-RFIs 2513 25131 and 25132- Sink type per Location Verification Bid Package BP 2300 Plumbing andHVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $295100 for CR0609-LST-RFIs 2513 25131 and 25132- Sink type per Location Verification The modified scope of work consists ofall costs associated with the change in fixture specification for the AG Lab sink from the S-2 tag to a custom steel two-bay sink with two drain boards disposal cone washout spray vacuum breaker solenoid valve and piping as captured in RFI 2513 confirmation of custom sink model number per RFI 25131 and the confirmation of the disposal waste drain opening size in RFI 25132

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFIs 2513 25131 and 25132

TKJV has submitted documentation including the subcontractors proposal to support their request An independent cost estimate is included By approving

Minutes of the Construction Committee Meeting February 18 2020 Page 26 of 39

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 Kirlin Florida LLC in the lump sum amount of $ 295100 Deduct from Owner Contingency $ (295100)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $295100with funding from General Airport Revenue Bonds

V Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0621-LST-RFI 2544- Missing Civil Storm Pipe Correction Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the OrlandoInternational Airport in the total amount of $563200 to Kirlin Florida LLCfor CR0621-LST-RFI 2544-Missing Civil Storm Pipe Connection Bid Package BP 2300 Plumbing and HVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No 2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $563200 for CR0621-LST-RFI 2544-Missing Civil Storm Pipe Connection The modified scope of work consists of all additional costsassociated with a net add of underground plumbing piping to correspond withthe new civil design between L1 and L2 per RFI 2544

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 2544

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the lump sum amount of $ 563200 Deduct from P1 Owner Contingency $ (563200)

Minutes of the Construction Committee Meeting February 18 2020 Page 27 of 39

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $563200with funding from Passenger Facility Charges and General Airport Revenue Bonds

W Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0710-LST-RFI 1727-AC Humidifiers Missing Domestic Chilled Water (DCW) Piping Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $446500 to Kirlin Florida LLC for CR0710-LST-RFI 1727-AC Humidifiers Missing Domestic Chilled Water (DCW) Piping Bid Package BP 2300 ldquoPlumbing andHVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $446500 for CR0710-LST-RFI 1727-AC humidifiersmissing DCW pipe The modified scope of work consists of additional domesticcold-water connections and piping for the AC units with humidifiers

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 1727

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the lump sum amount of $ 446500 Deduct from CMAR Phase 1 Contingency $ (324700) Deduct from CMAR Phase 1X Contingency $ (121800)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Minutes of the Construction Committee Meeting February 18 2020 Page 28 of 39

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $446500with funding from Passenger Facility Charges and General Airport Revenue Bonds

X Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0753-LST-RFI 2368-Duct Blanket R-Value 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-S3) at the OrlandoInternational Airport in the total deductive amount of ($6747700) to Kirlin Florida LLC for CR0753-LST-RFI 2368-Duct Blanket R-Value Bid Package BP 2300 Plumbing and HVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No 2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal deductive lump sum amount of ($6747700) for CR0753-LST-RFI 2368-DuctBlanket R-Value The modified scope of work consists of all additions anddeductions associated with the use of a 233-inch-thick 34-lbcu mineralfiberglass blanket instead of the specified 2-inch thick 15-lbcu mineralfiberglass blanket on HVAC duct systems per RFI 2368

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 2368

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the deductive lump sum amount of $ (6747700) Add to P1 Owner Contingency $ 4907600 Add to P1X Owner Contingency $ 1840100

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-DBEMWBELDBVBE) There is a reduction of 100 DBE participationassociated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin

Minutes of the Construction Committee Meeting February 18 2020 Page 29 of 39

Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total deductive lump sum amount of($6747700) with funding credited to Passenger Facility Charges and GeneralAirport Revenue Bonds

Y Subcontractor Modifications for BP-S00173 (GMP No 7-S3) with MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Mr Guirges presented the memorandum requesting approval forTurner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $985400 to MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Bid Package BP 2600 Electrical waspreviously awarded within GMP No 7-S3 to MC Dean Inc CC No 2018100211

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $575400 for CR06161-LST RFI 2611-Missing PACSEnclosures RFI 2611 requested information regarding routing of PACS (Physical Access Control System) door panels to IDF rooms innear US Customs and Border Protection (CBP) spaces The modified scope of work consists of all labor material and equipment associated with the addition of power for (11) PACS enclosures as captured in RFI 2611

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $410000 for CR0692-LST-Bulletin 31-Electrical Themodified scope of work consists of all costs associated with the confirmed Electrical panel additions per new circuit descriptions andload updates

The approval of these subcontract modifications to MC Dean Inc as proposedin CR06161-LST RFI 2611-Missing PACS Enclosures resolves all requests forcosts and time associated with LST RFI 2611 for GMP No 7-S3 Electrical CR0616 CC No 20191217-3-1 resolved all cost and time for GMP No 7-S1 LowVoltage There will be no forthcoming CRs for RFI 2611

The approval of this subcontract modification as proposed to MC Dean inCR0692-LST-Bulletin 31-Electrical Inc resolves all requests for costs andtime associated with LST Bulletin 31 Electrical scope A CR for GMP No 7-S1Low voltage scope is forthcoming

TKJV has submitted documentation including the subcontractors 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 for CR06161 to MC Dean Inc in the lump sum amount of $ 575400 TKJV to issue a subcontract modification for CR0692 to MC Dean Inc in the lump sum amount of $ 410000 Deduct from PI Owner Contingency $ (985400)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on

Minutes of the Construction Committee Meeting February 18 2020 Page 30 of 39

BP-S00173 (GMP No 7-S3) for this subcontract modification is MC Dean Inc(Non-DBE) There is no small business participation associated with thismodification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue Subcontractor Modifications to MC Dean Inc on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $985400 withfunding from General Airport Revenue Bonds

Z Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0662-AFC-Power and Laydown Yard to QC Lab Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $2817800 to Kiewit Infrastructure South Cofor CR0662-AFC-Power and Laydown Yard to QC Lab Bid Package 34101 Site Electrical and Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $2817800 for CR0662-AFC-Power and Laydown Yard to QC Lab The scope of work consists of all labor material and equipmentrequired to install the power to the Quality Control (QC) lab located off Wiley Road from the Security Check Point and construct a lay-downparking areaat the QC lab and subsequently remove it when the lab is no longer needed The dimensions for the base material needed for the lay-downparking area are 50-foot by 50-foot next to the lab and 12-foot by 30-foot in front of the lab

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Power and Laydown Yard to QC Lab scope of work

TKJV has submitted documentation including the subcontractors 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 Kiewit Infrastructure South Co in the lump sum amount of $ 2817800 Deduct from P1 Owner Contingency $ (1551700) Deduct from P1X Owner Contingency $ (1266100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Minutes of the Construction Committee Meeting February 18 2020 Page 31 of 39

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $2817800 with fundingfrom General Airport Revenue Bonds

AA Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0672-AFC-Test Pit Remediation Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $6069900 to Kiewit Infrastructure South Co forCR0672-AFC-Asphalt Millings Shortage Bid Package 34101 Site Electricaland Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $6069900 for CR0672-AFC-Asphalt MillingsShortage The modified scope of work consists of all costs associated withasphalt milling RAP (Reclaimed Asphalt Pavement) for use on crane pads accessroad and pedestrian paths as tracked by the time and material (TampM) tickets

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Asphalt Millings Shortage

TKJV has submitted documentation including the subcontractors proposal to support their request An independent cost review 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 Kiewit Infrastructure South Co in the lump sum amount of $ 6069900 Deduct from P1 Owner Contingency $ (2724800) Deduct from P1X Owner Contingency $ (3345100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is 87 LDB participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $6069900 with fundingfrom General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 32 of 39

GENERAL

REQUEST FOR APPROVAL TO REIMBURSE THE HYATT FOR WORK PERFORMED DURING BP-00474HYATT REGENCY GUEST ROOMCORRIDOR RENOVATION AT THE ORLANDO INTERNATIONAL AIRPORT 4 Ms Grant presented the memorandum dated February 18 2020 along with aninvoice from Hyatt Regency dated September 30 2019 for BP-00474 Hyatt GuestRoomCorridor Renovation at the Orlando International Airport The invoice is to provide reimbursement for emergency work to clean the 7th Floor after a sprinkler activation repair cut phone lines in several rooms and clean rooms for turnover which was not completed by the General Contractor (GC) in time to turn over thoserooms

If approved this reimbursement would be effective February 18 2020

Ms Schneider asked if the contractor was back-billed for this Mr Ruohomaki answered no that this is a negotiated settlement Vice Chair Sharman stated that this was done to finish the renovations and open the areas earlier which was in the best interest of the Aviation Authority

Vice Chair Sharman asked if R W Block Consulting Inc had reviewed the invoiceand will sign-off on it Mr Kurek answered yes it will be signed

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve to Reimbursethe Hyatt Regency for Work performed during BP-00474 Hyatt Guest RoomCorridor Renovation for the total lump sum fee amount of $926994 with funding frompreviously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 107 TO THE CONTINUING PROGRAMAND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR A NO-COST STAFFING CHANGE FOR THE CONSTRUCTION PHASE OAR SERVICES FOR BP-00482 GATE E-50 AND CHECKPOINT CHARLIE DEVELOPMENT ATTHE ORLANDO INTERNATIONAL AIRPORT 5 Mr Sorondo presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 5 2020 for a No-Cost Staffing Change for the Construction Phase OAR Services forBP-00482 Gate E-50 and Checkpoint Charlie Development at the Orlando International Airport On September 24 2019 the Construction Committee approved Addendum No107 to the above-referenced agreement in the amount of $24677100 for ConstructionPhase OAR Services Since that time a no-cost staffing change is being requested to replace the JMATT Construction Services LLC Senior Inspector who is stillengaged on another project with an A2 Group Inc Inspector and a Geotech Consultants International Inc dba GCI Inc Senior Inspector as furthered described in the Consultantrsquos proposal

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contractrsquos MWBELDBVBE specifications and determined that the proposed no-cost staffing change includes a reduction to JMATT Construction Services LLC (MWBE)in the amount of ($5355000) and an add to A2 Group Inc (DBE) in the amount of$2100000 resulting in an overall 28 MWBE participation for this Addendum No 107 and Amendment Nos 1 and 2

Vice Chair Sharman asked if Geotech Consultants International Inc dba GCI Inc was switching subconsultants Mr Sorondo answered yes

Minutes of the Construction Committee Meeting February 18 2020 Page 33 of 39

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 107 to the Continuing Program and Project Management Services (OARPrime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for No-Cost Staffing Change for the Construction Phase OAR Services for BP-00482 Gate E-50 and Checkpoint Charlie Development there is no fiscal impact associatedwith this item

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN AMENDMENT TO PURCHASING CONTRACT 01-20 PERSONNEL SCREENING SERVICES WITH COVENANT AVIATION SECURITY AT THE ORLANDO INTERNATIONAL AIRPORT 6 Mr Shedek presented the memorandum dated February 18 2020 for Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC at the Orlando International Airport On January 7 2020 the Construction Committee approved Agenda Item No 11 for anAmendment to Purchasing Contract 01-20 Personnel Screening Services with CovenantAviation Security LLC for Personnel Screening Services on BP-00491 West Security Screening Checkpoint Expansion - Package 2 for a total not-to-exceed expense amountof $200000 with funding from project funds (ie previously-approved CapitalExpenditure Funds and General Airport Revenue Bonds) Since then it has been determined that these services will not be required

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC there is no fiscal impact associatedwith this item

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR E-00264 NORTH PARK PLACE LIGHT POLE REPLACEMENT AT THE ORLANDO INTERNATIONAL AIRPORT 7 Mr Graham presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for E-00264 North Park Place Light PoleReplacement at the Orlando International Airport The scope of the project is toremove and replace 49 parking lot light poles located in the North Park Place parkinglot re-install the existing light fixtures and provide ancillary replacement parts as necessary at the Orlando International Airport

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 42 MWBE participation on this Addendum

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for E-00264 North Park Place Light Pole Replacement for the total not-to-exceed fee amount of $2396100 with funding from previously-approved Discretionary Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 34 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE TICKET LOBBY MODIFICATIONS ANDIMPROVEMENTS AGREEMENT WITH CT HSU amp ASSOCIATES PA FOR CONSTRUCTION ADMINISTRATION SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 8 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from CT Hsu amp Associates PA dated January 30 2020 to provide Construction Administration Services for V-00906 West Checkpoint Video Walls a the Orlando International Airport Services will include CA services shop drawing review and coordination for the installation of the four LED video walls under the Chilirsquos Restaurant at the West Security Checkpoint A and B Sides

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that CT Hsu ampAssociates PA proposes 604 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Ticket Lobby Modifications and Improvements Agreement with CT Hsuamp Associates PA for Construction Administration Services for V-00906 West Checkpoint Video Walls for the total amount of $5624000 which includes the not-to-exceed fee amount of $5511700 and the not-to-exceed reimbursable expense amount of $112300 with funding from previously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 9 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for the above referenced project This project provides two large and two small Video Walls in the West Checkpoint area ofthe Great Hall on Landside Level 3

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 694 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for Construction Phase OAR Services for V-00906 West Checkpoint Video Walls for the total not-to-exceed fee amount of $4771500 with funding from previously-approved Capital Expenditure Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 35 of 39

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 19 TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT (OAR PRIME ENTITY) SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC TO PROVIDE ADDITIONAL CONSTRUCTION PHASE OAR SERVICES FOR V-00933 PODS A AND B FLOOR REPAIR AT THE ORLANDO INTERNATIONAL AIRPORT 10 Mr Willems presented the memorandum dated February 18 2020 along with aproposal from AECOM Technical Services Inc dated January 23 2020 to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair at the Orlando International Airport On November 19 2019 the Construction Committee approved Addendum No 19 in the amount of $714400 to the above-referencedagreement Since that time it has been determined that additional Construction Phase OAR Services are required as furthered described in the Consultantrsquos proposal dated January 23 2020

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the required services AECOM Technical Services Inc does not propose any MWBE LDB or VBE participation on this Amendment

Mr Patterson asked if this work will be ending next week Mr Willems answered yes

Mr Patterson stated that the timing of the work needed to be coordinated withOperations to avoid the holiday rush Mr Ruohomaki stated that due to these timingissues the OAR (AECOM Technical Services Inc) needs additional time to continue providing OAR Services on the project through close-out

Vice Chair Sharman asked if RW Block Consulting Inc had any outstanding issues with this request Ms Rainey responded that a change order on V-00933 requestinga time extension has not been received Mr Willems stated that the Contractor has not yet requested additional time but that a change order can be submitted to asubsequent Construction Committee Meeting Vice Chair Sharman asked if RW Block Consulting Inc would be amenable to this request once the change order is receivedMs Rainey answered yes [Subsequent to the Construction Committee meeting following review by the Contractor and OAR it was determined that a time extension change order would not be required RW Block Consulting Inc finds this item acceptable]

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 19 to the Continuing Program and Project Management (OAR Prime Entity) Services Agreement with AECOM Technical Services Inc to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair for thetotal not-to-exceed fee amount of $676800 with funding from previously-approvedOperation and Maintenance Funds

REQUEST FOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH HW DAVIS CONSTRUCTION INC FORV-00957 REPAIR SUB-CANOPIES LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 11 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from HW Davis Construction Inc dated October 23 2019 for V-00957Repair Sub-Canopies Level 3 A and B Enplane Drive at the Orlando InternationalAirport Project scope is to provide all labor equipment and materials to fabricatedeliver and install new fabric cover strips at diagonal steel braces at the sub-canopies rain protection covers at nine canopy locations and repair two separatedcable pockets at Canopy Nos 6 and 16 at the Orlando International Airport The duration of the project is 30 calendar days for Substantial Completion and 30

Minutes of the Construction Committee Meeting February 18 2020 Page 36 of 39

calendar days for Final Completion with a contemplated Notice to Proceed (NTP) date of February 24 2020

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that due to the limited scope of the required services HW Davis Construction Inc does notpropose any MWBELDBVBE participation on this Job Order Construction Services Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve a JobOrder Construction Services Addendum to the Continuing Vertical Construction Services Agreement with HW Davis Construction Inc for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total direct-negotiated amount of $3573300 andwaive the requirement for Performance and Payment Bonds with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR V-00957 REPAIR SUB-CANOPIES AT LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 12 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated January 31 2020 is to provide Construction Phase OAR Services on the above-referenced project

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the services to be provided Geotech Consultants International Inc dba GCI Inc does not propose any MWBELDBVBE participation on this Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total not-to-exceed fee amount of $290700 with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH GOMEZ CONSTRUCTION COMPANY FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) AT THE ORLANDO INTERNATIONAL AIRPORT 13 This item was deferred

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) ATTHE ORLANDO INTERNATIONAL AIRPORT 14 This item was deferred

Minutes of the Construction Committee Meeting February 18 2020 Page 37 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING ENVIRONMENTAL ENGINEERING CONSULTANT SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC FOR INSTALLATIONOF NEW MONITORING WELLS IMPLEMENTATION OF ONE SEMI-ANNUAL POST-ACTIVE REMEDIATIONMONITORING (PARM) AND PREPARATION OF ONE PARM REPORT AT THE FORMER DAYRON FACILITYFOR W-00072 OEA REMEDIATION OF DAYRON PLUME AT THE ORLANDO EXECUTIVE AIRPORT 15 Mr Carrington presented the memorandum dated February 18 2020 along with a proposal from AECOM Technical Services Inc dated February 10 2020 to provide for the installation of eleven new monitoring wells implementation of one semi-annual groundwater Post-Active Remediation Monitoring (PARM) and the preparation and submission of one PARM report at the former Dayron Facility at the OrlandoExecutive Airport The one semi-annual PARM monitoring event to be performed in late March or early April 2020

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that AECOM Technical Services Inc proposes 331 MWBE and 80 LDB participation on this Addendum

Mr Ruohomaki asked if this was in pursuit of a NFA designation (No Further Action)Mr Carrington answered yes

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve an Addendum to the Continuing Environmental Engineering Consultant Services Agreement with AECOMTechnical Services Inc for Installation of New Monitoring Wells Implementation of One Semi-Annual Post-Active Remediation Monitoring (PARM) and Preparation of One PARM Report at the Former Dayron Facility for W-00072 OEA Remediation of DayronPlume at the Orlando Executive Airport for the total amount of $7150000 which includes the not-to-exceed fee amount of $4112700 and the not-to-exceed reimbursable expense amount of $3037300 with funding from OEA Environmental Liability Funds

REQUEST FOR RECOMMENDATION OF APPROVAL OF NO-COST ADDENDA TO THE CONTINUING TRANSPORTATION PLANNING CONSULTING SERVICES AGREEMENTS TO EXERCISE THE SECOND AND FINAL ONE-YEAR RENEWAL OPTION 16 Ms Anderson presented the memorandum dated February 18 2020 requesting the recommendation of approval of No-Cost Addenda to the Continuing Transportation Planning Consulting Services Agreements to exercise the second and final one-year renewal option In June 2016 the Aviation Authority Board approved ContinuingTransportation Planning Consulting Services Agreement with the below firms Theprovisions in the agreement include a base three-year term with two subsequent optional one-year renewal periods upon mutual agreement of the parties

Each firmrsquos first one-year renewal expires as follows

Firm Expiration Date HNTB Corporation July 26 2020 HDR Engineering Inc September 12 2020

In order to maintain these services on an as-needed basis for routine operations staff requires the services of the above-referenced firms The firms were requested to provide their concurrence to exercise the second and final one-year renewal option

Upon motion of Mr Patterson second by Mr Hunt vote carried to recommend to theAviation Authority Board approval of No-Cost Addenda to the Continuing Transportation

Minutes of the Construction Committee Meeting February 18 2020 Page 38 of 39

Planning Consulting Services Agreements to Exercise the Second and Final One-Year Renewal Option there is no fiscal impact associated with this item

REQUEST FOR APPROVAL OF CONTRACTORrsquoS FINAL PAYMENT TO HL PRUITT CORPORATION FOR E-00212 INVENTORY AND MARKING OF AIRFIELD LIGHTING AT THE ORLANDO INTERNATIONALAIRPORT 17 Mr Patterson presented the memorandum dated February 18 2020 requesting the Contractorrsquos Final Payment to HL Pruitt Corporation for E-00212 Inventory andMarking of Airfield Lighting at the Orlando International Airport The Construction Contract for the referenced project has been completed and all issues involving the Contractor have been addressed and resolved

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve theContractorrsquos Final Payment Authorization to HL Pruitt Corporation for E-00212Inventory and marking of Airfield Lighting at the Orlando International Airport

INFORMATION ITEMS

18 The following items were presented for information only

A Field Change Order (FCO) Log

B Revised Supporting Documentation for Change Order PS-00329-11 Parking Access and Revenue Control System (PARCS) Replacement at The OrlandoInternational Airport [From Construction Committee on July 30 2019 ItemNo 1-F] [The Construction Committee determined that this information item should be converted to an action item and it was motioned with Item No 2-B]

C Revised Coversheet for Hensel Phelps Construction to issue a SubcontractModification to Inland Construction and Engineering Inc for BP-S00144South Terminal C Phase 1 - Airside Enclosure amp Exterior Finishes (GMPNo 6-S2) at The Orlando International Airport [From ConstructionCommittee on November 26 2019 Item No 2-D]

D Additional Supporting Documentation for Request for Recommendation ofApproval of an Amendment to Addendum No 7 to the Construction Management at Risk (CMR) Entity Services for the South Terminal C Phase 1 (STC-P1)Agreement with Turner-Kiewit Joint Venture for BP-S00150 South TerminalC Phase 1 ndash Parking Facility (GMP 9-S) at The Orlando International Airport [From Construction Committee on December 17 2019 Item No 5]

E Revised Coversheet for Request for Approval of an Addendum to the Technology and Multi-Media Specialty Engineer for the South Terminal CPhase 1 Agreement with Burns Engineering Inc for Design Services related to Customs Border and Patrol (CBP) final review for W-S00113 South Terminal C Phase 1 ndash Experiential Media Environment (EME) at The OrlandoInternational Airport [From Construction Committee on February 4 2020Item No 10]

F Office of Small Business Participation Memorandum for the Request forRecommendation of Approval of the FFampE and IT Estimate Procurement Plan and Process for Updating the Construction Committee for W-S00145 SouthTerminal C Phase 1 and Phase 1X (STC-P1 and P1X) Owner Furnished FFampE and IT Items at The Orlando International Airport [From ConstructionCommittee on February 4 2020 Item No 11]

______________________________

Minutes of the Construction Committee Meeting February 18 2020 Page 39 of 39

ADJOURNMENT

19 There being no further business for discussion the meeting was adjourned at 910 am

Kathleen Sharman Vice Chair Construction Committee Chief Financial Officer

Page 10: On TUESDAY, FEBRUARY 18, 2020 , the CONSTRUCTION … · Mike Patterson, Director of Construction . Gary Hunt, Director of Maintenance . ... Steve Pue, GOAA Maintenance . Vendla Davermann,

Minutes of the Construction Committee Meeting February 18 2020 Page 10 of 39

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

HPC to issue a subcontract modification to Kirlin Florida LLC in the deductive lump sum amount of $ (723000) Add to Owner Contingency $ 723000

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-S1) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is a 100 reduction in MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to KirlinFlorida LLC on BP-S00143 South Terminal C Phase 1 - Airside Terminal Structure and Enclosure (GMP No 6-S1) for the total deductive lump sumamount of ($723000) with funding credited to Passenger Facility Charges and General Airport Revenue Bonds

F Subcontractor Modifications for BP-S00143 (GMP No 6-S1) with Banker Steel Co LLC for CR0403-RFI 1604 Stair 161 and 162 Location and Stringer Support and CR0445-RFI 1703 Area 14 Soft Joint Support in Exterior Framing Clarification (CWA-BP-S143-007) Mr Guirges presented the memorandumrequesting approval for Hensel Phelps Construction (HPC) to issue SubcontractModifications on BP-S00143 South Terminal C Phase 1 - Airside Terminal Structure and Enclosure (GMP No 6-S1) at the Orlando International Airport in the total amount of $3449500 to Banker Steel Co LLC for CR0403-RFI1604 Stair 161 and 162 Location and Stringer Support and CR0445-RFI1703 Area 14Soft Joint Support in Exterior Framing Clarification (CWA-BP-S143-007) Bid Package for BP-S00143 0501 Structural Steel and Miscellaneous Metals has been previously awarded within GMP No 6-S1 to Banker Steel Co LLC CC No 20180410008

HPC is requesting to issue Subcontractor Modifications to Banker Steel Co LLC in the Lump Sum amounts of

1 $1531900 for CR0403-6S1-RFI 1604 Stair 161 and 162 Location andStringer Support The additional scope of work consists of necessarysteel members and stiffeners to support the stringer and allow installation of floor finish on the north edge of escalator pit 161 and on the south edge of escalator pit 162 per RFI 1604

2 $1917600 for CR0445-6S1-RFI 1703 Area 14 Soft Joint Support inExterior Framing Clarification The additional scope of work consistsof necessary steel members to support a soft joint for the exteriorframing in Area 14 per RFI 1703

The approval of these Subcontractor Modifications to Banker Steel Corp LLC resolves all requests for cost and time resulting from RFIs 1604 and 1703 scopes of work in GMP No 6-S1 Costs for Patching of Fireproofing and Insulation and Testing and Inspection if any will be submitted in a futureCR There are no cost impacts to GMP Nos 6-S 6-S2 6-S3 6-S4 6-S5 CR0445 closes out CWA-BP-S143-007

Minutes of the Construction Committee Meeting February 18 2020 Page 11 of 39

HPC has submitted documentation including the subcontractors 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 $ 3449500 Deduct from Owner Contingency $ (3449500)

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-S1) for this subcontract modification is Banker Steel Co LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue Subcontractor Modifications to Banker Steel Co LLC on BP-S00143 South Terminal C Phase 1 - Airside TerminalStructure and Enclosure (GMP No 6-S1) for the total lump sum amount of$3449500 with funding from Passenger Facility Charges and General AirportRevenue Bonds

G Subcontractor Modification for BP-S00144 (GMP No 6-S2) with Wal-Mark Contracting Group LLC for CR04152-6S2-RFIs 1667 and 16671 Ramp Level Overhang Framing and Insulation Mr Guirges presented the memorandum requesting approval for Hensel Phelps Construction (HPC) to issue a Subcontractor Modification on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes (GMP No 6-S2) at the Orlando International Airport in the total amount of $1841000 to Wal-Mark Contracting Group LLCfor CR04152-6S2-RFIs 1667 and 16671 Ramp Level Overhang Framing and Insulation Bid Package for BP-S144 0902 Framing and Drywall has been previously awarded within GMP No 6-S2 to Wal-Mark Contracting Group LLC CC No 20180605006

HPC is requesting to issue a Subcontractors Modification to Wal-Mark Contracting Group LLC in the total Lump Sum amount of $1841000 for CR04152-6S2-RFIs 1667 and 16671 Ramp Level Overhang Framing and Insulation The modified scope of work includes replacing the Smart Cl (Composite Insulation) system with conventional framing and batt insulation at the ramp level overhang per RFIs 1667 and 16671 response

The approval of this Subcontractor Modification to Wal-Mark Contracting GroupLLC resolves all requests for cost and time resulting from RFIs 1667 and 16671scope of work within GMP No 6-S2 Credits for the Ramp Level overhang metaldecking and composite insulation ldquoSmart Clrdquo were approved via CC 20191217003C Potential credit for the approximately 15250 SF of metal deck not installedin GMP No 6-S1 is being evaluated by the OAR and any cost for this creditwill be submitted in a future CR

HPC has submitted documentation including the subcontractors proposal tosupport this request An independent cost estimate is included By approving

Minutes of the Construction Committee Meeting February 18 2020 Page 12 of 39

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 Wal-Mark Contracting Group LLC in the lump sum amount of $ 1841000 Deduct from Owner Contingency $ (1841000)

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-S2) for this subcontract modification is Wal-Mark Contracting Group LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to Wal-MarkContracting Group LLC on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes (GMP No 6-S2) for the total lump sum amount of $1841000 with funding from Passenger Facility Charges and General Airport Revenue Bonds

H Subcontractor Modifications for BP-S00144 (GMP No 6-S2) with Wal-Mark Contracting Group LLC and Alpha Insulation and Waterproofing Inc forCR0449-6S2-RFI 18531 Roof Expansion Joint Framing at Parapet and CR04692-RFI 818 Series-Ramp Level Floor Fire Dampers without Floors Mr Guirges presented the memorandum requesting approval for Hensel Phelps Construction (HPC) to issue Subcontractor Modifications on BP-S00144 South Terminal CPhase 1 - Airside Enclosure and Exterior Finishes (GMP No 6-S2) at theOrlando International Airport in the total amount of $13070600 to Wal-Mark Contracting Group LLC and Alpha Insulation and Waterproofing Inc forCR0449-6S2-RFI 18531 Roof Expansion Joint Framing at Parapet and CR04692-RFI 818 Series-Ramp Level Floor Fire Dampers without Floors

Bid Package for BP-S00144 0902 Framing and Drywall has been previously awarded within GMP No 6-S2 to Wal-Mark Contracting Group LLC CC No20180605006

Bid Package for BP-S144 0701 Caulking and Waterproofing has been previously awarded within GMP No 6-S2 to Alpha Insulation and Waterproofing Inc CCNo 20180605006

HPC is requesting to issue the following Subcontractor Modifications

Wal-Mark Contracting Group LLC in the Lump Sum amount $3600600 for CR0449-6S2-RFI 18531 Roof Expansion Joint Framing at Parapet Themodified scope of work includes costs for the up-sized framing from 6-inch to 8-inch studs with additional plates at the expansion joint roof parapets in lieu of installing structural steel support per RFI 18531

Wal-Mark Contracting Group LLC in the Lump Sum amount $9237900 for CR04692-RFI 818 Series-Ramp Level Floor Fire Dampers without FloorsThe modified scope of work consists of additional framing and drywall

Minutes of the Construction Committee Meeting February 18 2020 Page 13 of 39

for the horizontal and vertical shaft enclosures in Areas 14 17 and 25only

Alpha Insulation and Waterproofing Inc in the Lump Sum amount of $232100 for CR04692-RFI 818 Series-Ramp Level Floor Fire Damperswithout Floors The modified scope of work adds firestopping to the wallshown on sheet Al3125 which changed to a 2-hours rated wall in Area 25

The approval of these Subcontractor Modifications to Wal-Mark ContractingGroup LLC and Alpha Insulation and Waterproofing Inc resolves all requests for costs resulting from the scopes of work in RFI 1853 series in GMP No 6-S2 and RFI 0818 series for Areas 14 17 and 25 only in GMP No 6-S2 Cost impacts to GMP No 6-S1 were submitted in CR04691-6S1-RFI 0818 Series-Ramp Level Floor Fire Dampers without Floors Cost impacts for Drawing Areas 1516 18 19 20 21 22 23 24 26 27 28 29 30 31 32 and 33 included inthe responses to RFI 0818 series if any will be submitted in a future CRThere are no cost impacts to GMP Nos 6-S 6-S3 6-S4 and 6-S5 HPC willsubmit TIA-079 requesting additional time associated with RFI 0818 seriesscope of work The OAR will evaluate TIA-079 and any time recommended to begranted will be submitted at a future CCM

HPC has submitted documentation including the subcontractors proposal tosupport their request An independent cost estimate is included

By approving this request the Owner does not waive its right to enforce thecontract 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 Wal-Mark Contracting Group LLC in the lump sum amount of $ 12838500 HPC to issue a subcontract modification to Alpha Insulation and Waterproofing Inc in the lump sum amount of $ 232100 Deduct from Owner Contingency $ (13070600)

Hensel Phelps Construction is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractors identified and committed to participate on BP-S00144 (GMP No 6-S2) for these subcontractor modifications are Wal-Mark Contracting LLC (Non-MWBELDBVBE) and Alpha Insulation and Waterproofing Inc (Non-MWBELDBVBE) There is no small business participation associated with these modifications

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue Subcontractor Modifications to Wal-MarkContracting Group LLC and Alpha Insulation and Waterproofing Inc on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes(GMP No 6-S2) for the total lump sum amount of $13070600 which includesthe lump sum amount of $12838500 to Wal-Mark Contracting Group LLC and the lump sum amount of $232100 to Alpha Insulation and Waterproofing Inc withfunding from Passenger Facility Charges and General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 14 of 39

I Subcontractor Modification for BP-S00144 (GMP No 6-S2) with Wal-Mark Contracting Group LLC for CR0458-6S2-RFI 1583 Gypsum Wallboard on EastExterior Wall (VE) Mr Guirges presented the memorandum requesting approval for Hensel Phelps Construction (HPC) to issue a Subcontractor Modification on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes(GMP No 6-S2) at the Orlando International Airport in the total deductiveamount of ($7689000) to Wal-Mark Contracting Group LLC for CR0458-6S2-RFI1583 Gypsum Wallboard on East Exterior Wall (VE) Bid Package for BP-S00144 0902 Framing and Drywall has been previously awarded within GMP No 6-S2 to Wal-Mark Contracting Group LLC CC No 20180605006

Hensel Phelps Construction is requesting to issue Subcontractors Modifications to Wal-Mark Contracting Group LLC in the total deductive Lump Sum amount of ($7689000) for CR0458-6S2-RFI 1583 Gypsum Wallboard on East Exterior WallContract Documents indicated an interior partition wall adjacent to an exterior wall system which also included a gypsum wallboard partition It was determined that the drywall associated with the exterior wall system could be deleted if inner curved partition could be extended to the deck The modified scope of work includes costs for the additional framing and drywall to extend the curved partition to the decking and includes credit for the deletion of the inner gypsum wallboard in Area 14 and Areas 25 through 32 of the North Airside Concourse per RFI 1583 and OAR responses

The approval of this Subcontractor Modification to Wal-Mark Contracting Group LLC resolves all requests for cost and time resulting from RFI 1583 scope ofwork

HPC has submitted documentation including the subcontractors 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 Wal-Mark Contracting Group LLC in the deductive lump sum amount of $ (7689000) Add to Owner Contingency $ 7689000

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-S2) for this subcontract modification is Wal-Mark Contracting Group LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to Wal-MarkContracting Group LLC on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes (GMP No 6-S2) for the total deductive lumpsum amount of ($7689000) with funding credited to Passenger Facility Charges and General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 15 of 39

J Subcontractor Modification for BP-S00146 (GMP No 7-S) with Banker Steel Co LLC for CR04721-LST-RFIs-2312 and 23121-Roof Stair 4x4 HSS Flashing 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 theOrlando International Airport in the total amount of $302500 to Banker Steel Co LLC for CR04721-LST-RFI-2312 and 23121-Roof Stair 4x4 HSS Flashing Bid Package 500 Structural Steel was previously awarded within GMP No 7-S to Banker Steel Co LLC CC No 20180313010

TKJV is proposing a subcontract modification to Banker Steel Co LLC in the total lump sum amount of $302500 for CR04721-LST-RFIs-2312 and 23121-RoofStair 4x4 HSS Flashing Previously approved CR0472 was based on RFI 2312 which included costs for supplemental steel to address flashing on the adjacent lower roofs and included two stair locations Each staircase revised in RFI 2312 included a set of staircases but CR 0472 only included costs for 2stairs The contractor requested clarification in RFI 23121 that the condition applied to all 4 stairs located at the lower roof which was confirmed Thescope of work in this request consists of all costs associated with the supplemental steel for the other 2 stairs

The approval of this subcontract modification to Banker Steel Co LLC resolves all requests for costs and time associated with LST RFI 23121

TKJV has submitted documentation including the subcontractors 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

Current GMP Line Item 6 value $ 137804300 TKJV to issue a subcontract modification to Banker Steel Co LLC in the lump sum amount of $ 302500 Deduct from Line Item 6 $ (302500) Remaining GMP Line Item 6 Value $ 137501800

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 Banker Steel Co LLC (Non-MWBELDBVBE) There is 825 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Banker Steel Co LLC on BP-S00146 South Terminal C Phase 1 - Landside Terminal Structure and Enclosure (GMP No 7-S) for the total lump sum amount of$302500 with funding from Passenger Facility Charges and General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 16 of 39

K Subcontractor Modification for BP-S00146 (GMP No 7-S) with Banker Steel Co LLC for CR0680-LST-RFI 29471-West Prow and Truss Deflection 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 theOrlando International Airport in the total amount of $3177200 to Banker Steel Co LLC for CR0680-LST-RFI 29471-West Prow and Truss Deflection Bid Package 500 Structural Steel was previously awarded within GMP No 7-S toBanker Steel Co LLC CC No 20180313010

TKJV is proposing a subcontract modification to Banker Steel Co LLC in the total lump sum amount of $3177200 for CR0680-LST-RFI 29471-West Prow and Truss Deflection Although the west prow structural steel deflections wereanticipated the deflected condition caused the sag rods and wind girts for the exterior wall in this area to be out of alignment with the exterior walland curtain wall systems RFI 29471 requested direction on bringing the sag rods and wind girts back into correct elevations The modified scope of work consists of changes to sag rod connections at the west prow revision of vertical location of sag rod connections and clips at GL L2 on Atrium HSSCross Truss as confirmed by RFI 29471

The approval of this subcontract modification to Banker Steel Co LLC resolves all requests for costs and time associated with LST RFIs 2947 and 29471

TKJV has submitted documentation including the subcontractors 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 Banker Steel Co LLC in the lump sum amount of $ 3177200 Current GMP No 7-S Line Item 6 Value $ 140981500 Deduct from Line Item $ (3177200) Remaining GMP No 7-S Line Item 6 Value $ 137804300

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 Banker Steel Co LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Banker Steel Co LLC on BP-S00146 South Terminal C Phase 1 - Landside Terminal Structure and Enclosure (GMP No 7-S) for the total lump sum amount of$3177200 with funding from General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 17 of 39

L Subcontractor Modifications for BP-S00147 (GMP No 7-S1) with MSE2 Inc dba Mader Southeast for CR05641-LST-Bulletin 23 Drywall-Backing and Framing for Added Devices CR0595-LST-Bulletin 32-Drywall and CR0599-LST-RFI 1980-Wall Type around Columns Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue Subcontract Modifications onBP-S00147 South Terminal C Phase 1 - Landside Terminal Remaining Structures and Systems (GMP No 7-S1) at the Orlando International Airport in the total amount of $834800 to MSE2 Inc dba Mader Southeast for CR05641-LST-Bulletin 23 Drywall-Backing and Framing for Added Devices CR0595-LST-Bulletin 32-Drywall and CR0599-LST-RFI 1980-Wall Type Around Columns at Area 9 Bid Package 910 Drywall and Framing was previously awarded within GMP No 7-S1 to MSE2 Inc dba Mader Southeast CC No 20181002009

TKJV is proposing the following subcontract modifications to MSE2 Inc dba Mader Southeast in the respective lump sum amounts of

1 $611700 for CR05641-LST-Bulletin 23 Drywall-Backing and Framing forAdded Devices The modified scope of work consists of additional backing and framing for devices and smoke dampers as per LST Bulletin 23

2 $294800 for CR0595-LST-Bulletin 32-Drywall The modified scope of work consists of additional costs for backing and blocking added signage as per LST Bulletin 32 revisions

3 ($71700) for CR0599-LST-RFI 1980-Wall Type Around Columns at Area 9 The modified scope of work consists of deletion of framing and drywall around columns at LST Area 9 Level 1 that were replaced with CMU perRFI 1980

The approval of these subcontract modifications to MSE2 Inc dba Mader Southeast resolves all requests for cost and time for

1 CR05641 with LST Bulletin 23 for Drywall in GMP No 7-S1 CR0564 for low voltage was submitted 10012019

2 CR0595 with LST Bulletin 32 for Drywall in GMP No 7-S1 There will beadditional costs forthcoming for signage in GMP No 7-S2 once the subcontract agreement is awarded There will be no costs for GMP No 7-S or GMP No 7-S3

3 CR0599 for all requests for cost and time associated with RFI 1980

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

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

TKJV to issue a subcontract modification to MSE2 Inc dba Mader Southeast in the lump sum amount of $ 611700 TKJV to issue a subcontract modification to MSE2 Inc dba Mader Southeast in the lump sum amount of $ 294800 TKJV to issue a subcontract modification to MSE2 Inc dba Mader Southeast in the lump sum amount of $ (71700) Deduct from PI Owner Contingency $ (587600) Deduct from P1X Owner Contingency $ (247200)

Minutes of the Construction Committee Meeting February 18 2020 Page 18 of 39

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-S1) for this subcontract modification is MSE2 Inc dba Mader Southeast (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue Subcontractor Modifications to MSE2 Inc dba Mader Southeast on BP-S00147 South Terminal C Phase 1 - LandsideTerminal Remaining Structures and Systems (GMP No 7-S1) for the total lumpsum amount of $834800 with funding from Passenger Facility Charges and General Airport Revenue Bonds

M Subcontractor Modifications for BP-S00150 (GMP No 9-S) with Skybuilders USA LLC for CR0362-PKG-Rental Extension Temporary Wall Protection Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando InternationalAirport in the total amount of $3903600 to Skybuilders USA LLC for CR0362-PKG-Rental Extension Temporary Wall Protection Bid Package 3100 Demolition was previously awarded within GMP No 9-S to Skybuilders USA LLC CC No 2017101016

TKJV is proposing a subcontract modification to Skybuilders USA LLC in thetotal lump sum amount of $3903600 for CR0362-PKG-Rental Extension TemporaryWall Protection he modified scope of work consists of all additional costsassociated with the rental extension of temporary wall protection for 8 months from October 18 2019 to June 20 2020 for 2478 LF of temporary panels 2195 LF of windscreen and 533 sandbags and rental extension for 4 months from February 20 2020 to June 20 2020 for 444 LF of temporary panels andwindscreen and 150 sandbags in various locations in the parking garage

The approval of this subcontract modification to Skybuilders USA LLC resolves all requests for costs and time resulting from the scope of work associated with CR0362

TKJV has submitted documentation including the subcontractors 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 Skybuilders USA LLC in the lump sum amount of $ 3903600 Deduct from CMAR Contingency $ (3903600)

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 Skybuilders USA LLC (MWBELDB) There is a 100 MWBE participation associated with this modification

Minutes of the Construction Committee Meeting February 18 2020 Page 19 of 39

Vice Chair Sharman asked if the completed eligibility was received for thisitem Ms Hinds answered yes

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Skybuilders USA LLC on BP-S00150 South Terminal C Phase 1 - Parking Facility- Phase 1 (GMP No 9-S) for the total lump sum amount of $3903600 with funding from Customer Facility Charges and General Airport Revenue Bonds

N Subcontractor Modification for BP-S00150 (GMP No 9-S) with Gulf Mechanical Contractors LLC for CR0492-PKG-RFI 1968-Electrical Room Door Size ChangesMr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando International Airport in the total amount of $167700 to Gulf Mechanical Contractors LLC for CR0492-PKG-RFI 1968 Series-Electrical Room Door SizeChanges Bid Package for 2200 Plumbing was previously awarded within GMPNo 9-S to Gulf Mechanical Contractors LLC CC No 20171010016

TKJV is proposing a subcontract modification to Gulf Mechanical ContractorsLLC in the total lump sum amount of $167700 for CR0492-PKG-RFI1968 Series-Electrical Room Door Size Changes The modified scope of work consists of all labor and material to trench and excavate reconfigured PVC pipes and fittingsrequired to accommodate a changed door opening dimension due to the responsefrom RFI 1968

The approval of this subcontract modification to Gulf Mechanical Contractors LLC resolves all requests for cost and time associated with RFI 1968 series for GMP No 9-S Remaining costs for RFI 1968 were previously submitted under GMP No 9-S1 as CR04921-PKG-RFI 1968-Electrical Room Door Size Changes

TKJV has submitted documentation including the subcontractors 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 cost or time

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

TKJV to issue subcontract modification to Gulf Mechanical Contractors LLC in the lump sum amount of $ 167700 Deduct from Owner Contingency $ (167700)

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 Gulf Mechanical Contractors LLC (Non-MWBELDBVBE) There is no small businessparticipation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Gulf

Minutes of the Construction Committee Meeting February 18 2020 Page 20 of 39

Mechanical Contractors LLC on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $167700 with funding from Customer Facility Charges and General Airport Revenue Bonds

O Subcontractor Modification for BP-S00150 (GMP No 9-S) with CCK ConstructionServices Inc for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU Mr Guirges presented the memorandum requesting approvalfor Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando International Airport in the total amount of $816800 to CCK Construction Services Inc for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU Bid Package 30 Concrete was previouslyawarded within GMP No 9-S to CCK Construction Services Inc CC No2017101016

TKJV is proposing a subcontract modification to CCK Construction ServicesInc in the total lump sum amount $816800 for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU The modified scope consists ofall materials and labor required for the additional footer and the Cast inPlace (CIP) tie beams as per RFI 1877

The approval of this subcontract modification resolves all requests for cost and time associated with RFI 1877 for GMP No 9-S Costs for Miscellaneous metals subcontractors will be submitted under CR 05531 for GMP No 9-S1

TKJV has submitted documentation including the subcontractors 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 CCK Construction Services Inc in the lump sum amount of $ 816800 Deduct from Owner Contingency $ (816800)

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 CCK Construction Services Inc (Non-MWBELDBVBE) There is 189 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to CCK Construction Services Inc on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $816800 with funding from Customer Facility Charges and General Airport Revenue Bonds

P Subcontract Award for BP-S00150 (GMP No 9-S) with Fine Tune Services LLC for CR0630-PKG-Rough and Final Cleaning Award Mr Guirges presented thememorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) toissue a Subcontract Award on BP-S00150 South Terminal C Phase 1 ParkingFacility - Phase 1 (GMP No 9-S) at the Orlando International Airport in thetotal amount of $15450000 to Fine Tune Enterprises Inc for CR0630-PKG-

Minutes of the Construction Committee Meeting February 18 2020 Page 21 of 39

Rough and Final Cleaning Award Bid Package for BP-S150 Parking FacilityPhase 1 was previously awarded to TKJV reference CC No 2017101016

TKJV is proposing a subcontract award for CR0630-PKG-Rough and Final Cleaning The scope of the award is for the cleaning of all concrete structures floorselevators and finished areas for the parking garage phase 2 in accordance with bid package 174 dated August 1 2019 and documents through PKG DSI 4 andCWS Bulletin 12 and as described in the Fine Tune Enterprises Inc proposal

The approval of this subcontract award to Fine Tune Enterprises Inc resolvesall costs associated with PKG Bid Package 174 and documents through DSI 4 andCWS Bulletin 12

TKJV has submitted documentation including the subcontractors 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 Subcontract Award for this project is as follows

TKJV to issue Subcontract Award to Fine Tune Enterprises Inc in the lump sum amount of $ 15450000 GMP Line Item 17 current balance $ (7500000) Deduct from P1 CMAR Contingency $ (6921000) Deduct from CWE CMAR Contingency $ (1029000) GMP Line Item 17 remaining balance $ 000

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 award is Fine Tune Enterprises Inc (MWBELDB) There is 100 MWBE participation associated with this award

Vice Chair Sharman asked if this request includes the cost for cleaning the canopies Mr Guirges stated that although the canopies are not installedyet this item includes final cleaning under the canopy area Ms Stockerl agreed that the estimate included the cost of final cleaning once the canopies are installed Vice Chair Sharman stated that funding is partially from the Campus Wide Improvements project Mr Ruohomaki stated that the funding sources can be re-evaluated if necessary Vice Chair Sharman agreed that the funding can be revised if needed

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontract Award to Fine Tune Enterprises Inc on BP-S00150 South Terminal C Phase 1 - Parking Facility- Phase 1 (GMP No 9-S) for the total lump sum amount of $15450000 withfunding from Customer Facility Charges and General Airport Revenue Bonds

Q Subcontractor Modification for BP-S00150 (GMP No 9-S) with CCK ConstructionServices Inc for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement 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 $156000 to CCK Construction

Minutes of the Construction Committee Meeting February 18 2020 Page 22 of 39

Services Inc for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement Bid Package 30 Concrete was previously awarded within GMP No 9-S to CCKConstruction Services Inc CC No 2017101016

TKJV is proposing a subcontract modification to CCK Construction ServicesInc in the total lump sum amount $156000 for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement The modified scope consists of additional laborand material to cut splice and adjust the promenade slab reinforcement

The approval of this subcontract modification resolves all requests for cost and time associated with PKG RFI 19851

TKJV has submitted documentation including the subcontractors 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 CCK Construction Services Incin the lump sum amount of $ 156000 Deduct from CMAR Contingency $ (156000)

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 CCK Construction Services Inc (Non-MWBELDBVBE) There is no small businessparticipation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to CCK Construction Services Inc on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $156000 with funding from Customer Facility Charges and General Airport Revenue Bonds

R Subcontractor Modification for BP-S00151 (GMP No 9-S1) with Quality Cable Contractors Inc for CR04301-PKG-Bulletin 10 and RFI 2690-Low Voltage Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00151 South Terminal C Phase 1 - Parking Facility Phase 2 (GMP No 9-S1) at the Orlando International Airport in the total amount of $5225700 to Quality Cable Contractors Inc for CR04301-PKG-Bulletin 10 and RFI 2690-Low Voltage Bid package 2800 Low Voltage Electrical was previously awarded within GMP No 9-S1 Parking Facility Phase 2 to Quality Cable Contractors Inc CC No2018092525A

TKJV) is proposing a subcontract modification to Quality Cable Contractors Inc in the total lump sum amount of $5225700 for CR04301-PKG-Bulletin 10and RFI 2690-Low Voltage The modified scope of work consists of additional materials labor and equipment for ten (10) additional access controls at PKGdoors and the credit associated with the blue phone and camera outletsrevisions per PKG Bulletin 10 and RFI 2690

Minutes of the Construction Committee Meeting February 18 2020 Page 23 of 39

The approval of this subcontract modifications to Quality Cable ContractorsInc resolves all requests for costs and time resulting from PKG Bulletin 10 and RFI 2690 for GMP No 9-S1 CR0430 was submitted for GMP No 9-S CC No20190910021 This request resolves all requests for cost and time for RFI2690 for Low Voltage costs for the hardware changes for Taylor Cotton amp Ridley Inc GMP No 9-S1 was submitted under CR0776

TKJV has submitted documentation including the subcontractors 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 award to Quality Cable Contractors Inc in the lump sum amount of $ 5225700 Deduct from Owner Contingency $ (5225700)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00151 (GMP No 9-S1) for this subcontractor modificationis Quality Cable Contractors Inc (MWBELDB) There is 100 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Quality Cable Contractors Inc on BP-S00151 South Terminal C Phase 1 - ParkingFacility Phase 2 (GMP No 9-S1) for the total lump sum amount of $5225700 with funding from Customer Facility Charges and General Airport Revenue Bonds

S Subcontractor Modification for BP-S00163 (GMP No 5-S5) with The Middlesex Corporation for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place (CIP)Rectangular Beam Canopy Anchor Bolt Locations Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) toissue a Subcontract Modification on BP-S00163 South Terminal C Phase 1 -EnplaneDeplane Bridge and Roadways Balance of Work - FDOT (GMP No 65-S5)at the Orlando International Airport in the total amount of $2295700 to The Middlesex Corporation for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place(CIP) Rectangular Beam Canopy Anchor Bolt Locations Bid Package 3400 EnplaneDeplane Bridge-Combined Piers and Piles was previously awarded within GMP No 5-S5 EnplaneDeplane Bridge and Roadways Balance of Work -FDOT to The Middlesex Corporation CC No 20180605007

TKJV is proposing a subcontract modification to The Middlesex Corporation in the total lump sum amount of $2295700 for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place (CIP) Rectangular Beam Canopy Anchor Bolt Locations The CIP beams were formed and rebar installed but were found to have a discrepancy between the LSC (Landside Civil) and LST (Landside Terminal) drawings with thecanopy anchor bolt locations RFI 3051 response confirmed that the proposed structural adjustment to drill and epoxy the rebar inside the limits of the CIP rectangular beam is acceptable RFI 30511 response confirmed that the proposed epoxy product is acceptable RFI 3249 response provided the details of alternative reinforcement at the canopy column locations The modifiedscope of work consists of all the labor material and equipment costs

Minutes of the Construction Committee Meeting February 18 2020 Page 24 of 39

associated with the relocation of the anchor bolts and the structural adjustments required as per the EOR responses to RFIs 3051 30511 and 3249

The approval of this subcontract modification to The Middlesex Corporationresolves all requests for cost and time resulting from RFIs 3051 30511 and3249

TKJV has submitted documentation including the subcontractors 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 $ 2295700 Deduct from Phase 1 CMAR Contingency $ (2295700)

Due to the funding source of this GMP No 5-S5 Turner-Kiewit Joint Ventureproposed a 20 DBE participation goal for Bid Package 3400 EnplaneDeplane Bridge and Roadways Balance of Work - FDOT in lieu of MWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by this modification The subcontractor identified and committed to participate on BP-S00163 (GMP No 5-S5) for this subcontract modification is The Middlesex Corporation(Non-DBE) There is no DBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to The Middlesex Corporation on BP-S00163 South Terminal C Phase 1 - EnplaneDeplane Bridge and Roadways Balance of Work - FDOT (GMP No 5-S5) for the total lumpsum amount of $2295700 with funding from Passenger Facility Charges

T Subcontractor Modification for BP-S00168 (GMP No 6-S4) with MC Dean Inc for CR03382-6S4 ASC RFI 1621 Emergency Communications System (ECS) Speakersndash Low Voltage Mr Guirges presented the memorandum requesting approval forHensel Phelps Construction (HPC) to issue Subcontract Modifications on BP-S00168 South Terminal C Phase 1 - Interior Finishes and Specialties (GMPNo 6-S4) at the Orlando International Airport in the total amount of $2102300 to MC Dean Inc for CR03382-6S4 ASC RFI1621 EmergencyCommunications System (ECS) Speakers - Low Voltage Bid Package BP-S168 2701ASC Low Voltage Systems was previously awarded within the GMP No 6-S4 toMC Dean Inc CC No 20181002010

HPC is requesting to issue a Subcontractor Modification to MC Dean Inc in the total Lump Sum amount of $2102300 for CR03382-6S4 ASC RFI 1621 Emergency Communications System (ECS) Speakers - Low Voltage The response to RFI 1621 provided updated Technology drawings and schedule showing the Low VoltageRequirements for the Type 4 Wall Mount Emergency Communications SystemsSpeakers in Transfer Level Areas 16 and 17 The modified scope of work consistsof the costs associated with the additional conduits and 1-port Cat 6 cables required to those speakers for the low voltage scope per RFI 1621 response and sketches

Minutes of the Construction Committee Meeting February 18 2020 Page 25 of 39

The approval of this Subcontractor Modification to MC Dean Inc resolves all requests for cost and time resulting from RFI 1621 in GMP No 6-S4 Cost impacts for Electrical work associated with RFI 1621 in GMP No 6-S2 will besubmitted via CR03381-6S2-0143 There is no cost impact for RFI 1621 in GMP Nos 6-S 6-S1 6-S3 6-S5 or 6-S6

HPC has submitted documentation including the subcontractors 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 MC Dean Inc in the lump sum amount of $ 2102300 Deduct from Owner Contingency $(2102300)

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-S4) for this subcontract modification is MC Dean Inc (Non-MWBELDBVBE) There is 835 MWBE participationassociated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue Subcontractor Modifications to MC Dean Inc on BP-S00168 South Terminal C Phase 1 - Interior Finishes andSpecialties (GMP No 6-S4) for the total lump sum amount of $2102300 with funding from Passenger Facility Charges and General Airport Revenue Bonds

U Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0609-LST-RFIs 2513 25131 and 25132-Sink type per Location Verification Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $295100 to Kirlin Florida LLC for CR0609-LST-RFIs 2513 25131 and 25132- Sink type per Location Verification Bid Package BP 2300 Plumbing andHVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $295100 for CR0609-LST-RFIs 2513 25131 and 25132- Sink type per Location Verification The modified scope of work consists ofall costs associated with the change in fixture specification for the AG Lab sink from the S-2 tag to a custom steel two-bay sink with two drain boards disposal cone washout spray vacuum breaker solenoid valve and piping as captured in RFI 2513 confirmation of custom sink model number per RFI 25131 and the confirmation of the disposal waste drain opening size in RFI 25132

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFIs 2513 25131 and 25132

TKJV has submitted documentation including the subcontractors proposal to support their request An independent cost estimate is included By approving

Minutes of the Construction Committee Meeting February 18 2020 Page 26 of 39

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 Kirlin Florida LLC in the lump sum amount of $ 295100 Deduct from Owner Contingency $ (295100)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $295100with funding from General Airport Revenue Bonds

V Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0621-LST-RFI 2544- Missing Civil Storm Pipe Correction Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the OrlandoInternational Airport in the total amount of $563200 to Kirlin Florida LLCfor CR0621-LST-RFI 2544-Missing Civil Storm Pipe Connection Bid Package BP 2300 Plumbing and HVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No 2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $563200 for CR0621-LST-RFI 2544-Missing Civil Storm Pipe Connection The modified scope of work consists of all additional costsassociated with a net add of underground plumbing piping to correspond withthe new civil design between L1 and L2 per RFI 2544

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 2544

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the lump sum amount of $ 563200 Deduct from P1 Owner Contingency $ (563200)

Minutes of the Construction Committee Meeting February 18 2020 Page 27 of 39

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $563200with funding from Passenger Facility Charges and General Airport Revenue Bonds

W Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0710-LST-RFI 1727-AC Humidifiers Missing Domestic Chilled Water (DCW) Piping Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $446500 to Kirlin Florida LLC for CR0710-LST-RFI 1727-AC Humidifiers Missing Domestic Chilled Water (DCW) Piping Bid Package BP 2300 ldquoPlumbing andHVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $446500 for CR0710-LST-RFI 1727-AC humidifiersmissing DCW pipe The modified scope of work consists of additional domesticcold-water connections and piping for the AC units with humidifiers

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 1727

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the lump sum amount of $ 446500 Deduct from CMAR Phase 1 Contingency $ (324700) Deduct from CMAR Phase 1X Contingency $ (121800)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Minutes of the Construction Committee Meeting February 18 2020 Page 28 of 39

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $446500with funding from Passenger Facility Charges and General Airport Revenue Bonds

X Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0753-LST-RFI 2368-Duct Blanket R-Value 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-S3) at the OrlandoInternational Airport in the total deductive amount of ($6747700) to Kirlin Florida LLC for CR0753-LST-RFI 2368-Duct Blanket R-Value Bid Package BP 2300 Plumbing and HVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No 2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal deductive lump sum amount of ($6747700) for CR0753-LST-RFI 2368-DuctBlanket R-Value The modified scope of work consists of all additions anddeductions associated with the use of a 233-inch-thick 34-lbcu mineralfiberglass blanket instead of the specified 2-inch thick 15-lbcu mineralfiberglass blanket on HVAC duct systems per RFI 2368

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 2368

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the deductive lump sum amount of $ (6747700) Add to P1 Owner Contingency $ 4907600 Add to P1X Owner Contingency $ 1840100

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-DBEMWBELDBVBE) There is a reduction of 100 DBE participationassociated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin

Minutes of the Construction Committee Meeting February 18 2020 Page 29 of 39

Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total deductive lump sum amount of($6747700) with funding credited to Passenger Facility Charges and GeneralAirport Revenue Bonds

Y Subcontractor Modifications for BP-S00173 (GMP No 7-S3) with MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Mr Guirges presented the memorandum requesting approval forTurner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $985400 to MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Bid Package BP 2600 Electrical waspreviously awarded within GMP No 7-S3 to MC Dean Inc CC No 2018100211

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $575400 for CR06161-LST RFI 2611-Missing PACSEnclosures RFI 2611 requested information regarding routing of PACS (Physical Access Control System) door panels to IDF rooms innear US Customs and Border Protection (CBP) spaces The modified scope of work consists of all labor material and equipment associated with the addition of power for (11) PACS enclosures as captured in RFI 2611

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $410000 for CR0692-LST-Bulletin 31-Electrical Themodified scope of work consists of all costs associated with the confirmed Electrical panel additions per new circuit descriptions andload updates

The approval of these subcontract modifications to MC Dean Inc as proposedin CR06161-LST RFI 2611-Missing PACS Enclosures resolves all requests forcosts and time associated with LST RFI 2611 for GMP No 7-S3 Electrical CR0616 CC No 20191217-3-1 resolved all cost and time for GMP No 7-S1 LowVoltage There will be no forthcoming CRs for RFI 2611

The approval of this subcontract modification as proposed to MC Dean inCR0692-LST-Bulletin 31-Electrical Inc resolves all requests for costs andtime associated with LST Bulletin 31 Electrical scope A CR for GMP No 7-S1Low voltage scope is forthcoming

TKJV has submitted documentation including the subcontractors 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 for CR06161 to MC Dean Inc in the lump sum amount of $ 575400 TKJV to issue a subcontract modification for CR0692 to MC Dean Inc in the lump sum amount of $ 410000 Deduct from PI Owner Contingency $ (985400)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on

Minutes of the Construction Committee Meeting February 18 2020 Page 30 of 39

BP-S00173 (GMP No 7-S3) for this subcontract modification is MC Dean Inc(Non-DBE) There is no small business participation associated with thismodification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue Subcontractor Modifications to MC Dean Inc on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $985400 withfunding from General Airport Revenue Bonds

Z Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0662-AFC-Power and Laydown Yard to QC Lab Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $2817800 to Kiewit Infrastructure South Cofor CR0662-AFC-Power and Laydown Yard to QC Lab Bid Package 34101 Site Electrical and Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $2817800 for CR0662-AFC-Power and Laydown Yard to QC Lab The scope of work consists of all labor material and equipmentrequired to install the power to the Quality Control (QC) lab located off Wiley Road from the Security Check Point and construct a lay-downparking areaat the QC lab and subsequently remove it when the lab is no longer needed The dimensions for the base material needed for the lay-downparking area are 50-foot by 50-foot next to the lab and 12-foot by 30-foot in front of the lab

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Power and Laydown Yard to QC Lab scope of work

TKJV has submitted documentation including the subcontractors 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 Kiewit Infrastructure South Co in the lump sum amount of $ 2817800 Deduct from P1 Owner Contingency $ (1551700) Deduct from P1X Owner Contingency $ (1266100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Minutes of the Construction Committee Meeting February 18 2020 Page 31 of 39

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $2817800 with fundingfrom General Airport Revenue Bonds

AA Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0672-AFC-Test Pit Remediation Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $6069900 to Kiewit Infrastructure South Co forCR0672-AFC-Asphalt Millings Shortage Bid Package 34101 Site Electricaland Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $6069900 for CR0672-AFC-Asphalt MillingsShortage The modified scope of work consists of all costs associated withasphalt milling RAP (Reclaimed Asphalt Pavement) for use on crane pads accessroad and pedestrian paths as tracked by the time and material (TampM) tickets

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Asphalt Millings Shortage

TKJV has submitted documentation including the subcontractors proposal to support their request An independent cost review 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 Kiewit Infrastructure South Co in the lump sum amount of $ 6069900 Deduct from P1 Owner Contingency $ (2724800) Deduct from P1X Owner Contingency $ (3345100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is 87 LDB participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $6069900 with fundingfrom General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 32 of 39

GENERAL

REQUEST FOR APPROVAL TO REIMBURSE THE HYATT FOR WORK PERFORMED DURING BP-00474HYATT REGENCY GUEST ROOMCORRIDOR RENOVATION AT THE ORLANDO INTERNATIONAL AIRPORT 4 Ms Grant presented the memorandum dated February 18 2020 along with aninvoice from Hyatt Regency dated September 30 2019 for BP-00474 Hyatt GuestRoomCorridor Renovation at the Orlando International Airport The invoice is to provide reimbursement for emergency work to clean the 7th Floor after a sprinkler activation repair cut phone lines in several rooms and clean rooms for turnover which was not completed by the General Contractor (GC) in time to turn over thoserooms

If approved this reimbursement would be effective February 18 2020

Ms Schneider asked if the contractor was back-billed for this Mr Ruohomaki answered no that this is a negotiated settlement Vice Chair Sharman stated that this was done to finish the renovations and open the areas earlier which was in the best interest of the Aviation Authority

Vice Chair Sharman asked if R W Block Consulting Inc had reviewed the invoiceand will sign-off on it Mr Kurek answered yes it will be signed

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve to Reimbursethe Hyatt Regency for Work performed during BP-00474 Hyatt Guest RoomCorridor Renovation for the total lump sum fee amount of $926994 with funding frompreviously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 107 TO THE CONTINUING PROGRAMAND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR A NO-COST STAFFING CHANGE FOR THE CONSTRUCTION PHASE OAR SERVICES FOR BP-00482 GATE E-50 AND CHECKPOINT CHARLIE DEVELOPMENT ATTHE ORLANDO INTERNATIONAL AIRPORT 5 Mr Sorondo presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 5 2020 for a No-Cost Staffing Change for the Construction Phase OAR Services forBP-00482 Gate E-50 and Checkpoint Charlie Development at the Orlando International Airport On September 24 2019 the Construction Committee approved Addendum No107 to the above-referenced agreement in the amount of $24677100 for ConstructionPhase OAR Services Since that time a no-cost staffing change is being requested to replace the JMATT Construction Services LLC Senior Inspector who is stillengaged on another project with an A2 Group Inc Inspector and a Geotech Consultants International Inc dba GCI Inc Senior Inspector as furthered described in the Consultantrsquos proposal

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contractrsquos MWBELDBVBE specifications and determined that the proposed no-cost staffing change includes a reduction to JMATT Construction Services LLC (MWBE)in the amount of ($5355000) and an add to A2 Group Inc (DBE) in the amount of$2100000 resulting in an overall 28 MWBE participation for this Addendum No 107 and Amendment Nos 1 and 2

Vice Chair Sharman asked if Geotech Consultants International Inc dba GCI Inc was switching subconsultants Mr Sorondo answered yes

Minutes of the Construction Committee Meeting February 18 2020 Page 33 of 39

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 107 to the Continuing Program and Project Management Services (OARPrime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for No-Cost Staffing Change for the Construction Phase OAR Services for BP-00482 Gate E-50 and Checkpoint Charlie Development there is no fiscal impact associatedwith this item

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN AMENDMENT TO PURCHASING CONTRACT 01-20 PERSONNEL SCREENING SERVICES WITH COVENANT AVIATION SECURITY AT THE ORLANDO INTERNATIONAL AIRPORT 6 Mr Shedek presented the memorandum dated February 18 2020 for Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC at the Orlando International Airport On January 7 2020 the Construction Committee approved Agenda Item No 11 for anAmendment to Purchasing Contract 01-20 Personnel Screening Services with CovenantAviation Security LLC for Personnel Screening Services on BP-00491 West Security Screening Checkpoint Expansion - Package 2 for a total not-to-exceed expense amountof $200000 with funding from project funds (ie previously-approved CapitalExpenditure Funds and General Airport Revenue Bonds) Since then it has been determined that these services will not be required

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC there is no fiscal impact associatedwith this item

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR E-00264 NORTH PARK PLACE LIGHT POLE REPLACEMENT AT THE ORLANDO INTERNATIONAL AIRPORT 7 Mr Graham presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for E-00264 North Park Place Light PoleReplacement at the Orlando International Airport The scope of the project is toremove and replace 49 parking lot light poles located in the North Park Place parkinglot re-install the existing light fixtures and provide ancillary replacement parts as necessary at the Orlando International Airport

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 42 MWBE participation on this Addendum

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for E-00264 North Park Place Light Pole Replacement for the total not-to-exceed fee amount of $2396100 with funding from previously-approved Discretionary Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 34 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE TICKET LOBBY MODIFICATIONS ANDIMPROVEMENTS AGREEMENT WITH CT HSU amp ASSOCIATES PA FOR CONSTRUCTION ADMINISTRATION SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 8 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from CT Hsu amp Associates PA dated January 30 2020 to provide Construction Administration Services for V-00906 West Checkpoint Video Walls a the Orlando International Airport Services will include CA services shop drawing review and coordination for the installation of the four LED video walls under the Chilirsquos Restaurant at the West Security Checkpoint A and B Sides

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that CT Hsu ampAssociates PA proposes 604 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Ticket Lobby Modifications and Improvements Agreement with CT Hsuamp Associates PA for Construction Administration Services for V-00906 West Checkpoint Video Walls for the total amount of $5624000 which includes the not-to-exceed fee amount of $5511700 and the not-to-exceed reimbursable expense amount of $112300 with funding from previously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 9 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for the above referenced project This project provides two large and two small Video Walls in the West Checkpoint area ofthe Great Hall on Landside Level 3

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 694 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for Construction Phase OAR Services for V-00906 West Checkpoint Video Walls for the total not-to-exceed fee amount of $4771500 with funding from previously-approved Capital Expenditure Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 35 of 39

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 19 TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT (OAR PRIME ENTITY) SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC TO PROVIDE ADDITIONAL CONSTRUCTION PHASE OAR SERVICES FOR V-00933 PODS A AND B FLOOR REPAIR AT THE ORLANDO INTERNATIONAL AIRPORT 10 Mr Willems presented the memorandum dated February 18 2020 along with aproposal from AECOM Technical Services Inc dated January 23 2020 to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair at the Orlando International Airport On November 19 2019 the Construction Committee approved Addendum No 19 in the amount of $714400 to the above-referencedagreement Since that time it has been determined that additional Construction Phase OAR Services are required as furthered described in the Consultantrsquos proposal dated January 23 2020

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the required services AECOM Technical Services Inc does not propose any MWBE LDB or VBE participation on this Amendment

Mr Patterson asked if this work will be ending next week Mr Willems answered yes

Mr Patterson stated that the timing of the work needed to be coordinated withOperations to avoid the holiday rush Mr Ruohomaki stated that due to these timingissues the OAR (AECOM Technical Services Inc) needs additional time to continue providing OAR Services on the project through close-out

Vice Chair Sharman asked if RW Block Consulting Inc had any outstanding issues with this request Ms Rainey responded that a change order on V-00933 requestinga time extension has not been received Mr Willems stated that the Contractor has not yet requested additional time but that a change order can be submitted to asubsequent Construction Committee Meeting Vice Chair Sharman asked if RW Block Consulting Inc would be amenable to this request once the change order is receivedMs Rainey answered yes [Subsequent to the Construction Committee meeting following review by the Contractor and OAR it was determined that a time extension change order would not be required RW Block Consulting Inc finds this item acceptable]

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 19 to the Continuing Program and Project Management (OAR Prime Entity) Services Agreement with AECOM Technical Services Inc to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair for thetotal not-to-exceed fee amount of $676800 with funding from previously-approvedOperation and Maintenance Funds

REQUEST FOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH HW DAVIS CONSTRUCTION INC FORV-00957 REPAIR SUB-CANOPIES LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 11 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from HW Davis Construction Inc dated October 23 2019 for V-00957Repair Sub-Canopies Level 3 A and B Enplane Drive at the Orlando InternationalAirport Project scope is to provide all labor equipment and materials to fabricatedeliver and install new fabric cover strips at diagonal steel braces at the sub-canopies rain protection covers at nine canopy locations and repair two separatedcable pockets at Canopy Nos 6 and 16 at the Orlando International Airport The duration of the project is 30 calendar days for Substantial Completion and 30

Minutes of the Construction Committee Meeting February 18 2020 Page 36 of 39

calendar days for Final Completion with a contemplated Notice to Proceed (NTP) date of February 24 2020

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that due to the limited scope of the required services HW Davis Construction Inc does notpropose any MWBELDBVBE participation on this Job Order Construction Services Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve a JobOrder Construction Services Addendum to the Continuing Vertical Construction Services Agreement with HW Davis Construction Inc for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total direct-negotiated amount of $3573300 andwaive the requirement for Performance and Payment Bonds with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR V-00957 REPAIR SUB-CANOPIES AT LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 12 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated January 31 2020 is to provide Construction Phase OAR Services on the above-referenced project

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the services to be provided Geotech Consultants International Inc dba GCI Inc does not propose any MWBELDBVBE participation on this Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total not-to-exceed fee amount of $290700 with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH GOMEZ CONSTRUCTION COMPANY FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) AT THE ORLANDO INTERNATIONAL AIRPORT 13 This item was deferred

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) ATTHE ORLANDO INTERNATIONAL AIRPORT 14 This item was deferred

Minutes of the Construction Committee Meeting February 18 2020 Page 37 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING ENVIRONMENTAL ENGINEERING CONSULTANT SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC FOR INSTALLATIONOF NEW MONITORING WELLS IMPLEMENTATION OF ONE SEMI-ANNUAL POST-ACTIVE REMEDIATIONMONITORING (PARM) AND PREPARATION OF ONE PARM REPORT AT THE FORMER DAYRON FACILITYFOR W-00072 OEA REMEDIATION OF DAYRON PLUME AT THE ORLANDO EXECUTIVE AIRPORT 15 Mr Carrington presented the memorandum dated February 18 2020 along with a proposal from AECOM Technical Services Inc dated February 10 2020 to provide for the installation of eleven new monitoring wells implementation of one semi-annual groundwater Post-Active Remediation Monitoring (PARM) and the preparation and submission of one PARM report at the former Dayron Facility at the OrlandoExecutive Airport The one semi-annual PARM monitoring event to be performed in late March or early April 2020

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that AECOM Technical Services Inc proposes 331 MWBE and 80 LDB participation on this Addendum

Mr Ruohomaki asked if this was in pursuit of a NFA designation (No Further Action)Mr Carrington answered yes

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve an Addendum to the Continuing Environmental Engineering Consultant Services Agreement with AECOMTechnical Services Inc for Installation of New Monitoring Wells Implementation of One Semi-Annual Post-Active Remediation Monitoring (PARM) and Preparation of One PARM Report at the Former Dayron Facility for W-00072 OEA Remediation of DayronPlume at the Orlando Executive Airport for the total amount of $7150000 which includes the not-to-exceed fee amount of $4112700 and the not-to-exceed reimbursable expense amount of $3037300 with funding from OEA Environmental Liability Funds

REQUEST FOR RECOMMENDATION OF APPROVAL OF NO-COST ADDENDA TO THE CONTINUING TRANSPORTATION PLANNING CONSULTING SERVICES AGREEMENTS TO EXERCISE THE SECOND AND FINAL ONE-YEAR RENEWAL OPTION 16 Ms Anderson presented the memorandum dated February 18 2020 requesting the recommendation of approval of No-Cost Addenda to the Continuing Transportation Planning Consulting Services Agreements to exercise the second and final one-year renewal option In June 2016 the Aviation Authority Board approved ContinuingTransportation Planning Consulting Services Agreement with the below firms Theprovisions in the agreement include a base three-year term with two subsequent optional one-year renewal periods upon mutual agreement of the parties

Each firmrsquos first one-year renewal expires as follows

Firm Expiration Date HNTB Corporation July 26 2020 HDR Engineering Inc September 12 2020

In order to maintain these services on an as-needed basis for routine operations staff requires the services of the above-referenced firms The firms were requested to provide their concurrence to exercise the second and final one-year renewal option

Upon motion of Mr Patterson second by Mr Hunt vote carried to recommend to theAviation Authority Board approval of No-Cost Addenda to the Continuing Transportation

Minutes of the Construction Committee Meeting February 18 2020 Page 38 of 39

Planning Consulting Services Agreements to Exercise the Second and Final One-Year Renewal Option there is no fiscal impact associated with this item

REQUEST FOR APPROVAL OF CONTRACTORrsquoS FINAL PAYMENT TO HL PRUITT CORPORATION FOR E-00212 INVENTORY AND MARKING OF AIRFIELD LIGHTING AT THE ORLANDO INTERNATIONALAIRPORT 17 Mr Patterson presented the memorandum dated February 18 2020 requesting the Contractorrsquos Final Payment to HL Pruitt Corporation for E-00212 Inventory andMarking of Airfield Lighting at the Orlando International Airport The Construction Contract for the referenced project has been completed and all issues involving the Contractor have been addressed and resolved

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve theContractorrsquos Final Payment Authorization to HL Pruitt Corporation for E-00212Inventory and marking of Airfield Lighting at the Orlando International Airport

INFORMATION ITEMS

18 The following items were presented for information only

A Field Change Order (FCO) Log

B Revised Supporting Documentation for Change Order PS-00329-11 Parking Access and Revenue Control System (PARCS) Replacement at The OrlandoInternational Airport [From Construction Committee on July 30 2019 ItemNo 1-F] [The Construction Committee determined that this information item should be converted to an action item and it was motioned with Item No 2-B]

C Revised Coversheet for Hensel Phelps Construction to issue a SubcontractModification to Inland Construction and Engineering Inc for BP-S00144South Terminal C Phase 1 - Airside Enclosure amp Exterior Finishes (GMPNo 6-S2) at The Orlando International Airport [From ConstructionCommittee on November 26 2019 Item No 2-D]

D Additional Supporting Documentation for Request for Recommendation ofApproval of an Amendment to Addendum No 7 to the Construction Management at Risk (CMR) Entity Services for the South Terminal C Phase 1 (STC-P1)Agreement with Turner-Kiewit Joint Venture for BP-S00150 South TerminalC Phase 1 ndash Parking Facility (GMP 9-S) at The Orlando International Airport [From Construction Committee on December 17 2019 Item No 5]

E Revised Coversheet for Request for Approval of an Addendum to the Technology and Multi-Media Specialty Engineer for the South Terminal CPhase 1 Agreement with Burns Engineering Inc for Design Services related to Customs Border and Patrol (CBP) final review for W-S00113 South Terminal C Phase 1 ndash Experiential Media Environment (EME) at The OrlandoInternational Airport [From Construction Committee on February 4 2020Item No 10]

F Office of Small Business Participation Memorandum for the Request forRecommendation of Approval of the FFampE and IT Estimate Procurement Plan and Process for Updating the Construction Committee for W-S00145 SouthTerminal C Phase 1 and Phase 1X (STC-P1 and P1X) Owner Furnished FFampE and IT Items at The Orlando International Airport [From ConstructionCommittee on February 4 2020 Item No 11]

______________________________

Minutes of the Construction Committee Meeting February 18 2020 Page 39 of 39

ADJOURNMENT

19 There being no further business for discussion the meeting was adjourned at 910 am

Kathleen Sharman Vice Chair Construction Committee Chief Financial Officer

Page 11: On TUESDAY, FEBRUARY 18, 2020 , the CONSTRUCTION … · Mike Patterson, Director of Construction . Gary Hunt, Director of Maintenance . ... Steve Pue, GOAA Maintenance . Vendla Davermann,

Minutes of the Construction Committee Meeting February 18 2020 Page 11 of 39

HPC has submitted documentation including the subcontractors 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 $ 3449500 Deduct from Owner Contingency $ (3449500)

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-S1) for this subcontract modification is Banker Steel Co LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue Subcontractor Modifications to Banker Steel Co LLC on BP-S00143 South Terminal C Phase 1 - Airside TerminalStructure and Enclosure (GMP No 6-S1) for the total lump sum amount of$3449500 with funding from Passenger Facility Charges and General AirportRevenue Bonds

G Subcontractor Modification for BP-S00144 (GMP No 6-S2) with Wal-Mark Contracting Group LLC for CR04152-6S2-RFIs 1667 and 16671 Ramp Level Overhang Framing and Insulation Mr Guirges presented the memorandum requesting approval for Hensel Phelps Construction (HPC) to issue a Subcontractor Modification on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes (GMP No 6-S2) at the Orlando International Airport in the total amount of $1841000 to Wal-Mark Contracting Group LLCfor CR04152-6S2-RFIs 1667 and 16671 Ramp Level Overhang Framing and Insulation Bid Package for BP-S144 0902 Framing and Drywall has been previously awarded within GMP No 6-S2 to Wal-Mark Contracting Group LLC CC No 20180605006

HPC is requesting to issue a Subcontractors Modification to Wal-Mark Contracting Group LLC in the total Lump Sum amount of $1841000 for CR04152-6S2-RFIs 1667 and 16671 Ramp Level Overhang Framing and Insulation The modified scope of work includes replacing the Smart Cl (Composite Insulation) system with conventional framing and batt insulation at the ramp level overhang per RFIs 1667 and 16671 response

The approval of this Subcontractor Modification to Wal-Mark Contracting GroupLLC resolves all requests for cost and time resulting from RFIs 1667 and 16671scope of work within GMP No 6-S2 Credits for the Ramp Level overhang metaldecking and composite insulation ldquoSmart Clrdquo were approved via CC 20191217003C Potential credit for the approximately 15250 SF of metal deck not installedin GMP No 6-S1 is being evaluated by the OAR and any cost for this creditwill be submitted in a future CR

HPC has submitted documentation including the subcontractors proposal tosupport this request An independent cost estimate is included By approving

Minutes of the Construction Committee Meeting February 18 2020 Page 12 of 39

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 Wal-Mark Contracting Group LLC in the lump sum amount of $ 1841000 Deduct from Owner Contingency $ (1841000)

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-S2) for this subcontract modification is Wal-Mark Contracting Group LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to Wal-MarkContracting Group LLC on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes (GMP No 6-S2) for the total lump sum amount of $1841000 with funding from Passenger Facility Charges and General Airport Revenue Bonds

H Subcontractor Modifications for BP-S00144 (GMP No 6-S2) with Wal-Mark Contracting Group LLC and Alpha Insulation and Waterproofing Inc forCR0449-6S2-RFI 18531 Roof Expansion Joint Framing at Parapet and CR04692-RFI 818 Series-Ramp Level Floor Fire Dampers without Floors Mr Guirges presented the memorandum requesting approval for Hensel Phelps Construction (HPC) to issue Subcontractor Modifications on BP-S00144 South Terminal CPhase 1 - Airside Enclosure and Exterior Finishes (GMP No 6-S2) at theOrlando International Airport in the total amount of $13070600 to Wal-Mark Contracting Group LLC and Alpha Insulation and Waterproofing Inc forCR0449-6S2-RFI 18531 Roof Expansion Joint Framing at Parapet and CR04692-RFI 818 Series-Ramp Level Floor Fire Dampers without Floors

Bid Package for BP-S00144 0902 Framing and Drywall has been previously awarded within GMP No 6-S2 to Wal-Mark Contracting Group LLC CC No20180605006

Bid Package for BP-S144 0701 Caulking and Waterproofing has been previously awarded within GMP No 6-S2 to Alpha Insulation and Waterproofing Inc CCNo 20180605006

HPC is requesting to issue the following Subcontractor Modifications

Wal-Mark Contracting Group LLC in the Lump Sum amount $3600600 for CR0449-6S2-RFI 18531 Roof Expansion Joint Framing at Parapet Themodified scope of work includes costs for the up-sized framing from 6-inch to 8-inch studs with additional plates at the expansion joint roof parapets in lieu of installing structural steel support per RFI 18531

Wal-Mark Contracting Group LLC in the Lump Sum amount $9237900 for CR04692-RFI 818 Series-Ramp Level Floor Fire Dampers without FloorsThe modified scope of work consists of additional framing and drywall

Minutes of the Construction Committee Meeting February 18 2020 Page 13 of 39

for the horizontal and vertical shaft enclosures in Areas 14 17 and 25only

Alpha Insulation and Waterproofing Inc in the Lump Sum amount of $232100 for CR04692-RFI 818 Series-Ramp Level Floor Fire Damperswithout Floors The modified scope of work adds firestopping to the wallshown on sheet Al3125 which changed to a 2-hours rated wall in Area 25

The approval of these Subcontractor Modifications to Wal-Mark ContractingGroup LLC and Alpha Insulation and Waterproofing Inc resolves all requests for costs resulting from the scopes of work in RFI 1853 series in GMP No 6-S2 and RFI 0818 series for Areas 14 17 and 25 only in GMP No 6-S2 Cost impacts to GMP No 6-S1 were submitted in CR04691-6S1-RFI 0818 Series-Ramp Level Floor Fire Dampers without Floors Cost impacts for Drawing Areas 1516 18 19 20 21 22 23 24 26 27 28 29 30 31 32 and 33 included inthe responses to RFI 0818 series if any will be submitted in a future CRThere are no cost impacts to GMP Nos 6-S 6-S3 6-S4 and 6-S5 HPC willsubmit TIA-079 requesting additional time associated with RFI 0818 seriesscope of work The OAR will evaluate TIA-079 and any time recommended to begranted will be submitted at a future CCM

HPC has submitted documentation including the subcontractors proposal tosupport their request An independent cost estimate is included

By approving this request the Owner does not waive its right to enforce thecontract 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 Wal-Mark Contracting Group LLC in the lump sum amount of $ 12838500 HPC to issue a subcontract modification to Alpha Insulation and Waterproofing Inc in the lump sum amount of $ 232100 Deduct from Owner Contingency $ (13070600)

Hensel Phelps Construction is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractors identified and committed to participate on BP-S00144 (GMP No 6-S2) for these subcontractor modifications are Wal-Mark Contracting LLC (Non-MWBELDBVBE) and Alpha Insulation and Waterproofing Inc (Non-MWBELDBVBE) There is no small business participation associated with these modifications

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue Subcontractor Modifications to Wal-MarkContracting Group LLC and Alpha Insulation and Waterproofing Inc on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes(GMP No 6-S2) for the total lump sum amount of $13070600 which includesthe lump sum amount of $12838500 to Wal-Mark Contracting Group LLC and the lump sum amount of $232100 to Alpha Insulation and Waterproofing Inc withfunding from Passenger Facility Charges and General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 14 of 39

I Subcontractor Modification for BP-S00144 (GMP No 6-S2) with Wal-Mark Contracting Group LLC for CR0458-6S2-RFI 1583 Gypsum Wallboard on EastExterior Wall (VE) Mr Guirges presented the memorandum requesting approval for Hensel Phelps Construction (HPC) to issue a Subcontractor Modification on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes(GMP No 6-S2) at the Orlando International Airport in the total deductiveamount of ($7689000) to Wal-Mark Contracting Group LLC for CR0458-6S2-RFI1583 Gypsum Wallboard on East Exterior Wall (VE) Bid Package for BP-S00144 0902 Framing and Drywall has been previously awarded within GMP No 6-S2 to Wal-Mark Contracting Group LLC CC No 20180605006

Hensel Phelps Construction is requesting to issue Subcontractors Modifications to Wal-Mark Contracting Group LLC in the total deductive Lump Sum amount of ($7689000) for CR0458-6S2-RFI 1583 Gypsum Wallboard on East Exterior WallContract Documents indicated an interior partition wall adjacent to an exterior wall system which also included a gypsum wallboard partition It was determined that the drywall associated with the exterior wall system could be deleted if inner curved partition could be extended to the deck The modified scope of work includes costs for the additional framing and drywall to extend the curved partition to the decking and includes credit for the deletion of the inner gypsum wallboard in Area 14 and Areas 25 through 32 of the North Airside Concourse per RFI 1583 and OAR responses

The approval of this Subcontractor Modification to Wal-Mark Contracting Group LLC resolves all requests for cost and time resulting from RFI 1583 scope ofwork

HPC has submitted documentation including the subcontractors 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 Wal-Mark Contracting Group LLC in the deductive lump sum amount of $ (7689000) Add to Owner Contingency $ 7689000

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-S2) for this subcontract modification is Wal-Mark Contracting Group LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to Wal-MarkContracting Group LLC on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes (GMP No 6-S2) for the total deductive lumpsum amount of ($7689000) with funding credited to Passenger Facility Charges and General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 15 of 39

J Subcontractor Modification for BP-S00146 (GMP No 7-S) with Banker Steel Co LLC for CR04721-LST-RFIs-2312 and 23121-Roof Stair 4x4 HSS Flashing 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 theOrlando International Airport in the total amount of $302500 to Banker Steel Co LLC for CR04721-LST-RFI-2312 and 23121-Roof Stair 4x4 HSS Flashing Bid Package 500 Structural Steel was previously awarded within GMP No 7-S to Banker Steel Co LLC CC No 20180313010

TKJV is proposing a subcontract modification to Banker Steel Co LLC in the total lump sum amount of $302500 for CR04721-LST-RFIs-2312 and 23121-RoofStair 4x4 HSS Flashing Previously approved CR0472 was based on RFI 2312 which included costs for supplemental steel to address flashing on the adjacent lower roofs and included two stair locations Each staircase revised in RFI 2312 included a set of staircases but CR 0472 only included costs for 2stairs The contractor requested clarification in RFI 23121 that the condition applied to all 4 stairs located at the lower roof which was confirmed Thescope of work in this request consists of all costs associated with the supplemental steel for the other 2 stairs

The approval of this subcontract modification to Banker Steel Co LLC resolves all requests for costs and time associated with LST RFI 23121

TKJV has submitted documentation including the subcontractors 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

Current GMP Line Item 6 value $ 137804300 TKJV to issue a subcontract modification to Banker Steel Co LLC in the lump sum amount of $ 302500 Deduct from Line Item 6 $ (302500) Remaining GMP Line Item 6 Value $ 137501800

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 Banker Steel Co LLC (Non-MWBELDBVBE) There is 825 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Banker Steel Co LLC on BP-S00146 South Terminal C Phase 1 - Landside Terminal Structure and Enclosure (GMP No 7-S) for the total lump sum amount of$302500 with funding from Passenger Facility Charges and General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 16 of 39

K Subcontractor Modification for BP-S00146 (GMP No 7-S) with Banker Steel Co LLC for CR0680-LST-RFI 29471-West Prow and Truss Deflection 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 theOrlando International Airport in the total amount of $3177200 to Banker Steel Co LLC for CR0680-LST-RFI 29471-West Prow and Truss Deflection Bid Package 500 Structural Steel was previously awarded within GMP No 7-S toBanker Steel Co LLC CC No 20180313010

TKJV is proposing a subcontract modification to Banker Steel Co LLC in the total lump sum amount of $3177200 for CR0680-LST-RFI 29471-West Prow and Truss Deflection Although the west prow structural steel deflections wereanticipated the deflected condition caused the sag rods and wind girts for the exterior wall in this area to be out of alignment with the exterior walland curtain wall systems RFI 29471 requested direction on bringing the sag rods and wind girts back into correct elevations The modified scope of work consists of changes to sag rod connections at the west prow revision of vertical location of sag rod connections and clips at GL L2 on Atrium HSSCross Truss as confirmed by RFI 29471

The approval of this subcontract modification to Banker Steel Co LLC resolves all requests for costs and time associated with LST RFIs 2947 and 29471

TKJV has submitted documentation including the subcontractors 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 Banker Steel Co LLC in the lump sum amount of $ 3177200 Current GMP No 7-S Line Item 6 Value $ 140981500 Deduct from Line Item $ (3177200) Remaining GMP No 7-S Line Item 6 Value $ 137804300

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 Banker Steel Co LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Banker Steel Co LLC on BP-S00146 South Terminal C Phase 1 - Landside Terminal Structure and Enclosure (GMP No 7-S) for the total lump sum amount of$3177200 with funding from General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 17 of 39

L Subcontractor Modifications for BP-S00147 (GMP No 7-S1) with MSE2 Inc dba Mader Southeast for CR05641-LST-Bulletin 23 Drywall-Backing and Framing for Added Devices CR0595-LST-Bulletin 32-Drywall and CR0599-LST-RFI 1980-Wall Type around Columns Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue Subcontract Modifications onBP-S00147 South Terminal C Phase 1 - Landside Terminal Remaining Structures and Systems (GMP No 7-S1) at the Orlando International Airport in the total amount of $834800 to MSE2 Inc dba Mader Southeast for CR05641-LST-Bulletin 23 Drywall-Backing and Framing for Added Devices CR0595-LST-Bulletin 32-Drywall and CR0599-LST-RFI 1980-Wall Type Around Columns at Area 9 Bid Package 910 Drywall and Framing was previously awarded within GMP No 7-S1 to MSE2 Inc dba Mader Southeast CC No 20181002009

TKJV is proposing the following subcontract modifications to MSE2 Inc dba Mader Southeast in the respective lump sum amounts of

1 $611700 for CR05641-LST-Bulletin 23 Drywall-Backing and Framing forAdded Devices The modified scope of work consists of additional backing and framing for devices and smoke dampers as per LST Bulletin 23

2 $294800 for CR0595-LST-Bulletin 32-Drywall The modified scope of work consists of additional costs for backing and blocking added signage as per LST Bulletin 32 revisions

3 ($71700) for CR0599-LST-RFI 1980-Wall Type Around Columns at Area 9 The modified scope of work consists of deletion of framing and drywall around columns at LST Area 9 Level 1 that were replaced with CMU perRFI 1980

The approval of these subcontract modifications to MSE2 Inc dba Mader Southeast resolves all requests for cost and time for

1 CR05641 with LST Bulletin 23 for Drywall in GMP No 7-S1 CR0564 for low voltage was submitted 10012019

2 CR0595 with LST Bulletin 32 for Drywall in GMP No 7-S1 There will beadditional costs forthcoming for signage in GMP No 7-S2 once the subcontract agreement is awarded There will be no costs for GMP No 7-S or GMP No 7-S3

3 CR0599 for all requests for cost and time associated with RFI 1980

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

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

TKJV to issue a subcontract modification to MSE2 Inc dba Mader Southeast in the lump sum amount of $ 611700 TKJV to issue a subcontract modification to MSE2 Inc dba Mader Southeast in the lump sum amount of $ 294800 TKJV to issue a subcontract modification to MSE2 Inc dba Mader Southeast in the lump sum amount of $ (71700) Deduct from PI Owner Contingency $ (587600) Deduct from P1X Owner Contingency $ (247200)

Minutes of the Construction Committee Meeting February 18 2020 Page 18 of 39

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-S1) for this subcontract modification is MSE2 Inc dba Mader Southeast (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue Subcontractor Modifications to MSE2 Inc dba Mader Southeast on BP-S00147 South Terminal C Phase 1 - LandsideTerminal Remaining Structures and Systems (GMP No 7-S1) for the total lumpsum amount of $834800 with funding from Passenger Facility Charges and General Airport Revenue Bonds

M Subcontractor Modifications for BP-S00150 (GMP No 9-S) with Skybuilders USA LLC for CR0362-PKG-Rental Extension Temporary Wall Protection Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando InternationalAirport in the total amount of $3903600 to Skybuilders USA LLC for CR0362-PKG-Rental Extension Temporary Wall Protection Bid Package 3100 Demolition was previously awarded within GMP No 9-S to Skybuilders USA LLC CC No 2017101016

TKJV is proposing a subcontract modification to Skybuilders USA LLC in thetotal lump sum amount of $3903600 for CR0362-PKG-Rental Extension TemporaryWall Protection he modified scope of work consists of all additional costsassociated with the rental extension of temporary wall protection for 8 months from October 18 2019 to June 20 2020 for 2478 LF of temporary panels 2195 LF of windscreen and 533 sandbags and rental extension for 4 months from February 20 2020 to June 20 2020 for 444 LF of temporary panels andwindscreen and 150 sandbags in various locations in the parking garage

The approval of this subcontract modification to Skybuilders USA LLC resolves all requests for costs and time resulting from the scope of work associated with CR0362

TKJV has submitted documentation including the subcontractors 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 Skybuilders USA LLC in the lump sum amount of $ 3903600 Deduct from CMAR Contingency $ (3903600)

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 Skybuilders USA LLC (MWBELDB) There is a 100 MWBE participation associated with this modification

Minutes of the Construction Committee Meeting February 18 2020 Page 19 of 39

Vice Chair Sharman asked if the completed eligibility was received for thisitem Ms Hinds answered yes

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Skybuilders USA LLC on BP-S00150 South Terminal C Phase 1 - Parking Facility- Phase 1 (GMP No 9-S) for the total lump sum amount of $3903600 with funding from Customer Facility Charges and General Airport Revenue Bonds

N Subcontractor Modification for BP-S00150 (GMP No 9-S) with Gulf Mechanical Contractors LLC for CR0492-PKG-RFI 1968-Electrical Room Door Size ChangesMr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando International Airport in the total amount of $167700 to Gulf Mechanical Contractors LLC for CR0492-PKG-RFI 1968 Series-Electrical Room Door SizeChanges Bid Package for 2200 Plumbing was previously awarded within GMPNo 9-S to Gulf Mechanical Contractors LLC CC No 20171010016

TKJV is proposing a subcontract modification to Gulf Mechanical ContractorsLLC in the total lump sum amount of $167700 for CR0492-PKG-RFI1968 Series-Electrical Room Door Size Changes The modified scope of work consists of all labor and material to trench and excavate reconfigured PVC pipes and fittingsrequired to accommodate a changed door opening dimension due to the responsefrom RFI 1968

The approval of this subcontract modification to Gulf Mechanical Contractors LLC resolves all requests for cost and time associated with RFI 1968 series for GMP No 9-S Remaining costs for RFI 1968 were previously submitted under GMP No 9-S1 as CR04921-PKG-RFI 1968-Electrical Room Door Size Changes

TKJV has submitted documentation including the subcontractors 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 cost or time

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

TKJV to issue subcontract modification to Gulf Mechanical Contractors LLC in the lump sum amount of $ 167700 Deduct from Owner Contingency $ (167700)

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 Gulf Mechanical Contractors LLC (Non-MWBELDBVBE) There is no small businessparticipation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Gulf

Minutes of the Construction Committee Meeting February 18 2020 Page 20 of 39

Mechanical Contractors LLC on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $167700 with funding from Customer Facility Charges and General Airport Revenue Bonds

O Subcontractor Modification for BP-S00150 (GMP No 9-S) with CCK ConstructionServices Inc for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU Mr Guirges presented the memorandum requesting approvalfor Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando International Airport in the total amount of $816800 to CCK Construction Services Inc for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU Bid Package 30 Concrete was previouslyawarded within GMP No 9-S to CCK Construction Services Inc CC No2017101016

TKJV is proposing a subcontract modification to CCK Construction ServicesInc in the total lump sum amount $816800 for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU The modified scope consists ofall materials and labor required for the additional footer and the Cast inPlace (CIP) tie beams as per RFI 1877

The approval of this subcontract modification resolves all requests for cost and time associated with RFI 1877 for GMP No 9-S Costs for Miscellaneous metals subcontractors will be submitted under CR 05531 for GMP No 9-S1

TKJV has submitted documentation including the subcontractors 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 CCK Construction Services Inc in the lump sum amount of $ 816800 Deduct from Owner Contingency $ (816800)

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 CCK Construction Services Inc (Non-MWBELDBVBE) There is 189 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to CCK Construction Services Inc on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $816800 with funding from Customer Facility Charges and General Airport Revenue Bonds

P Subcontract Award for BP-S00150 (GMP No 9-S) with Fine Tune Services LLC for CR0630-PKG-Rough and Final Cleaning Award Mr Guirges presented thememorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) toissue a Subcontract Award on BP-S00150 South Terminal C Phase 1 ParkingFacility - Phase 1 (GMP No 9-S) at the Orlando International Airport in thetotal amount of $15450000 to Fine Tune Enterprises Inc for CR0630-PKG-

Minutes of the Construction Committee Meeting February 18 2020 Page 21 of 39

Rough and Final Cleaning Award Bid Package for BP-S150 Parking FacilityPhase 1 was previously awarded to TKJV reference CC No 2017101016

TKJV is proposing a subcontract award for CR0630-PKG-Rough and Final Cleaning The scope of the award is for the cleaning of all concrete structures floorselevators and finished areas for the parking garage phase 2 in accordance with bid package 174 dated August 1 2019 and documents through PKG DSI 4 andCWS Bulletin 12 and as described in the Fine Tune Enterprises Inc proposal

The approval of this subcontract award to Fine Tune Enterprises Inc resolvesall costs associated with PKG Bid Package 174 and documents through DSI 4 andCWS Bulletin 12

TKJV has submitted documentation including the subcontractors 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 Subcontract Award for this project is as follows

TKJV to issue Subcontract Award to Fine Tune Enterprises Inc in the lump sum amount of $ 15450000 GMP Line Item 17 current balance $ (7500000) Deduct from P1 CMAR Contingency $ (6921000) Deduct from CWE CMAR Contingency $ (1029000) GMP Line Item 17 remaining balance $ 000

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 award is Fine Tune Enterprises Inc (MWBELDB) There is 100 MWBE participation associated with this award

Vice Chair Sharman asked if this request includes the cost for cleaning the canopies Mr Guirges stated that although the canopies are not installedyet this item includes final cleaning under the canopy area Ms Stockerl agreed that the estimate included the cost of final cleaning once the canopies are installed Vice Chair Sharman stated that funding is partially from the Campus Wide Improvements project Mr Ruohomaki stated that the funding sources can be re-evaluated if necessary Vice Chair Sharman agreed that the funding can be revised if needed

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontract Award to Fine Tune Enterprises Inc on BP-S00150 South Terminal C Phase 1 - Parking Facility- Phase 1 (GMP No 9-S) for the total lump sum amount of $15450000 withfunding from Customer Facility Charges and General Airport Revenue Bonds

Q Subcontractor Modification for BP-S00150 (GMP No 9-S) with CCK ConstructionServices Inc for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement 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 $156000 to CCK Construction

Minutes of the Construction Committee Meeting February 18 2020 Page 22 of 39

Services Inc for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement Bid Package 30 Concrete was previously awarded within GMP No 9-S to CCKConstruction Services Inc CC No 2017101016

TKJV is proposing a subcontract modification to CCK Construction ServicesInc in the total lump sum amount $156000 for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement The modified scope consists of additional laborand material to cut splice and adjust the promenade slab reinforcement

The approval of this subcontract modification resolves all requests for cost and time associated with PKG RFI 19851

TKJV has submitted documentation including the subcontractors 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 CCK Construction Services Incin the lump sum amount of $ 156000 Deduct from CMAR Contingency $ (156000)

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 CCK Construction Services Inc (Non-MWBELDBVBE) There is no small businessparticipation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to CCK Construction Services Inc on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $156000 with funding from Customer Facility Charges and General Airport Revenue Bonds

R Subcontractor Modification for BP-S00151 (GMP No 9-S1) with Quality Cable Contractors Inc for CR04301-PKG-Bulletin 10 and RFI 2690-Low Voltage Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00151 South Terminal C Phase 1 - Parking Facility Phase 2 (GMP No 9-S1) at the Orlando International Airport in the total amount of $5225700 to Quality Cable Contractors Inc for CR04301-PKG-Bulletin 10 and RFI 2690-Low Voltage Bid package 2800 Low Voltage Electrical was previously awarded within GMP No 9-S1 Parking Facility Phase 2 to Quality Cable Contractors Inc CC No2018092525A

TKJV) is proposing a subcontract modification to Quality Cable Contractors Inc in the total lump sum amount of $5225700 for CR04301-PKG-Bulletin 10and RFI 2690-Low Voltage The modified scope of work consists of additional materials labor and equipment for ten (10) additional access controls at PKGdoors and the credit associated with the blue phone and camera outletsrevisions per PKG Bulletin 10 and RFI 2690

Minutes of the Construction Committee Meeting February 18 2020 Page 23 of 39

The approval of this subcontract modifications to Quality Cable ContractorsInc resolves all requests for costs and time resulting from PKG Bulletin 10 and RFI 2690 for GMP No 9-S1 CR0430 was submitted for GMP No 9-S CC No20190910021 This request resolves all requests for cost and time for RFI2690 for Low Voltage costs for the hardware changes for Taylor Cotton amp Ridley Inc GMP No 9-S1 was submitted under CR0776

TKJV has submitted documentation including the subcontractors 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 award to Quality Cable Contractors Inc in the lump sum amount of $ 5225700 Deduct from Owner Contingency $ (5225700)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00151 (GMP No 9-S1) for this subcontractor modificationis Quality Cable Contractors Inc (MWBELDB) There is 100 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Quality Cable Contractors Inc on BP-S00151 South Terminal C Phase 1 - ParkingFacility Phase 2 (GMP No 9-S1) for the total lump sum amount of $5225700 with funding from Customer Facility Charges and General Airport Revenue Bonds

S Subcontractor Modification for BP-S00163 (GMP No 5-S5) with The Middlesex Corporation for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place (CIP)Rectangular Beam Canopy Anchor Bolt Locations Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) toissue a Subcontract Modification on BP-S00163 South Terminal C Phase 1 -EnplaneDeplane Bridge and Roadways Balance of Work - FDOT (GMP No 65-S5)at the Orlando International Airport in the total amount of $2295700 to The Middlesex Corporation for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place(CIP) Rectangular Beam Canopy Anchor Bolt Locations Bid Package 3400 EnplaneDeplane Bridge-Combined Piers and Piles was previously awarded within GMP No 5-S5 EnplaneDeplane Bridge and Roadways Balance of Work -FDOT to The Middlesex Corporation CC No 20180605007

TKJV is proposing a subcontract modification to The Middlesex Corporation in the total lump sum amount of $2295700 for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place (CIP) Rectangular Beam Canopy Anchor Bolt Locations The CIP beams were formed and rebar installed but were found to have a discrepancy between the LSC (Landside Civil) and LST (Landside Terminal) drawings with thecanopy anchor bolt locations RFI 3051 response confirmed that the proposed structural adjustment to drill and epoxy the rebar inside the limits of the CIP rectangular beam is acceptable RFI 30511 response confirmed that the proposed epoxy product is acceptable RFI 3249 response provided the details of alternative reinforcement at the canopy column locations The modifiedscope of work consists of all the labor material and equipment costs

Minutes of the Construction Committee Meeting February 18 2020 Page 24 of 39

associated with the relocation of the anchor bolts and the structural adjustments required as per the EOR responses to RFIs 3051 30511 and 3249

The approval of this subcontract modification to The Middlesex Corporationresolves all requests for cost and time resulting from RFIs 3051 30511 and3249

TKJV has submitted documentation including the subcontractors 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 $ 2295700 Deduct from Phase 1 CMAR Contingency $ (2295700)

Due to the funding source of this GMP No 5-S5 Turner-Kiewit Joint Ventureproposed a 20 DBE participation goal for Bid Package 3400 EnplaneDeplane Bridge and Roadways Balance of Work - FDOT in lieu of MWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by this modification The subcontractor identified and committed to participate on BP-S00163 (GMP No 5-S5) for this subcontract modification is The Middlesex Corporation(Non-DBE) There is no DBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to The Middlesex Corporation on BP-S00163 South Terminal C Phase 1 - EnplaneDeplane Bridge and Roadways Balance of Work - FDOT (GMP No 5-S5) for the total lumpsum amount of $2295700 with funding from Passenger Facility Charges

T Subcontractor Modification for BP-S00168 (GMP No 6-S4) with MC Dean Inc for CR03382-6S4 ASC RFI 1621 Emergency Communications System (ECS) Speakersndash Low Voltage Mr Guirges presented the memorandum requesting approval forHensel Phelps Construction (HPC) to issue Subcontract Modifications on BP-S00168 South Terminal C Phase 1 - Interior Finishes and Specialties (GMPNo 6-S4) at the Orlando International Airport in the total amount of $2102300 to MC Dean Inc for CR03382-6S4 ASC RFI1621 EmergencyCommunications System (ECS) Speakers - Low Voltage Bid Package BP-S168 2701ASC Low Voltage Systems was previously awarded within the GMP No 6-S4 toMC Dean Inc CC No 20181002010

HPC is requesting to issue a Subcontractor Modification to MC Dean Inc in the total Lump Sum amount of $2102300 for CR03382-6S4 ASC RFI 1621 Emergency Communications System (ECS) Speakers - Low Voltage The response to RFI 1621 provided updated Technology drawings and schedule showing the Low VoltageRequirements for the Type 4 Wall Mount Emergency Communications SystemsSpeakers in Transfer Level Areas 16 and 17 The modified scope of work consistsof the costs associated with the additional conduits and 1-port Cat 6 cables required to those speakers for the low voltage scope per RFI 1621 response and sketches

Minutes of the Construction Committee Meeting February 18 2020 Page 25 of 39

The approval of this Subcontractor Modification to MC Dean Inc resolves all requests for cost and time resulting from RFI 1621 in GMP No 6-S4 Cost impacts for Electrical work associated with RFI 1621 in GMP No 6-S2 will besubmitted via CR03381-6S2-0143 There is no cost impact for RFI 1621 in GMP Nos 6-S 6-S1 6-S3 6-S5 or 6-S6

HPC has submitted documentation including the subcontractors 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 MC Dean Inc in the lump sum amount of $ 2102300 Deduct from Owner Contingency $(2102300)

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-S4) for this subcontract modification is MC Dean Inc (Non-MWBELDBVBE) There is 835 MWBE participationassociated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue Subcontractor Modifications to MC Dean Inc on BP-S00168 South Terminal C Phase 1 - Interior Finishes andSpecialties (GMP No 6-S4) for the total lump sum amount of $2102300 with funding from Passenger Facility Charges and General Airport Revenue Bonds

U Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0609-LST-RFIs 2513 25131 and 25132-Sink type per Location Verification Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $295100 to Kirlin Florida LLC for CR0609-LST-RFIs 2513 25131 and 25132- Sink type per Location Verification Bid Package BP 2300 Plumbing andHVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $295100 for CR0609-LST-RFIs 2513 25131 and 25132- Sink type per Location Verification The modified scope of work consists ofall costs associated with the change in fixture specification for the AG Lab sink from the S-2 tag to a custom steel two-bay sink with two drain boards disposal cone washout spray vacuum breaker solenoid valve and piping as captured in RFI 2513 confirmation of custom sink model number per RFI 25131 and the confirmation of the disposal waste drain opening size in RFI 25132

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFIs 2513 25131 and 25132

TKJV has submitted documentation including the subcontractors proposal to support their request An independent cost estimate is included By approving

Minutes of the Construction Committee Meeting February 18 2020 Page 26 of 39

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 Kirlin Florida LLC in the lump sum amount of $ 295100 Deduct from Owner Contingency $ (295100)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $295100with funding from General Airport Revenue Bonds

V Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0621-LST-RFI 2544- Missing Civil Storm Pipe Correction Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the OrlandoInternational Airport in the total amount of $563200 to Kirlin Florida LLCfor CR0621-LST-RFI 2544-Missing Civil Storm Pipe Connection Bid Package BP 2300 Plumbing and HVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No 2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $563200 for CR0621-LST-RFI 2544-Missing Civil Storm Pipe Connection The modified scope of work consists of all additional costsassociated with a net add of underground plumbing piping to correspond withthe new civil design between L1 and L2 per RFI 2544

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 2544

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the lump sum amount of $ 563200 Deduct from P1 Owner Contingency $ (563200)

Minutes of the Construction Committee Meeting February 18 2020 Page 27 of 39

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $563200with funding from Passenger Facility Charges and General Airport Revenue Bonds

W Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0710-LST-RFI 1727-AC Humidifiers Missing Domestic Chilled Water (DCW) Piping Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $446500 to Kirlin Florida LLC for CR0710-LST-RFI 1727-AC Humidifiers Missing Domestic Chilled Water (DCW) Piping Bid Package BP 2300 ldquoPlumbing andHVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $446500 for CR0710-LST-RFI 1727-AC humidifiersmissing DCW pipe The modified scope of work consists of additional domesticcold-water connections and piping for the AC units with humidifiers

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 1727

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the lump sum amount of $ 446500 Deduct from CMAR Phase 1 Contingency $ (324700) Deduct from CMAR Phase 1X Contingency $ (121800)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Minutes of the Construction Committee Meeting February 18 2020 Page 28 of 39

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $446500with funding from Passenger Facility Charges and General Airport Revenue Bonds

X Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0753-LST-RFI 2368-Duct Blanket R-Value 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-S3) at the OrlandoInternational Airport in the total deductive amount of ($6747700) to Kirlin Florida LLC for CR0753-LST-RFI 2368-Duct Blanket R-Value Bid Package BP 2300 Plumbing and HVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No 2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal deductive lump sum amount of ($6747700) for CR0753-LST-RFI 2368-DuctBlanket R-Value The modified scope of work consists of all additions anddeductions associated with the use of a 233-inch-thick 34-lbcu mineralfiberglass blanket instead of the specified 2-inch thick 15-lbcu mineralfiberglass blanket on HVAC duct systems per RFI 2368

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 2368

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the deductive lump sum amount of $ (6747700) Add to P1 Owner Contingency $ 4907600 Add to P1X Owner Contingency $ 1840100

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-DBEMWBELDBVBE) There is a reduction of 100 DBE participationassociated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin

Minutes of the Construction Committee Meeting February 18 2020 Page 29 of 39

Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total deductive lump sum amount of($6747700) with funding credited to Passenger Facility Charges and GeneralAirport Revenue Bonds

Y Subcontractor Modifications for BP-S00173 (GMP No 7-S3) with MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Mr Guirges presented the memorandum requesting approval forTurner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $985400 to MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Bid Package BP 2600 Electrical waspreviously awarded within GMP No 7-S3 to MC Dean Inc CC No 2018100211

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $575400 for CR06161-LST RFI 2611-Missing PACSEnclosures RFI 2611 requested information regarding routing of PACS (Physical Access Control System) door panels to IDF rooms innear US Customs and Border Protection (CBP) spaces The modified scope of work consists of all labor material and equipment associated with the addition of power for (11) PACS enclosures as captured in RFI 2611

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $410000 for CR0692-LST-Bulletin 31-Electrical Themodified scope of work consists of all costs associated with the confirmed Electrical panel additions per new circuit descriptions andload updates

The approval of these subcontract modifications to MC Dean Inc as proposedin CR06161-LST RFI 2611-Missing PACS Enclosures resolves all requests forcosts and time associated with LST RFI 2611 for GMP No 7-S3 Electrical CR0616 CC No 20191217-3-1 resolved all cost and time for GMP No 7-S1 LowVoltage There will be no forthcoming CRs for RFI 2611

The approval of this subcontract modification as proposed to MC Dean inCR0692-LST-Bulletin 31-Electrical Inc resolves all requests for costs andtime associated with LST Bulletin 31 Electrical scope A CR for GMP No 7-S1Low voltage scope is forthcoming

TKJV has submitted documentation including the subcontractors 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 for CR06161 to MC Dean Inc in the lump sum amount of $ 575400 TKJV to issue a subcontract modification for CR0692 to MC Dean Inc in the lump sum amount of $ 410000 Deduct from PI Owner Contingency $ (985400)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on

Minutes of the Construction Committee Meeting February 18 2020 Page 30 of 39

BP-S00173 (GMP No 7-S3) for this subcontract modification is MC Dean Inc(Non-DBE) There is no small business participation associated with thismodification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue Subcontractor Modifications to MC Dean Inc on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $985400 withfunding from General Airport Revenue Bonds

Z Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0662-AFC-Power and Laydown Yard to QC Lab Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $2817800 to Kiewit Infrastructure South Cofor CR0662-AFC-Power and Laydown Yard to QC Lab Bid Package 34101 Site Electrical and Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $2817800 for CR0662-AFC-Power and Laydown Yard to QC Lab The scope of work consists of all labor material and equipmentrequired to install the power to the Quality Control (QC) lab located off Wiley Road from the Security Check Point and construct a lay-downparking areaat the QC lab and subsequently remove it when the lab is no longer needed The dimensions for the base material needed for the lay-downparking area are 50-foot by 50-foot next to the lab and 12-foot by 30-foot in front of the lab

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Power and Laydown Yard to QC Lab scope of work

TKJV has submitted documentation including the subcontractors 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 Kiewit Infrastructure South Co in the lump sum amount of $ 2817800 Deduct from P1 Owner Contingency $ (1551700) Deduct from P1X Owner Contingency $ (1266100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Minutes of the Construction Committee Meeting February 18 2020 Page 31 of 39

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $2817800 with fundingfrom General Airport Revenue Bonds

AA Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0672-AFC-Test Pit Remediation Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $6069900 to Kiewit Infrastructure South Co forCR0672-AFC-Asphalt Millings Shortage Bid Package 34101 Site Electricaland Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $6069900 for CR0672-AFC-Asphalt MillingsShortage The modified scope of work consists of all costs associated withasphalt milling RAP (Reclaimed Asphalt Pavement) for use on crane pads accessroad and pedestrian paths as tracked by the time and material (TampM) tickets

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Asphalt Millings Shortage

TKJV has submitted documentation including the subcontractors proposal to support their request An independent cost review 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 Kiewit Infrastructure South Co in the lump sum amount of $ 6069900 Deduct from P1 Owner Contingency $ (2724800) Deduct from P1X Owner Contingency $ (3345100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is 87 LDB participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $6069900 with fundingfrom General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 32 of 39

GENERAL

REQUEST FOR APPROVAL TO REIMBURSE THE HYATT FOR WORK PERFORMED DURING BP-00474HYATT REGENCY GUEST ROOMCORRIDOR RENOVATION AT THE ORLANDO INTERNATIONAL AIRPORT 4 Ms Grant presented the memorandum dated February 18 2020 along with aninvoice from Hyatt Regency dated September 30 2019 for BP-00474 Hyatt GuestRoomCorridor Renovation at the Orlando International Airport The invoice is to provide reimbursement for emergency work to clean the 7th Floor after a sprinkler activation repair cut phone lines in several rooms and clean rooms for turnover which was not completed by the General Contractor (GC) in time to turn over thoserooms

If approved this reimbursement would be effective February 18 2020

Ms Schneider asked if the contractor was back-billed for this Mr Ruohomaki answered no that this is a negotiated settlement Vice Chair Sharman stated that this was done to finish the renovations and open the areas earlier which was in the best interest of the Aviation Authority

Vice Chair Sharman asked if R W Block Consulting Inc had reviewed the invoiceand will sign-off on it Mr Kurek answered yes it will be signed

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve to Reimbursethe Hyatt Regency for Work performed during BP-00474 Hyatt Guest RoomCorridor Renovation for the total lump sum fee amount of $926994 with funding frompreviously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 107 TO THE CONTINUING PROGRAMAND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR A NO-COST STAFFING CHANGE FOR THE CONSTRUCTION PHASE OAR SERVICES FOR BP-00482 GATE E-50 AND CHECKPOINT CHARLIE DEVELOPMENT ATTHE ORLANDO INTERNATIONAL AIRPORT 5 Mr Sorondo presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 5 2020 for a No-Cost Staffing Change for the Construction Phase OAR Services forBP-00482 Gate E-50 and Checkpoint Charlie Development at the Orlando International Airport On September 24 2019 the Construction Committee approved Addendum No107 to the above-referenced agreement in the amount of $24677100 for ConstructionPhase OAR Services Since that time a no-cost staffing change is being requested to replace the JMATT Construction Services LLC Senior Inspector who is stillengaged on another project with an A2 Group Inc Inspector and a Geotech Consultants International Inc dba GCI Inc Senior Inspector as furthered described in the Consultantrsquos proposal

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contractrsquos MWBELDBVBE specifications and determined that the proposed no-cost staffing change includes a reduction to JMATT Construction Services LLC (MWBE)in the amount of ($5355000) and an add to A2 Group Inc (DBE) in the amount of$2100000 resulting in an overall 28 MWBE participation for this Addendum No 107 and Amendment Nos 1 and 2

Vice Chair Sharman asked if Geotech Consultants International Inc dba GCI Inc was switching subconsultants Mr Sorondo answered yes

Minutes of the Construction Committee Meeting February 18 2020 Page 33 of 39

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 107 to the Continuing Program and Project Management Services (OARPrime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for No-Cost Staffing Change for the Construction Phase OAR Services for BP-00482 Gate E-50 and Checkpoint Charlie Development there is no fiscal impact associatedwith this item

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN AMENDMENT TO PURCHASING CONTRACT 01-20 PERSONNEL SCREENING SERVICES WITH COVENANT AVIATION SECURITY AT THE ORLANDO INTERNATIONAL AIRPORT 6 Mr Shedek presented the memorandum dated February 18 2020 for Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC at the Orlando International Airport On January 7 2020 the Construction Committee approved Agenda Item No 11 for anAmendment to Purchasing Contract 01-20 Personnel Screening Services with CovenantAviation Security LLC for Personnel Screening Services on BP-00491 West Security Screening Checkpoint Expansion - Package 2 for a total not-to-exceed expense amountof $200000 with funding from project funds (ie previously-approved CapitalExpenditure Funds and General Airport Revenue Bonds) Since then it has been determined that these services will not be required

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC there is no fiscal impact associatedwith this item

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR E-00264 NORTH PARK PLACE LIGHT POLE REPLACEMENT AT THE ORLANDO INTERNATIONAL AIRPORT 7 Mr Graham presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for E-00264 North Park Place Light PoleReplacement at the Orlando International Airport The scope of the project is toremove and replace 49 parking lot light poles located in the North Park Place parkinglot re-install the existing light fixtures and provide ancillary replacement parts as necessary at the Orlando International Airport

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 42 MWBE participation on this Addendum

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for E-00264 North Park Place Light Pole Replacement for the total not-to-exceed fee amount of $2396100 with funding from previously-approved Discretionary Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 34 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE TICKET LOBBY MODIFICATIONS ANDIMPROVEMENTS AGREEMENT WITH CT HSU amp ASSOCIATES PA FOR CONSTRUCTION ADMINISTRATION SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 8 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from CT Hsu amp Associates PA dated January 30 2020 to provide Construction Administration Services for V-00906 West Checkpoint Video Walls a the Orlando International Airport Services will include CA services shop drawing review and coordination for the installation of the four LED video walls under the Chilirsquos Restaurant at the West Security Checkpoint A and B Sides

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that CT Hsu ampAssociates PA proposes 604 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Ticket Lobby Modifications and Improvements Agreement with CT Hsuamp Associates PA for Construction Administration Services for V-00906 West Checkpoint Video Walls for the total amount of $5624000 which includes the not-to-exceed fee amount of $5511700 and the not-to-exceed reimbursable expense amount of $112300 with funding from previously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 9 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for the above referenced project This project provides two large and two small Video Walls in the West Checkpoint area ofthe Great Hall on Landside Level 3

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 694 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for Construction Phase OAR Services for V-00906 West Checkpoint Video Walls for the total not-to-exceed fee amount of $4771500 with funding from previously-approved Capital Expenditure Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 35 of 39

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 19 TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT (OAR PRIME ENTITY) SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC TO PROVIDE ADDITIONAL CONSTRUCTION PHASE OAR SERVICES FOR V-00933 PODS A AND B FLOOR REPAIR AT THE ORLANDO INTERNATIONAL AIRPORT 10 Mr Willems presented the memorandum dated February 18 2020 along with aproposal from AECOM Technical Services Inc dated January 23 2020 to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair at the Orlando International Airport On November 19 2019 the Construction Committee approved Addendum No 19 in the amount of $714400 to the above-referencedagreement Since that time it has been determined that additional Construction Phase OAR Services are required as furthered described in the Consultantrsquos proposal dated January 23 2020

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the required services AECOM Technical Services Inc does not propose any MWBE LDB or VBE participation on this Amendment

Mr Patterson asked if this work will be ending next week Mr Willems answered yes

Mr Patterson stated that the timing of the work needed to be coordinated withOperations to avoid the holiday rush Mr Ruohomaki stated that due to these timingissues the OAR (AECOM Technical Services Inc) needs additional time to continue providing OAR Services on the project through close-out

Vice Chair Sharman asked if RW Block Consulting Inc had any outstanding issues with this request Ms Rainey responded that a change order on V-00933 requestinga time extension has not been received Mr Willems stated that the Contractor has not yet requested additional time but that a change order can be submitted to asubsequent Construction Committee Meeting Vice Chair Sharman asked if RW Block Consulting Inc would be amenable to this request once the change order is receivedMs Rainey answered yes [Subsequent to the Construction Committee meeting following review by the Contractor and OAR it was determined that a time extension change order would not be required RW Block Consulting Inc finds this item acceptable]

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 19 to the Continuing Program and Project Management (OAR Prime Entity) Services Agreement with AECOM Technical Services Inc to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair for thetotal not-to-exceed fee amount of $676800 with funding from previously-approvedOperation and Maintenance Funds

REQUEST FOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH HW DAVIS CONSTRUCTION INC FORV-00957 REPAIR SUB-CANOPIES LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 11 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from HW Davis Construction Inc dated October 23 2019 for V-00957Repair Sub-Canopies Level 3 A and B Enplane Drive at the Orlando InternationalAirport Project scope is to provide all labor equipment and materials to fabricatedeliver and install new fabric cover strips at diagonal steel braces at the sub-canopies rain protection covers at nine canopy locations and repair two separatedcable pockets at Canopy Nos 6 and 16 at the Orlando International Airport The duration of the project is 30 calendar days for Substantial Completion and 30

Minutes of the Construction Committee Meeting February 18 2020 Page 36 of 39

calendar days for Final Completion with a contemplated Notice to Proceed (NTP) date of February 24 2020

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that due to the limited scope of the required services HW Davis Construction Inc does notpropose any MWBELDBVBE participation on this Job Order Construction Services Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve a JobOrder Construction Services Addendum to the Continuing Vertical Construction Services Agreement with HW Davis Construction Inc for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total direct-negotiated amount of $3573300 andwaive the requirement for Performance and Payment Bonds with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR V-00957 REPAIR SUB-CANOPIES AT LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 12 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated January 31 2020 is to provide Construction Phase OAR Services on the above-referenced project

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the services to be provided Geotech Consultants International Inc dba GCI Inc does not propose any MWBELDBVBE participation on this Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total not-to-exceed fee amount of $290700 with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH GOMEZ CONSTRUCTION COMPANY FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) AT THE ORLANDO INTERNATIONAL AIRPORT 13 This item was deferred

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) ATTHE ORLANDO INTERNATIONAL AIRPORT 14 This item was deferred

Minutes of the Construction Committee Meeting February 18 2020 Page 37 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING ENVIRONMENTAL ENGINEERING CONSULTANT SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC FOR INSTALLATIONOF NEW MONITORING WELLS IMPLEMENTATION OF ONE SEMI-ANNUAL POST-ACTIVE REMEDIATIONMONITORING (PARM) AND PREPARATION OF ONE PARM REPORT AT THE FORMER DAYRON FACILITYFOR W-00072 OEA REMEDIATION OF DAYRON PLUME AT THE ORLANDO EXECUTIVE AIRPORT 15 Mr Carrington presented the memorandum dated February 18 2020 along with a proposal from AECOM Technical Services Inc dated February 10 2020 to provide for the installation of eleven new monitoring wells implementation of one semi-annual groundwater Post-Active Remediation Monitoring (PARM) and the preparation and submission of one PARM report at the former Dayron Facility at the OrlandoExecutive Airport The one semi-annual PARM monitoring event to be performed in late March or early April 2020

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that AECOM Technical Services Inc proposes 331 MWBE and 80 LDB participation on this Addendum

Mr Ruohomaki asked if this was in pursuit of a NFA designation (No Further Action)Mr Carrington answered yes

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve an Addendum to the Continuing Environmental Engineering Consultant Services Agreement with AECOMTechnical Services Inc for Installation of New Monitoring Wells Implementation of One Semi-Annual Post-Active Remediation Monitoring (PARM) and Preparation of One PARM Report at the Former Dayron Facility for W-00072 OEA Remediation of DayronPlume at the Orlando Executive Airport for the total amount of $7150000 which includes the not-to-exceed fee amount of $4112700 and the not-to-exceed reimbursable expense amount of $3037300 with funding from OEA Environmental Liability Funds

REQUEST FOR RECOMMENDATION OF APPROVAL OF NO-COST ADDENDA TO THE CONTINUING TRANSPORTATION PLANNING CONSULTING SERVICES AGREEMENTS TO EXERCISE THE SECOND AND FINAL ONE-YEAR RENEWAL OPTION 16 Ms Anderson presented the memorandum dated February 18 2020 requesting the recommendation of approval of No-Cost Addenda to the Continuing Transportation Planning Consulting Services Agreements to exercise the second and final one-year renewal option In June 2016 the Aviation Authority Board approved ContinuingTransportation Planning Consulting Services Agreement with the below firms Theprovisions in the agreement include a base three-year term with two subsequent optional one-year renewal periods upon mutual agreement of the parties

Each firmrsquos first one-year renewal expires as follows

Firm Expiration Date HNTB Corporation July 26 2020 HDR Engineering Inc September 12 2020

In order to maintain these services on an as-needed basis for routine operations staff requires the services of the above-referenced firms The firms were requested to provide their concurrence to exercise the second and final one-year renewal option

Upon motion of Mr Patterson second by Mr Hunt vote carried to recommend to theAviation Authority Board approval of No-Cost Addenda to the Continuing Transportation

Minutes of the Construction Committee Meeting February 18 2020 Page 38 of 39

Planning Consulting Services Agreements to Exercise the Second and Final One-Year Renewal Option there is no fiscal impact associated with this item

REQUEST FOR APPROVAL OF CONTRACTORrsquoS FINAL PAYMENT TO HL PRUITT CORPORATION FOR E-00212 INVENTORY AND MARKING OF AIRFIELD LIGHTING AT THE ORLANDO INTERNATIONALAIRPORT 17 Mr Patterson presented the memorandum dated February 18 2020 requesting the Contractorrsquos Final Payment to HL Pruitt Corporation for E-00212 Inventory andMarking of Airfield Lighting at the Orlando International Airport The Construction Contract for the referenced project has been completed and all issues involving the Contractor have been addressed and resolved

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve theContractorrsquos Final Payment Authorization to HL Pruitt Corporation for E-00212Inventory and marking of Airfield Lighting at the Orlando International Airport

INFORMATION ITEMS

18 The following items were presented for information only

A Field Change Order (FCO) Log

B Revised Supporting Documentation for Change Order PS-00329-11 Parking Access and Revenue Control System (PARCS) Replacement at The OrlandoInternational Airport [From Construction Committee on July 30 2019 ItemNo 1-F] [The Construction Committee determined that this information item should be converted to an action item and it was motioned with Item No 2-B]

C Revised Coversheet for Hensel Phelps Construction to issue a SubcontractModification to Inland Construction and Engineering Inc for BP-S00144South Terminal C Phase 1 - Airside Enclosure amp Exterior Finishes (GMPNo 6-S2) at The Orlando International Airport [From ConstructionCommittee on November 26 2019 Item No 2-D]

D Additional Supporting Documentation for Request for Recommendation ofApproval of an Amendment to Addendum No 7 to the Construction Management at Risk (CMR) Entity Services for the South Terminal C Phase 1 (STC-P1)Agreement with Turner-Kiewit Joint Venture for BP-S00150 South TerminalC Phase 1 ndash Parking Facility (GMP 9-S) at The Orlando International Airport [From Construction Committee on December 17 2019 Item No 5]

E Revised Coversheet for Request for Approval of an Addendum to the Technology and Multi-Media Specialty Engineer for the South Terminal CPhase 1 Agreement with Burns Engineering Inc for Design Services related to Customs Border and Patrol (CBP) final review for W-S00113 South Terminal C Phase 1 ndash Experiential Media Environment (EME) at The OrlandoInternational Airport [From Construction Committee on February 4 2020Item No 10]

F Office of Small Business Participation Memorandum for the Request forRecommendation of Approval of the FFampE and IT Estimate Procurement Plan and Process for Updating the Construction Committee for W-S00145 SouthTerminal C Phase 1 and Phase 1X (STC-P1 and P1X) Owner Furnished FFampE and IT Items at The Orlando International Airport [From ConstructionCommittee on February 4 2020 Item No 11]

______________________________

Minutes of the Construction Committee Meeting February 18 2020 Page 39 of 39

ADJOURNMENT

19 There being no further business for discussion the meeting was adjourned at 910 am

Kathleen Sharman Vice Chair Construction Committee Chief Financial Officer

Page 12: On TUESDAY, FEBRUARY 18, 2020 , the CONSTRUCTION … · Mike Patterson, Director of Construction . Gary Hunt, Director of Maintenance . ... Steve Pue, GOAA Maintenance . Vendla Davermann,

Minutes of the Construction Committee Meeting February 18 2020 Page 12 of 39

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 Wal-Mark Contracting Group LLC in the lump sum amount of $ 1841000 Deduct from Owner Contingency $ (1841000)

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-S2) for this subcontract modification is Wal-Mark Contracting Group LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to Wal-MarkContracting Group LLC on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes (GMP No 6-S2) for the total lump sum amount of $1841000 with funding from Passenger Facility Charges and General Airport Revenue Bonds

H Subcontractor Modifications for BP-S00144 (GMP No 6-S2) with Wal-Mark Contracting Group LLC and Alpha Insulation and Waterproofing Inc forCR0449-6S2-RFI 18531 Roof Expansion Joint Framing at Parapet and CR04692-RFI 818 Series-Ramp Level Floor Fire Dampers without Floors Mr Guirges presented the memorandum requesting approval for Hensel Phelps Construction (HPC) to issue Subcontractor Modifications on BP-S00144 South Terminal CPhase 1 - Airside Enclosure and Exterior Finishes (GMP No 6-S2) at theOrlando International Airport in the total amount of $13070600 to Wal-Mark Contracting Group LLC and Alpha Insulation and Waterproofing Inc forCR0449-6S2-RFI 18531 Roof Expansion Joint Framing at Parapet and CR04692-RFI 818 Series-Ramp Level Floor Fire Dampers without Floors

Bid Package for BP-S00144 0902 Framing and Drywall has been previously awarded within GMP No 6-S2 to Wal-Mark Contracting Group LLC CC No20180605006

Bid Package for BP-S144 0701 Caulking and Waterproofing has been previously awarded within GMP No 6-S2 to Alpha Insulation and Waterproofing Inc CCNo 20180605006

HPC is requesting to issue the following Subcontractor Modifications

Wal-Mark Contracting Group LLC in the Lump Sum amount $3600600 for CR0449-6S2-RFI 18531 Roof Expansion Joint Framing at Parapet Themodified scope of work includes costs for the up-sized framing from 6-inch to 8-inch studs with additional plates at the expansion joint roof parapets in lieu of installing structural steel support per RFI 18531

Wal-Mark Contracting Group LLC in the Lump Sum amount $9237900 for CR04692-RFI 818 Series-Ramp Level Floor Fire Dampers without FloorsThe modified scope of work consists of additional framing and drywall

Minutes of the Construction Committee Meeting February 18 2020 Page 13 of 39

for the horizontal and vertical shaft enclosures in Areas 14 17 and 25only

Alpha Insulation and Waterproofing Inc in the Lump Sum amount of $232100 for CR04692-RFI 818 Series-Ramp Level Floor Fire Damperswithout Floors The modified scope of work adds firestopping to the wallshown on sheet Al3125 which changed to a 2-hours rated wall in Area 25

The approval of these Subcontractor Modifications to Wal-Mark ContractingGroup LLC and Alpha Insulation and Waterproofing Inc resolves all requests for costs resulting from the scopes of work in RFI 1853 series in GMP No 6-S2 and RFI 0818 series for Areas 14 17 and 25 only in GMP No 6-S2 Cost impacts to GMP No 6-S1 were submitted in CR04691-6S1-RFI 0818 Series-Ramp Level Floor Fire Dampers without Floors Cost impacts for Drawing Areas 1516 18 19 20 21 22 23 24 26 27 28 29 30 31 32 and 33 included inthe responses to RFI 0818 series if any will be submitted in a future CRThere are no cost impacts to GMP Nos 6-S 6-S3 6-S4 and 6-S5 HPC willsubmit TIA-079 requesting additional time associated with RFI 0818 seriesscope of work The OAR will evaluate TIA-079 and any time recommended to begranted will be submitted at a future CCM

HPC has submitted documentation including the subcontractors proposal tosupport their request An independent cost estimate is included

By approving this request the Owner does not waive its right to enforce thecontract 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 Wal-Mark Contracting Group LLC in the lump sum amount of $ 12838500 HPC to issue a subcontract modification to Alpha Insulation and Waterproofing Inc in the lump sum amount of $ 232100 Deduct from Owner Contingency $ (13070600)

Hensel Phelps Construction is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractors identified and committed to participate on BP-S00144 (GMP No 6-S2) for these subcontractor modifications are Wal-Mark Contracting LLC (Non-MWBELDBVBE) and Alpha Insulation and Waterproofing Inc (Non-MWBELDBVBE) There is no small business participation associated with these modifications

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue Subcontractor Modifications to Wal-MarkContracting Group LLC and Alpha Insulation and Waterproofing Inc on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes(GMP No 6-S2) for the total lump sum amount of $13070600 which includesthe lump sum amount of $12838500 to Wal-Mark Contracting Group LLC and the lump sum amount of $232100 to Alpha Insulation and Waterproofing Inc withfunding from Passenger Facility Charges and General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 14 of 39

I Subcontractor Modification for BP-S00144 (GMP No 6-S2) with Wal-Mark Contracting Group LLC for CR0458-6S2-RFI 1583 Gypsum Wallboard on EastExterior Wall (VE) Mr Guirges presented the memorandum requesting approval for Hensel Phelps Construction (HPC) to issue a Subcontractor Modification on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes(GMP No 6-S2) at the Orlando International Airport in the total deductiveamount of ($7689000) to Wal-Mark Contracting Group LLC for CR0458-6S2-RFI1583 Gypsum Wallboard on East Exterior Wall (VE) Bid Package for BP-S00144 0902 Framing and Drywall has been previously awarded within GMP No 6-S2 to Wal-Mark Contracting Group LLC CC No 20180605006

Hensel Phelps Construction is requesting to issue Subcontractors Modifications to Wal-Mark Contracting Group LLC in the total deductive Lump Sum amount of ($7689000) for CR0458-6S2-RFI 1583 Gypsum Wallboard on East Exterior WallContract Documents indicated an interior partition wall adjacent to an exterior wall system which also included a gypsum wallboard partition It was determined that the drywall associated with the exterior wall system could be deleted if inner curved partition could be extended to the deck The modified scope of work includes costs for the additional framing and drywall to extend the curved partition to the decking and includes credit for the deletion of the inner gypsum wallboard in Area 14 and Areas 25 through 32 of the North Airside Concourse per RFI 1583 and OAR responses

The approval of this Subcontractor Modification to Wal-Mark Contracting Group LLC resolves all requests for cost and time resulting from RFI 1583 scope ofwork

HPC has submitted documentation including the subcontractors 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 Wal-Mark Contracting Group LLC in the deductive lump sum amount of $ (7689000) Add to Owner Contingency $ 7689000

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-S2) for this subcontract modification is Wal-Mark Contracting Group LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to Wal-MarkContracting Group LLC on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes (GMP No 6-S2) for the total deductive lumpsum amount of ($7689000) with funding credited to Passenger Facility Charges and General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 15 of 39

J Subcontractor Modification for BP-S00146 (GMP No 7-S) with Banker Steel Co LLC for CR04721-LST-RFIs-2312 and 23121-Roof Stair 4x4 HSS Flashing 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 theOrlando International Airport in the total amount of $302500 to Banker Steel Co LLC for CR04721-LST-RFI-2312 and 23121-Roof Stair 4x4 HSS Flashing Bid Package 500 Structural Steel was previously awarded within GMP No 7-S to Banker Steel Co LLC CC No 20180313010

TKJV is proposing a subcontract modification to Banker Steel Co LLC in the total lump sum amount of $302500 for CR04721-LST-RFIs-2312 and 23121-RoofStair 4x4 HSS Flashing Previously approved CR0472 was based on RFI 2312 which included costs for supplemental steel to address flashing on the adjacent lower roofs and included two stair locations Each staircase revised in RFI 2312 included a set of staircases but CR 0472 only included costs for 2stairs The contractor requested clarification in RFI 23121 that the condition applied to all 4 stairs located at the lower roof which was confirmed Thescope of work in this request consists of all costs associated with the supplemental steel for the other 2 stairs

The approval of this subcontract modification to Banker Steel Co LLC resolves all requests for costs and time associated with LST RFI 23121

TKJV has submitted documentation including the subcontractors 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

Current GMP Line Item 6 value $ 137804300 TKJV to issue a subcontract modification to Banker Steel Co LLC in the lump sum amount of $ 302500 Deduct from Line Item 6 $ (302500) Remaining GMP Line Item 6 Value $ 137501800

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 Banker Steel Co LLC (Non-MWBELDBVBE) There is 825 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Banker Steel Co LLC on BP-S00146 South Terminal C Phase 1 - Landside Terminal Structure and Enclosure (GMP No 7-S) for the total lump sum amount of$302500 with funding from Passenger Facility Charges and General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 16 of 39

K Subcontractor Modification for BP-S00146 (GMP No 7-S) with Banker Steel Co LLC for CR0680-LST-RFI 29471-West Prow and Truss Deflection 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 theOrlando International Airport in the total amount of $3177200 to Banker Steel Co LLC for CR0680-LST-RFI 29471-West Prow and Truss Deflection Bid Package 500 Structural Steel was previously awarded within GMP No 7-S toBanker Steel Co LLC CC No 20180313010

TKJV is proposing a subcontract modification to Banker Steel Co LLC in the total lump sum amount of $3177200 for CR0680-LST-RFI 29471-West Prow and Truss Deflection Although the west prow structural steel deflections wereanticipated the deflected condition caused the sag rods and wind girts for the exterior wall in this area to be out of alignment with the exterior walland curtain wall systems RFI 29471 requested direction on bringing the sag rods and wind girts back into correct elevations The modified scope of work consists of changes to sag rod connections at the west prow revision of vertical location of sag rod connections and clips at GL L2 on Atrium HSSCross Truss as confirmed by RFI 29471

The approval of this subcontract modification to Banker Steel Co LLC resolves all requests for costs and time associated with LST RFIs 2947 and 29471

TKJV has submitted documentation including the subcontractors 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 Banker Steel Co LLC in the lump sum amount of $ 3177200 Current GMP No 7-S Line Item 6 Value $ 140981500 Deduct from Line Item $ (3177200) Remaining GMP No 7-S Line Item 6 Value $ 137804300

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 Banker Steel Co LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Banker Steel Co LLC on BP-S00146 South Terminal C Phase 1 - Landside Terminal Structure and Enclosure (GMP No 7-S) for the total lump sum amount of$3177200 with funding from General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 17 of 39

L Subcontractor Modifications for BP-S00147 (GMP No 7-S1) with MSE2 Inc dba Mader Southeast for CR05641-LST-Bulletin 23 Drywall-Backing and Framing for Added Devices CR0595-LST-Bulletin 32-Drywall and CR0599-LST-RFI 1980-Wall Type around Columns Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue Subcontract Modifications onBP-S00147 South Terminal C Phase 1 - Landside Terminal Remaining Structures and Systems (GMP No 7-S1) at the Orlando International Airport in the total amount of $834800 to MSE2 Inc dba Mader Southeast for CR05641-LST-Bulletin 23 Drywall-Backing and Framing for Added Devices CR0595-LST-Bulletin 32-Drywall and CR0599-LST-RFI 1980-Wall Type Around Columns at Area 9 Bid Package 910 Drywall and Framing was previously awarded within GMP No 7-S1 to MSE2 Inc dba Mader Southeast CC No 20181002009

TKJV is proposing the following subcontract modifications to MSE2 Inc dba Mader Southeast in the respective lump sum amounts of

1 $611700 for CR05641-LST-Bulletin 23 Drywall-Backing and Framing forAdded Devices The modified scope of work consists of additional backing and framing for devices and smoke dampers as per LST Bulletin 23

2 $294800 for CR0595-LST-Bulletin 32-Drywall The modified scope of work consists of additional costs for backing and blocking added signage as per LST Bulletin 32 revisions

3 ($71700) for CR0599-LST-RFI 1980-Wall Type Around Columns at Area 9 The modified scope of work consists of deletion of framing and drywall around columns at LST Area 9 Level 1 that were replaced with CMU perRFI 1980

The approval of these subcontract modifications to MSE2 Inc dba Mader Southeast resolves all requests for cost and time for

1 CR05641 with LST Bulletin 23 for Drywall in GMP No 7-S1 CR0564 for low voltage was submitted 10012019

2 CR0595 with LST Bulletin 32 for Drywall in GMP No 7-S1 There will beadditional costs forthcoming for signage in GMP No 7-S2 once the subcontract agreement is awarded There will be no costs for GMP No 7-S or GMP No 7-S3

3 CR0599 for all requests for cost and time associated with RFI 1980

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

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

TKJV to issue a subcontract modification to MSE2 Inc dba Mader Southeast in the lump sum amount of $ 611700 TKJV to issue a subcontract modification to MSE2 Inc dba Mader Southeast in the lump sum amount of $ 294800 TKJV to issue a subcontract modification to MSE2 Inc dba Mader Southeast in the lump sum amount of $ (71700) Deduct from PI Owner Contingency $ (587600) Deduct from P1X Owner Contingency $ (247200)

Minutes of the Construction Committee Meeting February 18 2020 Page 18 of 39

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-S1) for this subcontract modification is MSE2 Inc dba Mader Southeast (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue Subcontractor Modifications to MSE2 Inc dba Mader Southeast on BP-S00147 South Terminal C Phase 1 - LandsideTerminal Remaining Structures and Systems (GMP No 7-S1) for the total lumpsum amount of $834800 with funding from Passenger Facility Charges and General Airport Revenue Bonds

M Subcontractor Modifications for BP-S00150 (GMP No 9-S) with Skybuilders USA LLC for CR0362-PKG-Rental Extension Temporary Wall Protection Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando InternationalAirport in the total amount of $3903600 to Skybuilders USA LLC for CR0362-PKG-Rental Extension Temporary Wall Protection Bid Package 3100 Demolition was previously awarded within GMP No 9-S to Skybuilders USA LLC CC No 2017101016

TKJV is proposing a subcontract modification to Skybuilders USA LLC in thetotal lump sum amount of $3903600 for CR0362-PKG-Rental Extension TemporaryWall Protection he modified scope of work consists of all additional costsassociated with the rental extension of temporary wall protection for 8 months from October 18 2019 to June 20 2020 for 2478 LF of temporary panels 2195 LF of windscreen and 533 sandbags and rental extension for 4 months from February 20 2020 to June 20 2020 for 444 LF of temporary panels andwindscreen and 150 sandbags in various locations in the parking garage

The approval of this subcontract modification to Skybuilders USA LLC resolves all requests for costs and time resulting from the scope of work associated with CR0362

TKJV has submitted documentation including the subcontractors 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 Skybuilders USA LLC in the lump sum amount of $ 3903600 Deduct from CMAR Contingency $ (3903600)

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 Skybuilders USA LLC (MWBELDB) There is a 100 MWBE participation associated with this modification

Minutes of the Construction Committee Meeting February 18 2020 Page 19 of 39

Vice Chair Sharman asked if the completed eligibility was received for thisitem Ms Hinds answered yes

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Skybuilders USA LLC on BP-S00150 South Terminal C Phase 1 - Parking Facility- Phase 1 (GMP No 9-S) for the total lump sum amount of $3903600 with funding from Customer Facility Charges and General Airport Revenue Bonds

N Subcontractor Modification for BP-S00150 (GMP No 9-S) with Gulf Mechanical Contractors LLC for CR0492-PKG-RFI 1968-Electrical Room Door Size ChangesMr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando International Airport in the total amount of $167700 to Gulf Mechanical Contractors LLC for CR0492-PKG-RFI 1968 Series-Electrical Room Door SizeChanges Bid Package for 2200 Plumbing was previously awarded within GMPNo 9-S to Gulf Mechanical Contractors LLC CC No 20171010016

TKJV is proposing a subcontract modification to Gulf Mechanical ContractorsLLC in the total lump sum amount of $167700 for CR0492-PKG-RFI1968 Series-Electrical Room Door Size Changes The modified scope of work consists of all labor and material to trench and excavate reconfigured PVC pipes and fittingsrequired to accommodate a changed door opening dimension due to the responsefrom RFI 1968

The approval of this subcontract modification to Gulf Mechanical Contractors LLC resolves all requests for cost and time associated with RFI 1968 series for GMP No 9-S Remaining costs for RFI 1968 were previously submitted under GMP No 9-S1 as CR04921-PKG-RFI 1968-Electrical Room Door Size Changes

TKJV has submitted documentation including the subcontractors 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 cost or time

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

TKJV to issue subcontract modification to Gulf Mechanical Contractors LLC in the lump sum amount of $ 167700 Deduct from Owner Contingency $ (167700)

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 Gulf Mechanical Contractors LLC (Non-MWBELDBVBE) There is no small businessparticipation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Gulf

Minutes of the Construction Committee Meeting February 18 2020 Page 20 of 39

Mechanical Contractors LLC on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $167700 with funding from Customer Facility Charges and General Airport Revenue Bonds

O Subcontractor Modification for BP-S00150 (GMP No 9-S) with CCK ConstructionServices Inc for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU Mr Guirges presented the memorandum requesting approvalfor Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando International Airport in the total amount of $816800 to CCK Construction Services Inc for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU Bid Package 30 Concrete was previouslyawarded within GMP No 9-S to CCK Construction Services Inc CC No2017101016

TKJV is proposing a subcontract modification to CCK Construction ServicesInc in the total lump sum amount $816800 for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU The modified scope consists ofall materials and labor required for the additional footer and the Cast inPlace (CIP) tie beams as per RFI 1877

The approval of this subcontract modification resolves all requests for cost and time associated with RFI 1877 for GMP No 9-S Costs for Miscellaneous metals subcontractors will be submitted under CR 05531 for GMP No 9-S1

TKJV has submitted documentation including the subcontractors 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 CCK Construction Services Inc in the lump sum amount of $ 816800 Deduct from Owner Contingency $ (816800)

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 CCK Construction Services Inc (Non-MWBELDBVBE) There is 189 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to CCK Construction Services Inc on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $816800 with funding from Customer Facility Charges and General Airport Revenue Bonds

P Subcontract Award for BP-S00150 (GMP No 9-S) with Fine Tune Services LLC for CR0630-PKG-Rough and Final Cleaning Award Mr Guirges presented thememorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) toissue a Subcontract Award on BP-S00150 South Terminal C Phase 1 ParkingFacility - Phase 1 (GMP No 9-S) at the Orlando International Airport in thetotal amount of $15450000 to Fine Tune Enterprises Inc for CR0630-PKG-

Minutes of the Construction Committee Meeting February 18 2020 Page 21 of 39

Rough and Final Cleaning Award Bid Package for BP-S150 Parking FacilityPhase 1 was previously awarded to TKJV reference CC No 2017101016

TKJV is proposing a subcontract award for CR0630-PKG-Rough and Final Cleaning The scope of the award is for the cleaning of all concrete structures floorselevators and finished areas for the parking garage phase 2 in accordance with bid package 174 dated August 1 2019 and documents through PKG DSI 4 andCWS Bulletin 12 and as described in the Fine Tune Enterprises Inc proposal

The approval of this subcontract award to Fine Tune Enterprises Inc resolvesall costs associated with PKG Bid Package 174 and documents through DSI 4 andCWS Bulletin 12

TKJV has submitted documentation including the subcontractors 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 Subcontract Award for this project is as follows

TKJV to issue Subcontract Award to Fine Tune Enterprises Inc in the lump sum amount of $ 15450000 GMP Line Item 17 current balance $ (7500000) Deduct from P1 CMAR Contingency $ (6921000) Deduct from CWE CMAR Contingency $ (1029000) GMP Line Item 17 remaining balance $ 000

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 award is Fine Tune Enterprises Inc (MWBELDB) There is 100 MWBE participation associated with this award

Vice Chair Sharman asked if this request includes the cost for cleaning the canopies Mr Guirges stated that although the canopies are not installedyet this item includes final cleaning under the canopy area Ms Stockerl agreed that the estimate included the cost of final cleaning once the canopies are installed Vice Chair Sharman stated that funding is partially from the Campus Wide Improvements project Mr Ruohomaki stated that the funding sources can be re-evaluated if necessary Vice Chair Sharman agreed that the funding can be revised if needed

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontract Award to Fine Tune Enterprises Inc on BP-S00150 South Terminal C Phase 1 - Parking Facility- Phase 1 (GMP No 9-S) for the total lump sum amount of $15450000 withfunding from Customer Facility Charges and General Airport Revenue Bonds

Q Subcontractor Modification for BP-S00150 (GMP No 9-S) with CCK ConstructionServices Inc for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement 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 $156000 to CCK Construction

Minutes of the Construction Committee Meeting February 18 2020 Page 22 of 39

Services Inc for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement Bid Package 30 Concrete was previously awarded within GMP No 9-S to CCKConstruction Services Inc CC No 2017101016

TKJV is proposing a subcontract modification to CCK Construction ServicesInc in the total lump sum amount $156000 for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement The modified scope consists of additional laborand material to cut splice and adjust the promenade slab reinforcement

The approval of this subcontract modification resolves all requests for cost and time associated with PKG RFI 19851

TKJV has submitted documentation including the subcontractors 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 CCK Construction Services Incin the lump sum amount of $ 156000 Deduct from CMAR Contingency $ (156000)

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 CCK Construction Services Inc (Non-MWBELDBVBE) There is no small businessparticipation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to CCK Construction Services Inc on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $156000 with funding from Customer Facility Charges and General Airport Revenue Bonds

R Subcontractor Modification for BP-S00151 (GMP No 9-S1) with Quality Cable Contractors Inc for CR04301-PKG-Bulletin 10 and RFI 2690-Low Voltage Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00151 South Terminal C Phase 1 - Parking Facility Phase 2 (GMP No 9-S1) at the Orlando International Airport in the total amount of $5225700 to Quality Cable Contractors Inc for CR04301-PKG-Bulletin 10 and RFI 2690-Low Voltage Bid package 2800 Low Voltage Electrical was previously awarded within GMP No 9-S1 Parking Facility Phase 2 to Quality Cable Contractors Inc CC No2018092525A

TKJV) is proposing a subcontract modification to Quality Cable Contractors Inc in the total lump sum amount of $5225700 for CR04301-PKG-Bulletin 10and RFI 2690-Low Voltage The modified scope of work consists of additional materials labor and equipment for ten (10) additional access controls at PKGdoors and the credit associated with the blue phone and camera outletsrevisions per PKG Bulletin 10 and RFI 2690

Minutes of the Construction Committee Meeting February 18 2020 Page 23 of 39

The approval of this subcontract modifications to Quality Cable ContractorsInc resolves all requests for costs and time resulting from PKG Bulletin 10 and RFI 2690 for GMP No 9-S1 CR0430 was submitted for GMP No 9-S CC No20190910021 This request resolves all requests for cost and time for RFI2690 for Low Voltage costs for the hardware changes for Taylor Cotton amp Ridley Inc GMP No 9-S1 was submitted under CR0776

TKJV has submitted documentation including the subcontractors 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 award to Quality Cable Contractors Inc in the lump sum amount of $ 5225700 Deduct from Owner Contingency $ (5225700)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00151 (GMP No 9-S1) for this subcontractor modificationis Quality Cable Contractors Inc (MWBELDB) There is 100 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Quality Cable Contractors Inc on BP-S00151 South Terminal C Phase 1 - ParkingFacility Phase 2 (GMP No 9-S1) for the total lump sum amount of $5225700 with funding from Customer Facility Charges and General Airport Revenue Bonds

S Subcontractor Modification for BP-S00163 (GMP No 5-S5) with The Middlesex Corporation for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place (CIP)Rectangular Beam Canopy Anchor Bolt Locations Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) toissue a Subcontract Modification on BP-S00163 South Terminal C Phase 1 -EnplaneDeplane Bridge and Roadways Balance of Work - FDOT (GMP No 65-S5)at the Orlando International Airport in the total amount of $2295700 to The Middlesex Corporation for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place(CIP) Rectangular Beam Canopy Anchor Bolt Locations Bid Package 3400 EnplaneDeplane Bridge-Combined Piers and Piles was previously awarded within GMP No 5-S5 EnplaneDeplane Bridge and Roadways Balance of Work -FDOT to The Middlesex Corporation CC No 20180605007

TKJV is proposing a subcontract modification to The Middlesex Corporation in the total lump sum amount of $2295700 for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place (CIP) Rectangular Beam Canopy Anchor Bolt Locations The CIP beams were formed and rebar installed but were found to have a discrepancy between the LSC (Landside Civil) and LST (Landside Terminal) drawings with thecanopy anchor bolt locations RFI 3051 response confirmed that the proposed structural adjustment to drill and epoxy the rebar inside the limits of the CIP rectangular beam is acceptable RFI 30511 response confirmed that the proposed epoxy product is acceptable RFI 3249 response provided the details of alternative reinforcement at the canopy column locations The modifiedscope of work consists of all the labor material and equipment costs

Minutes of the Construction Committee Meeting February 18 2020 Page 24 of 39

associated with the relocation of the anchor bolts and the structural adjustments required as per the EOR responses to RFIs 3051 30511 and 3249

The approval of this subcontract modification to The Middlesex Corporationresolves all requests for cost and time resulting from RFIs 3051 30511 and3249

TKJV has submitted documentation including the subcontractors 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 $ 2295700 Deduct from Phase 1 CMAR Contingency $ (2295700)

Due to the funding source of this GMP No 5-S5 Turner-Kiewit Joint Ventureproposed a 20 DBE participation goal for Bid Package 3400 EnplaneDeplane Bridge and Roadways Balance of Work - FDOT in lieu of MWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by this modification The subcontractor identified and committed to participate on BP-S00163 (GMP No 5-S5) for this subcontract modification is The Middlesex Corporation(Non-DBE) There is no DBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to The Middlesex Corporation on BP-S00163 South Terminal C Phase 1 - EnplaneDeplane Bridge and Roadways Balance of Work - FDOT (GMP No 5-S5) for the total lumpsum amount of $2295700 with funding from Passenger Facility Charges

T Subcontractor Modification for BP-S00168 (GMP No 6-S4) with MC Dean Inc for CR03382-6S4 ASC RFI 1621 Emergency Communications System (ECS) Speakersndash Low Voltage Mr Guirges presented the memorandum requesting approval forHensel Phelps Construction (HPC) to issue Subcontract Modifications on BP-S00168 South Terminal C Phase 1 - Interior Finishes and Specialties (GMPNo 6-S4) at the Orlando International Airport in the total amount of $2102300 to MC Dean Inc for CR03382-6S4 ASC RFI1621 EmergencyCommunications System (ECS) Speakers - Low Voltage Bid Package BP-S168 2701ASC Low Voltage Systems was previously awarded within the GMP No 6-S4 toMC Dean Inc CC No 20181002010

HPC is requesting to issue a Subcontractor Modification to MC Dean Inc in the total Lump Sum amount of $2102300 for CR03382-6S4 ASC RFI 1621 Emergency Communications System (ECS) Speakers - Low Voltage The response to RFI 1621 provided updated Technology drawings and schedule showing the Low VoltageRequirements for the Type 4 Wall Mount Emergency Communications SystemsSpeakers in Transfer Level Areas 16 and 17 The modified scope of work consistsof the costs associated with the additional conduits and 1-port Cat 6 cables required to those speakers for the low voltage scope per RFI 1621 response and sketches

Minutes of the Construction Committee Meeting February 18 2020 Page 25 of 39

The approval of this Subcontractor Modification to MC Dean Inc resolves all requests for cost and time resulting from RFI 1621 in GMP No 6-S4 Cost impacts for Electrical work associated with RFI 1621 in GMP No 6-S2 will besubmitted via CR03381-6S2-0143 There is no cost impact for RFI 1621 in GMP Nos 6-S 6-S1 6-S3 6-S5 or 6-S6

HPC has submitted documentation including the subcontractors 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 MC Dean Inc in the lump sum amount of $ 2102300 Deduct from Owner Contingency $(2102300)

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-S4) for this subcontract modification is MC Dean Inc (Non-MWBELDBVBE) There is 835 MWBE participationassociated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue Subcontractor Modifications to MC Dean Inc on BP-S00168 South Terminal C Phase 1 - Interior Finishes andSpecialties (GMP No 6-S4) for the total lump sum amount of $2102300 with funding from Passenger Facility Charges and General Airport Revenue Bonds

U Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0609-LST-RFIs 2513 25131 and 25132-Sink type per Location Verification Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $295100 to Kirlin Florida LLC for CR0609-LST-RFIs 2513 25131 and 25132- Sink type per Location Verification Bid Package BP 2300 Plumbing andHVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $295100 for CR0609-LST-RFIs 2513 25131 and 25132- Sink type per Location Verification The modified scope of work consists ofall costs associated with the change in fixture specification for the AG Lab sink from the S-2 tag to a custom steel two-bay sink with two drain boards disposal cone washout spray vacuum breaker solenoid valve and piping as captured in RFI 2513 confirmation of custom sink model number per RFI 25131 and the confirmation of the disposal waste drain opening size in RFI 25132

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFIs 2513 25131 and 25132

TKJV has submitted documentation including the subcontractors proposal to support their request An independent cost estimate is included By approving

Minutes of the Construction Committee Meeting February 18 2020 Page 26 of 39

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 Kirlin Florida LLC in the lump sum amount of $ 295100 Deduct from Owner Contingency $ (295100)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $295100with funding from General Airport Revenue Bonds

V Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0621-LST-RFI 2544- Missing Civil Storm Pipe Correction Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the OrlandoInternational Airport in the total amount of $563200 to Kirlin Florida LLCfor CR0621-LST-RFI 2544-Missing Civil Storm Pipe Connection Bid Package BP 2300 Plumbing and HVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No 2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $563200 for CR0621-LST-RFI 2544-Missing Civil Storm Pipe Connection The modified scope of work consists of all additional costsassociated with a net add of underground plumbing piping to correspond withthe new civil design between L1 and L2 per RFI 2544

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 2544

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the lump sum amount of $ 563200 Deduct from P1 Owner Contingency $ (563200)

Minutes of the Construction Committee Meeting February 18 2020 Page 27 of 39

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $563200with funding from Passenger Facility Charges and General Airport Revenue Bonds

W Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0710-LST-RFI 1727-AC Humidifiers Missing Domestic Chilled Water (DCW) Piping Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $446500 to Kirlin Florida LLC for CR0710-LST-RFI 1727-AC Humidifiers Missing Domestic Chilled Water (DCW) Piping Bid Package BP 2300 ldquoPlumbing andHVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $446500 for CR0710-LST-RFI 1727-AC humidifiersmissing DCW pipe The modified scope of work consists of additional domesticcold-water connections and piping for the AC units with humidifiers

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 1727

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the lump sum amount of $ 446500 Deduct from CMAR Phase 1 Contingency $ (324700) Deduct from CMAR Phase 1X Contingency $ (121800)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Minutes of the Construction Committee Meeting February 18 2020 Page 28 of 39

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $446500with funding from Passenger Facility Charges and General Airport Revenue Bonds

X Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0753-LST-RFI 2368-Duct Blanket R-Value 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-S3) at the OrlandoInternational Airport in the total deductive amount of ($6747700) to Kirlin Florida LLC for CR0753-LST-RFI 2368-Duct Blanket R-Value Bid Package BP 2300 Plumbing and HVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No 2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal deductive lump sum amount of ($6747700) for CR0753-LST-RFI 2368-DuctBlanket R-Value The modified scope of work consists of all additions anddeductions associated with the use of a 233-inch-thick 34-lbcu mineralfiberglass blanket instead of the specified 2-inch thick 15-lbcu mineralfiberglass blanket on HVAC duct systems per RFI 2368

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 2368

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the deductive lump sum amount of $ (6747700) Add to P1 Owner Contingency $ 4907600 Add to P1X Owner Contingency $ 1840100

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-DBEMWBELDBVBE) There is a reduction of 100 DBE participationassociated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin

Minutes of the Construction Committee Meeting February 18 2020 Page 29 of 39

Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total deductive lump sum amount of($6747700) with funding credited to Passenger Facility Charges and GeneralAirport Revenue Bonds

Y Subcontractor Modifications for BP-S00173 (GMP No 7-S3) with MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Mr Guirges presented the memorandum requesting approval forTurner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $985400 to MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Bid Package BP 2600 Electrical waspreviously awarded within GMP No 7-S3 to MC Dean Inc CC No 2018100211

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $575400 for CR06161-LST RFI 2611-Missing PACSEnclosures RFI 2611 requested information regarding routing of PACS (Physical Access Control System) door panels to IDF rooms innear US Customs and Border Protection (CBP) spaces The modified scope of work consists of all labor material and equipment associated with the addition of power for (11) PACS enclosures as captured in RFI 2611

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $410000 for CR0692-LST-Bulletin 31-Electrical Themodified scope of work consists of all costs associated with the confirmed Electrical panel additions per new circuit descriptions andload updates

The approval of these subcontract modifications to MC Dean Inc as proposedin CR06161-LST RFI 2611-Missing PACS Enclosures resolves all requests forcosts and time associated with LST RFI 2611 for GMP No 7-S3 Electrical CR0616 CC No 20191217-3-1 resolved all cost and time for GMP No 7-S1 LowVoltage There will be no forthcoming CRs for RFI 2611

The approval of this subcontract modification as proposed to MC Dean inCR0692-LST-Bulletin 31-Electrical Inc resolves all requests for costs andtime associated with LST Bulletin 31 Electrical scope A CR for GMP No 7-S1Low voltage scope is forthcoming

TKJV has submitted documentation including the subcontractors 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 for CR06161 to MC Dean Inc in the lump sum amount of $ 575400 TKJV to issue a subcontract modification for CR0692 to MC Dean Inc in the lump sum amount of $ 410000 Deduct from PI Owner Contingency $ (985400)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on

Minutes of the Construction Committee Meeting February 18 2020 Page 30 of 39

BP-S00173 (GMP No 7-S3) for this subcontract modification is MC Dean Inc(Non-DBE) There is no small business participation associated with thismodification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue Subcontractor Modifications to MC Dean Inc on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $985400 withfunding from General Airport Revenue Bonds

Z Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0662-AFC-Power and Laydown Yard to QC Lab Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $2817800 to Kiewit Infrastructure South Cofor CR0662-AFC-Power and Laydown Yard to QC Lab Bid Package 34101 Site Electrical and Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $2817800 for CR0662-AFC-Power and Laydown Yard to QC Lab The scope of work consists of all labor material and equipmentrequired to install the power to the Quality Control (QC) lab located off Wiley Road from the Security Check Point and construct a lay-downparking areaat the QC lab and subsequently remove it when the lab is no longer needed The dimensions for the base material needed for the lay-downparking area are 50-foot by 50-foot next to the lab and 12-foot by 30-foot in front of the lab

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Power and Laydown Yard to QC Lab scope of work

TKJV has submitted documentation including the subcontractors 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 Kiewit Infrastructure South Co in the lump sum amount of $ 2817800 Deduct from P1 Owner Contingency $ (1551700) Deduct from P1X Owner Contingency $ (1266100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Minutes of the Construction Committee Meeting February 18 2020 Page 31 of 39

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $2817800 with fundingfrom General Airport Revenue Bonds

AA Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0672-AFC-Test Pit Remediation Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $6069900 to Kiewit Infrastructure South Co forCR0672-AFC-Asphalt Millings Shortage Bid Package 34101 Site Electricaland Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $6069900 for CR0672-AFC-Asphalt MillingsShortage The modified scope of work consists of all costs associated withasphalt milling RAP (Reclaimed Asphalt Pavement) for use on crane pads accessroad and pedestrian paths as tracked by the time and material (TampM) tickets

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Asphalt Millings Shortage

TKJV has submitted documentation including the subcontractors proposal to support their request An independent cost review 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 Kiewit Infrastructure South Co in the lump sum amount of $ 6069900 Deduct from P1 Owner Contingency $ (2724800) Deduct from P1X Owner Contingency $ (3345100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is 87 LDB participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $6069900 with fundingfrom General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 32 of 39

GENERAL

REQUEST FOR APPROVAL TO REIMBURSE THE HYATT FOR WORK PERFORMED DURING BP-00474HYATT REGENCY GUEST ROOMCORRIDOR RENOVATION AT THE ORLANDO INTERNATIONAL AIRPORT 4 Ms Grant presented the memorandum dated February 18 2020 along with aninvoice from Hyatt Regency dated September 30 2019 for BP-00474 Hyatt GuestRoomCorridor Renovation at the Orlando International Airport The invoice is to provide reimbursement for emergency work to clean the 7th Floor after a sprinkler activation repair cut phone lines in several rooms and clean rooms for turnover which was not completed by the General Contractor (GC) in time to turn over thoserooms

If approved this reimbursement would be effective February 18 2020

Ms Schneider asked if the contractor was back-billed for this Mr Ruohomaki answered no that this is a negotiated settlement Vice Chair Sharman stated that this was done to finish the renovations and open the areas earlier which was in the best interest of the Aviation Authority

Vice Chair Sharman asked if R W Block Consulting Inc had reviewed the invoiceand will sign-off on it Mr Kurek answered yes it will be signed

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve to Reimbursethe Hyatt Regency for Work performed during BP-00474 Hyatt Guest RoomCorridor Renovation for the total lump sum fee amount of $926994 with funding frompreviously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 107 TO THE CONTINUING PROGRAMAND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR A NO-COST STAFFING CHANGE FOR THE CONSTRUCTION PHASE OAR SERVICES FOR BP-00482 GATE E-50 AND CHECKPOINT CHARLIE DEVELOPMENT ATTHE ORLANDO INTERNATIONAL AIRPORT 5 Mr Sorondo presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 5 2020 for a No-Cost Staffing Change for the Construction Phase OAR Services forBP-00482 Gate E-50 and Checkpoint Charlie Development at the Orlando International Airport On September 24 2019 the Construction Committee approved Addendum No107 to the above-referenced agreement in the amount of $24677100 for ConstructionPhase OAR Services Since that time a no-cost staffing change is being requested to replace the JMATT Construction Services LLC Senior Inspector who is stillengaged on another project with an A2 Group Inc Inspector and a Geotech Consultants International Inc dba GCI Inc Senior Inspector as furthered described in the Consultantrsquos proposal

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contractrsquos MWBELDBVBE specifications and determined that the proposed no-cost staffing change includes a reduction to JMATT Construction Services LLC (MWBE)in the amount of ($5355000) and an add to A2 Group Inc (DBE) in the amount of$2100000 resulting in an overall 28 MWBE participation for this Addendum No 107 and Amendment Nos 1 and 2

Vice Chair Sharman asked if Geotech Consultants International Inc dba GCI Inc was switching subconsultants Mr Sorondo answered yes

Minutes of the Construction Committee Meeting February 18 2020 Page 33 of 39

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 107 to the Continuing Program and Project Management Services (OARPrime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for No-Cost Staffing Change for the Construction Phase OAR Services for BP-00482 Gate E-50 and Checkpoint Charlie Development there is no fiscal impact associatedwith this item

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN AMENDMENT TO PURCHASING CONTRACT 01-20 PERSONNEL SCREENING SERVICES WITH COVENANT AVIATION SECURITY AT THE ORLANDO INTERNATIONAL AIRPORT 6 Mr Shedek presented the memorandum dated February 18 2020 for Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC at the Orlando International Airport On January 7 2020 the Construction Committee approved Agenda Item No 11 for anAmendment to Purchasing Contract 01-20 Personnel Screening Services with CovenantAviation Security LLC for Personnel Screening Services on BP-00491 West Security Screening Checkpoint Expansion - Package 2 for a total not-to-exceed expense amountof $200000 with funding from project funds (ie previously-approved CapitalExpenditure Funds and General Airport Revenue Bonds) Since then it has been determined that these services will not be required

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC there is no fiscal impact associatedwith this item

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR E-00264 NORTH PARK PLACE LIGHT POLE REPLACEMENT AT THE ORLANDO INTERNATIONAL AIRPORT 7 Mr Graham presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for E-00264 North Park Place Light PoleReplacement at the Orlando International Airport The scope of the project is toremove and replace 49 parking lot light poles located in the North Park Place parkinglot re-install the existing light fixtures and provide ancillary replacement parts as necessary at the Orlando International Airport

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 42 MWBE participation on this Addendum

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for E-00264 North Park Place Light Pole Replacement for the total not-to-exceed fee amount of $2396100 with funding from previously-approved Discretionary Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 34 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE TICKET LOBBY MODIFICATIONS ANDIMPROVEMENTS AGREEMENT WITH CT HSU amp ASSOCIATES PA FOR CONSTRUCTION ADMINISTRATION SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 8 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from CT Hsu amp Associates PA dated January 30 2020 to provide Construction Administration Services for V-00906 West Checkpoint Video Walls a the Orlando International Airport Services will include CA services shop drawing review and coordination for the installation of the four LED video walls under the Chilirsquos Restaurant at the West Security Checkpoint A and B Sides

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that CT Hsu ampAssociates PA proposes 604 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Ticket Lobby Modifications and Improvements Agreement with CT Hsuamp Associates PA for Construction Administration Services for V-00906 West Checkpoint Video Walls for the total amount of $5624000 which includes the not-to-exceed fee amount of $5511700 and the not-to-exceed reimbursable expense amount of $112300 with funding from previously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 9 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for the above referenced project This project provides two large and two small Video Walls in the West Checkpoint area ofthe Great Hall on Landside Level 3

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 694 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for Construction Phase OAR Services for V-00906 West Checkpoint Video Walls for the total not-to-exceed fee amount of $4771500 with funding from previously-approved Capital Expenditure Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 35 of 39

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 19 TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT (OAR PRIME ENTITY) SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC TO PROVIDE ADDITIONAL CONSTRUCTION PHASE OAR SERVICES FOR V-00933 PODS A AND B FLOOR REPAIR AT THE ORLANDO INTERNATIONAL AIRPORT 10 Mr Willems presented the memorandum dated February 18 2020 along with aproposal from AECOM Technical Services Inc dated January 23 2020 to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair at the Orlando International Airport On November 19 2019 the Construction Committee approved Addendum No 19 in the amount of $714400 to the above-referencedagreement Since that time it has been determined that additional Construction Phase OAR Services are required as furthered described in the Consultantrsquos proposal dated January 23 2020

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the required services AECOM Technical Services Inc does not propose any MWBE LDB or VBE participation on this Amendment

Mr Patterson asked if this work will be ending next week Mr Willems answered yes

Mr Patterson stated that the timing of the work needed to be coordinated withOperations to avoid the holiday rush Mr Ruohomaki stated that due to these timingissues the OAR (AECOM Technical Services Inc) needs additional time to continue providing OAR Services on the project through close-out

Vice Chair Sharman asked if RW Block Consulting Inc had any outstanding issues with this request Ms Rainey responded that a change order on V-00933 requestinga time extension has not been received Mr Willems stated that the Contractor has not yet requested additional time but that a change order can be submitted to asubsequent Construction Committee Meeting Vice Chair Sharman asked if RW Block Consulting Inc would be amenable to this request once the change order is receivedMs Rainey answered yes [Subsequent to the Construction Committee meeting following review by the Contractor and OAR it was determined that a time extension change order would not be required RW Block Consulting Inc finds this item acceptable]

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 19 to the Continuing Program and Project Management (OAR Prime Entity) Services Agreement with AECOM Technical Services Inc to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair for thetotal not-to-exceed fee amount of $676800 with funding from previously-approvedOperation and Maintenance Funds

REQUEST FOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH HW DAVIS CONSTRUCTION INC FORV-00957 REPAIR SUB-CANOPIES LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 11 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from HW Davis Construction Inc dated October 23 2019 for V-00957Repair Sub-Canopies Level 3 A and B Enplane Drive at the Orlando InternationalAirport Project scope is to provide all labor equipment and materials to fabricatedeliver and install new fabric cover strips at diagonal steel braces at the sub-canopies rain protection covers at nine canopy locations and repair two separatedcable pockets at Canopy Nos 6 and 16 at the Orlando International Airport The duration of the project is 30 calendar days for Substantial Completion and 30

Minutes of the Construction Committee Meeting February 18 2020 Page 36 of 39

calendar days for Final Completion with a contemplated Notice to Proceed (NTP) date of February 24 2020

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that due to the limited scope of the required services HW Davis Construction Inc does notpropose any MWBELDBVBE participation on this Job Order Construction Services Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve a JobOrder Construction Services Addendum to the Continuing Vertical Construction Services Agreement with HW Davis Construction Inc for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total direct-negotiated amount of $3573300 andwaive the requirement for Performance and Payment Bonds with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR V-00957 REPAIR SUB-CANOPIES AT LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 12 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated January 31 2020 is to provide Construction Phase OAR Services on the above-referenced project

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the services to be provided Geotech Consultants International Inc dba GCI Inc does not propose any MWBELDBVBE participation on this Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total not-to-exceed fee amount of $290700 with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH GOMEZ CONSTRUCTION COMPANY FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) AT THE ORLANDO INTERNATIONAL AIRPORT 13 This item was deferred

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) ATTHE ORLANDO INTERNATIONAL AIRPORT 14 This item was deferred

Minutes of the Construction Committee Meeting February 18 2020 Page 37 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING ENVIRONMENTAL ENGINEERING CONSULTANT SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC FOR INSTALLATIONOF NEW MONITORING WELLS IMPLEMENTATION OF ONE SEMI-ANNUAL POST-ACTIVE REMEDIATIONMONITORING (PARM) AND PREPARATION OF ONE PARM REPORT AT THE FORMER DAYRON FACILITYFOR W-00072 OEA REMEDIATION OF DAYRON PLUME AT THE ORLANDO EXECUTIVE AIRPORT 15 Mr Carrington presented the memorandum dated February 18 2020 along with a proposal from AECOM Technical Services Inc dated February 10 2020 to provide for the installation of eleven new monitoring wells implementation of one semi-annual groundwater Post-Active Remediation Monitoring (PARM) and the preparation and submission of one PARM report at the former Dayron Facility at the OrlandoExecutive Airport The one semi-annual PARM monitoring event to be performed in late March or early April 2020

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that AECOM Technical Services Inc proposes 331 MWBE and 80 LDB participation on this Addendum

Mr Ruohomaki asked if this was in pursuit of a NFA designation (No Further Action)Mr Carrington answered yes

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve an Addendum to the Continuing Environmental Engineering Consultant Services Agreement with AECOMTechnical Services Inc for Installation of New Monitoring Wells Implementation of One Semi-Annual Post-Active Remediation Monitoring (PARM) and Preparation of One PARM Report at the Former Dayron Facility for W-00072 OEA Remediation of DayronPlume at the Orlando Executive Airport for the total amount of $7150000 which includes the not-to-exceed fee amount of $4112700 and the not-to-exceed reimbursable expense amount of $3037300 with funding from OEA Environmental Liability Funds

REQUEST FOR RECOMMENDATION OF APPROVAL OF NO-COST ADDENDA TO THE CONTINUING TRANSPORTATION PLANNING CONSULTING SERVICES AGREEMENTS TO EXERCISE THE SECOND AND FINAL ONE-YEAR RENEWAL OPTION 16 Ms Anderson presented the memorandum dated February 18 2020 requesting the recommendation of approval of No-Cost Addenda to the Continuing Transportation Planning Consulting Services Agreements to exercise the second and final one-year renewal option In June 2016 the Aviation Authority Board approved ContinuingTransportation Planning Consulting Services Agreement with the below firms Theprovisions in the agreement include a base three-year term with two subsequent optional one-year renewal periods upon mutual agreement of the parties

Each firmrsquos first one-year renewal expires as follows

Firm Expiration Date HNTB Corporation July 26 2020 HDR Engineering Inc September 12 2020

In order to maintain these services on an as-needed basis for routine operations staff requires the services of the above-referenced firms The firms were requested to provide their concurrence to exercise the second and final one-year renewal option

Upon motion of Mr Patterson second by Mr Hunt vote carried to recommend to theAviation Authority Board approval of No-Cost Addenda to the Continuing Transportation

Minutes of the Construction Committee Meeting February 18 2020 Page 38 of 39

Planning Consulting Services Agreements to Exercise the Second and Final One-Year Renewal Option there is no fiscal impact associated with this item

REQUEST FOR APPROVAL OF CONTRACTORrsquoS FINAL PAYMENT TO HL PRUITT CORPORATION FOR E-00212 INVENTORY AND MARKING OF AIRFIELD LIGHTING AT THE ORLANDO INTERNATIONALAIRPORT 17 Mr Patterson presented the memorandum dated February 18 2020 requesting the Contractorrsquos Final Payment to HL Pruitt Corporation for E-00212 Inventory andMarking of Airfield Lighting at the Orlando International Airport The Construction Contract for the referenced project has been completed and all issues involving the Contractor have been addressed and resolved

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve theContractorrsquos Final Payment Authorization to HL Pruitt Corporation for E-00212Inventory and marking of Airfield Lighting at the Orlando International Airport

INFORMATION ITEMS

18 The following items were presented for information only

A Field Change Order (FCO) Log

B Revised Supporting Documentation for Change Order PS-00329-11 Parking Access and Revenue Control System (PARCS) Replacement at The OrlandoInternational Airport [From Construction Committee on July 30 2019 ItemNo 1-F] [The Construction Committee determined that this information item should be converted to an action item and it was motioned with Item No 2-B]

C Revised Coversheet for Hensel Phelps Construction to issue a SubcontractModification to Inland Construction and Engineering Inc for BP-S00144South Terminal C Phase 1 - Airside Enclosure amp Exterior Finishes (GMPNo 6-S2) at The Orlando International Airport [From ConstructionCommittee on November 26 2019 Item No 2-D]

D Additional Supporting Documentation for Request for Recommendation ofApproval of an Amendment to Addendum No 7 to the Construction Management at Risk (CMR) Entity Services for the South Terminal C Phase 1 (STC-P1)Agreement with Turner-Kiewit Joint Venture for BP-S00150 South TerminalC Phase 1 ndash Parking Facility (GMP 9-S) at The Orlando International Airport [From Construction Committee on December 17 2019 Item No 5]

E Revised Coversheet for Request for Approval of an Addendum to the Technology and Multi-Media Specialty Engineer for the South Terminal CPhase 1 Agreement with Burns Engineering Inc for Design Services related to Customs Border and Patrol (CBP) final review for W-S00113 South Terminal C Phase 1 ndash Experiential Media Environment (EME) at The OrlandoInternational Airport [From Construction Committee on February 4 2020Item No 10]

F Office of Small Business Participation Memorandum for the Request forRecommendation of Approval of the FFampE and IT Estimate Procurement Plan and Process for Updating the Construction Committee for W-S00145 SouthTerminal C Phase 1 and Phase 1X (STC-P1 and P1X) Owner Furnished FFampE and IT Items at The Orlando International Airport [From ConstructionCommittee on February 4 2020 Item No 11]

______________________________

Minutes of the Construction Committee Meeting February 18 2020 Page 39 of 39

ADJOURNMENT

19 There being no further business for discussion the meeting was adjourned at 910 am

Kathleen Sharman Vice Chair Construction Committee Chief Financial Officer

Page 13: On TUESDAY, FEBRUARY 18, 2020 , the CONSTRUCTION … · Mike Patterson, Director of Construction . Gary Hunt, Director of Maintenance . ... Steve Pue, GOAA Maintenance . Vendla Davermann,

Minutes of the Construction Committee Meeting February 18 2020 Page 13 of 39

for the horizontal and vertical shaft enclosures in Areas 14 17 and 25only

Alpha Insulation and Waterproofing Inc in the Lump Sum amount of $232100 for CR04692-RFI 818 Series-Ramp Level Floor Fire Damperswithout Floors The modified scope of work adds firestopping to the wallshown on sheet Al3125 which changed to a 2-hours rated wall in Area 25

The approval of these Subcontractor Modifications to Wal-Mark ContractingGroup LLC and Alpha Insulation and Waterproofing Inc resolves all requests for costs resulting from the scopes of work in RFI 1853 series in GMP No 6-S2 and RFI 0818 series for Areas 14 17 and 25 only in GMP No 6-S2 Cost impacts to GMP No 6-S1 were submitted in CR04691-6S1-RFI 0818 Series-Ramp Level Floor Fire Dampers without Floors Cost impacts for Drawing Areas 1516 18 19 20 21 22 23 24 26 27 28 29 30 31 32 and 33 included inthe responses to RFI 0818 series if any will be submitted in a future CRThere are no cost impacts to GMP Nos 6-S 6-S3 6-S4 and 6-S5 HPC willsubmit TIA-079 requesting additional time associated with RFI 0818 seriesscope of work The OAR will evaluate TIA-079 and any time recommended to begranted will be submitted at a future CCM

HPC has submitted documentation including the subcontractors proposal tosupport their request An independent cost estimate is included

By approving this request the Owner does not waive its right to enforce thecontract 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 Wal-Mark Contracting Group LLC in the lump sum amount of $ 12838500 HPC to issue a subcontract modification to Alpha Insulation and Waterproofing Inc in the lump sum amount of $ 232100 Deduct from Owner Contingency $ (13070600)

Hensel Phelps Construction is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractors identified and committed to participate on BP-S00144 (GMP No 6-S2) for these subcontractor modifications are Wal-Mark Contracting LLC (Non-MWBELDBVBE) and Alpha Insulation and Waterproofing Inc (Non-MWBELDBVBE) There is no small business participation associated with these modifications

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue Subcontractor Modifications to Wal-MarkContracting Group LLC and Alpha Insulation and Waterproofing Inc on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes(GMP No 6-S2) for the total lump sum amount of $13070600 which includesthe lump sum amount of $12838500 to Wal-Mark Contracting Group LLC and the lump sum amount of $232100 to Alpha Insulation and Waterproofing Inc withfunding from Passenger Facility Charges and General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 14 of 39

I Subcontractor Modification for BP-S00144 (GMP No 6-S2) with Wal-Mark Contracting Group LLC for CR0458-6S2-RFI 1583 Gypsum Wallboard on EastExterior Wall (VE) Mr Guirges presented the memorandum requesting approval for Hensel Phelps Construction (HPC) to issue a Subcontractor Modification on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes(GMP No 6-S2) at the Orlando International Airport in the total deductiveamount of ($7689000) to Wal-Mark Contracting Group LLC for CR0458-6S2-RFI1583 Gypsum Wallboard on East Exterior Wall (VE) Bid Package for BP-S00144 0902 Framing and Drywall has been previously awarded within GMP No 6-S2 to Wal-Mark Contracting Group LLC CC No 20180605006

Hensel Phelps Construction is requesting to issue Subcontractors Modifications to Wal-Mark Contracting Group LLC in the total deductive Lump Sum amount of ($7689000) for CR0458-6S2-RFI 1583 Gypsum Wallboard on East Exterior WallContract Documents indicated an interior partition wall adjacent to an exterior wall system which also included a gypsum wallboard partition It was determined that the drywall associated with the exterior wall system could be deleted if inner curved partition could be extended to the deck The modified scope of work includes costs for the additional framing and drywall to extend the curved partition to the decking and includes credit for the deletion of the inner gypsum wallboard in Area 14 and Areas 25 through 32 of the North Airside Concourse per RFI 1583 and OAR responses

The approval of this Subcontractor Modification to Wal-Mark Contracting Group LLC resolves all requests for cost and time resulting from RFI 1583 scope ofwork

HPC has submitted documentation including the subcontractors 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 Wal-Mark Contracting Group LLC in the deductive lump sum amount of $ (7689000) Add to Owner Contingency $ 7689000

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-S2) for this subcontract modification is Wal-Mark Contracting Group LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to Wal-MarkContracting Group LLC on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes (GMP No 6-S2) for the total deductive lumpsum amount of ($7689000) with funding credited to Passenger Facility Charges and General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 15 of 39

J Subcontractor Modification for BP-S00146 (GMP No 7-S) with Banker Steel Co LLC for CR04721-LST-RFIs-2312 and 23121-Roof Stair 4x4 HSS Flashing 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 theOrlando International Airport in the total amount of $302500 to Banker Steel Co LLC for CR04721-LST-RFI-2312 and 23121-Roof Stair 4x4 HSS Flashing Bid Package 500 Structural Steel was previously awarded within GMP No 7-S to Banker Steel Co LLC CC No 20180313010

TKJV is proposing a subcontract modification to Banker Steel Co LLC in the total lump sum amount of $302500 for CR04721-LST-RFIs-2312 and 23121-RoofStair 4x4 HSS Flashing Previously approved CR0472 was based on RFI 2312 which included costs for supplemental steel to address flashing on the adjacent lower roofs and included two stair locations Each staircase revised in RFI 2312 included a set of staircases but CR 0472 only included costs for 2stairs The contractor requested clarification in RFI 23121 that the condition applied to all 4 stairs located at the lower roof which was confirmed Thescope of work in this request consists of all costs associated with the supplemental steel for the other 2 stairs

The approval of this subcontract modification to Banker Steel Co LLC resolves all requests for costs and time associated with LST RFI 23121

TKJV has submitted documentation including the subcontractors 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

Current GMP Line Item 6 value $ 137804300 TKJV to issue a subcontract modification to Banker Steel Co LLC in the lump sum amount of $ 302500 Deduct from Line Item 6 $ (302500) Remaining GMP Line Item 6 Value $ 137501800

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 Banker Steel Co LLC (Non-MWBELDBVBE) There is 825 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Banker Steel Co LLC on BP-S00146 South Terminal C Phase 1 - Landside Terminal Structure and Enclosure (GMP No 7-S) for the total lump sum amount of$302500 with funding from Passenger Facility Charges and General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 16 of 39

K Subcontractor Modification for BP-S00146 (GMP No 7-S) with Banker Steel Co LLC for CR0680-LST-RFI 29471-West Prow and Truss Deflection 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 theOrlando International Airport in the total amount of $3177200 to Banker Steel Co LLC for CR0680-LST-RFI 29471-West Prow and Truss Deflection Bid Package 500 Structural Steel was previously awarded within GMP No 7-S toBanker Steel Co LLC CC No 20180313010

TKJV is proposing a subcontract modification to Banker Steel Co LLC in the total lump sum amount of $3177200 for CR0680-LST-RFI 29471-West Prow and Truss Deflection Although the west prow structural steel deflections wereanticipated the deflected condition caused the sag rods and wind girts for the exterior wall in this area to be out of alignment with the exterior walland curtain wall systems RFI 29471 requested direction on bringing the sag rods and wind girts back into correct elevations The modified scope of work consists of changes to sag rod connections at the west prow revision of vertical location of sag rod connections and clips at GL L2 on Atrium HSSCross Truss as confirmed by RFI 29471

The approval of this subcontract modification to Banker Steel Co LLC resolves all requests for costs and time associated with LST RFIs 2947 and 29471

TKJV has submitted documentation including the subcontractors 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 Banker Steel Co LLC in the lump sum amount of $ 3177200 Current GMP No 7-S Line Item 6 Value $ 140981500 Deduct from Line Item $ (3177200) Remaining GMP No 7-S Line Item 6 Value $ 137804300

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 Banker Steel Co LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Banker Steel Co LLC on BP-S00146 South Terminal C Phase 1 - Landside Terminal Structure and Enclosure (GMP No 7-S) for the total lump sum amount of$3177200 with funding from General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 17 of 39

L Subcontractor Modifications for BP-S00147 (GMP No 7-S1) with MSE2 Inc dba Mader Southeast for CR05641-LST-Bulletin 23 Drywall-Backing and Framing for Added Devices CR0595-LST-Bulletin 32-Drywall and CR0599-LST-RFI 1980-Wall Type around Columns Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue Subcontract Modifications onBP-S00147 South Terminal C Phase 1 - Landside Terminal Remaining Structures and Systems (GMP No 7-S1) at the Orlando International Airport in the total amount of $834800 to MSE2 Inc dba Mader Southeast for CR05641-LST-Bulletin 23 Drywall-Backing and Framing for Added Devices CR0595-LST-Bulletin 32-Drywall and CR0599-LST-RFI 1980-Wall Type Around Columns at Area 9 Bid Package 910 Drywall and Framing was previously awarded within GMP No 7-S1 to MSE2 Inc dba Mader Southeast CC No 20181002009

TKJV is proposing the following subcontract modifications to MSE2 Inc dba Mader Southeast in the respective lump sum amounts of

1 $611700 for CR05641-LST-Bulletin 23 Drywall-Backing and Framing forAdded Devices The modified scope of work consists of additional backing and framing for devices and smoke dampers as per LST Bulletin 23

2 $294800 for CR0595-LST-Bulletin 32-Drywall The modified scope of work consists of additional costs for backing and blocking added signage as per LST Bulletin 32 revisions

3 ($71700) for CR0599-LST-RFI 1980-Wall Type Around Columns at Area 9 The modified scope of work consists of deletion of framing and drywall around columns at LST Area 9 Level 1 that were replaced with CMU perRFI 1980

The approval of these subcontract modifications to MSE2 Inc dba Mader Southeast resolves all requests for cost and time for

1 CR05641 with LST Bulletin 23 for Drywall in GMP No 7-S1 CR0564 for low voltage was submitted 10012019

2 CR0595 with LST Bulletin 32 for Drywall in GMP No 7-S1 There will beadditional costs forthcoming for signage in GMP No 7-S2 once the subcontract agreement is awarded There will be no costs for GMP No 7-S or GMP No 7-S3

3 CR0599 for all requests for cost and time associated with RFI 1980

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

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

TKJV to issue a subcontract modification to MSE2 Inc dba Mader Southeast in the lump sum amount of $ 611700 TKJV to issue a subcontract modification to MSE2 Inc dba Mader Southeast in the lump sum amount of $ 294800 TKJV to issue a subcontract modification to MSE2 Inc dba Mader Southeast in the lump sum amount of $ (71700) Deduct from PI Owner Contingency $ (587600) Deduct from P1X Owner Contingency $ (247200)

Minutes of the Construction Committee Meeting February 18 2020 Page 18 of 39

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-S1) for this subcontract modification is MSE2 Inc dba Mader Southeast (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue Subcontractor Modifications to MSE2 Inc dba Mader Southeast on BP-S00147 South Terminal C Phase 1 - LandsideTerminal Remaining Structures and Systems (GMP No 7-S1) for the total lumpsum amount of $834800 with funding from Passenger Facility Charges and General Airport Revenue Bonds

M Subcontractor Modifications for BP-S00150 (GMP No 9-S) with Skybuilders USA LLC for CR0362-PKG-Rental Extension Temporary Wall Protection Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando InternationalAirport in the total amount of $3903600 to Skybuilders USA LLC for CR0362-PKG-Rental Extension Temporary Wall Protection Bid Package 3100 Demolition was previously awarded within GMP No 9-S to Skybuilders USA LLC CC No 2017101016

TKJV is proposing a subcontract modification to Skybuilders USA LLC in thetotal lump sum amount of $3903600 for CR0362-PKG-Rental Extension TemporaryWall Protection he modified scope of work consists of all additional costsassociated with the rental extension of temporary wall protection for 8 months from October 18 2019 to June 20 2020 for 2478 LF of temporary panels 2195 LF of windscreen and 533 sandbags and rental extension for 4 months from February 20 2020 to June 20 2020 for 444 LF of temporary panels andwindscreen and 150 sandbags in various locations in the parking garage

The approval of this subcontract modification to Skybuilders USA LLC resolves all requests for costs and time resulting from the scope of work associated with CR0362

TKJV has submitted documentation including the subcontractors 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 Skybuilders USA LLC in the lump sum amount of $ 3903600 Deduct from CMAR Contingency $ (3903600)

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 Skybuilders USA LLC (MWBELDB) There is a 100 MWBE participation associated with this modification

Minutes of the Construction Committee Meeting February 18 2020 Page 19 of 39

Vice Chair Sharman asked if the completed eligibility was received for thisitem Ms Hinds answered yes

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Skybuilders USA LLC on BP-S00150 South Terminal C Phase 1 - Parking Facility- Phase 1 (GMP No 9-S) for the total lump sum amount of $3903600 with funding from Customer Facility Charges and General Airport Revenue Bonds

N Subcontractor Modification for BP-S00150 (GMP No 9-S) with Gulf Mechanical Contractors LLC for CR0492-PKG-RFI 1968-Electrical Room Door Size ChangesMr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando International Airport in the total amount of $167700 to Gulf Mechanical Contractors LLC for CR0492-PKG-RFI 1968 Series-Electrical Room Door SizeChanges Bid Package for 2200 Plumbing was previously awarded within GMPNo 9-S to Gulf Mechanical Contractors LLC CC No 20171010016

TKJV is proposing a subcontract modification to Gulf Mechanical ContractorsLLC in the total lump sum amount of $167700 for CR0492-PKG-RFI1968 Series-Electrical Room Door Size Changes The modified scope of work consists of all labor and material to trench and excavate reconfigured PVC pipes and fittingsrequired to accommodate a changed door opening dimension due to the responsefrom RFI 1968

The approval of this subcontract modification to Gulf Mechanical Contractors LLC resolves all requests for cost and time associated with RFI 1968 series for GMP No 9-S Remaining costs for RFI 1968 were previously submitted under GMP No 9-S1 as CR04921-PKG-RFI 1968-Electrical Room Door Size Changes

TKJV has submitted documentation including the subcontractors 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 cost or time

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

TKJV to issue subcontract modification to Gulf Mechanical Contractors LLC in the lump sum amount of $ 167700 Deduct from Owner Contingency $ (167700)

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 Gulf Mechanical Contractors LLC (Non-MWBELDBVBE) There is no small businessparticipation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Gulf

Minutes of the Construction Committee Meeting February 18 2020 Page 20 of 39

Mechanical Contractors LLC on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $167700 with funding from Customer Facility Charges and General Airport Revenue Bonds

O Subcontractor Modification for BP-S00150 (GMP No 9-S) with CCK ConstructionServices Inc for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU Mr Guirges presented the memorandum requesting approvalfor Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando International Airport in the total amount of $816800 to CCK Construction Services Inc for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU Bid Package 30 Concrete was previouslyawarded within GMP No 9-S to CCK Construction Services Inc CC No2017101016

TKJV is proposing a subcontract modification to CCK Construction ServicesInc in the total lump sum amount $816800 for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU The modified scope consists ofall materials and labor required for the additional footer and the Cast inPlace (CIP) tie beams as per RFI 1877

The approval of this subcontract modification resolves all requests for cost and time associated with RFI 1877 for GMP No 9-S Costs for Miscellaneous metals subcontractors will be submitted under CR 05531 for GMP No 9-S1

TKJV has submitted documentation including the subcontractors 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 CCK Construction Services Inc in the lump sum amount of $ 816800 Deduct from Owner Contingency $ (816800)

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 CCK Construction Services Inc (Non-MWBELDBVBE) There is 189 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to CCK Construction Services Inc on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $816800 with funding from Customer Facility Charges and General Airport Revenue Bonds

P Subcontract Award for BP-S00150 (GMP No 9-S) with Fine Tune Services LLC for CR0630-PKG-Rough and Final Cleaning Award Mr Guirges presented thememorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) toissue a Subcontract Award on BP-S00150 South Terminal C Phase 1 ParkingFacility - Phase 1 (GMP No 9-S) at the Orlando International Airport in thetotal amount of $15450000 to Fine Tune Enterprises Inc for CR0630-PKG-

Minutes of the Construction Committee Meeting February 18 2020 Page 21 of 39

Rough and Final Cleaning Award Bid Package for BP-S150 Parking FacilityPhase 1 was previously awarded to TKJV reference CC No 2017101016

TKJV is proposing a subcontract award for CR0630-PKG-Rough and Final Cleaning The scope of the award is for the cleaning of all concrete structures floorselevators and finished areas for the parking garage phase 2 in accordance with bid package 174 dated August 1 2019 and documents through PKG DSI 4 andCWS Bulletin 12 and as described in the Fine Tune Enterprises Inc proposal

The approval of this subcontract award to Fine Tune Enterprises Inc resolvesall costs associated with PKG Bid Package 174 and documents through DSI 4 andCWS Bulletin 12

TKJV has submitted documentation including the subcontractors 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 Subcontract Award for this project is as follows

TKJV to issue Subcontract Award to Fine Tune Enterprises Inc in the lump sum amount of $ 15450000 GMP Line Item 17 current balance $ (7500000) Deduct from P1 CMAR Contingency $ (6921000) Deduct from CWE CMAR Contingency $ (1029000) GMP Line Item 17 remaining balance $ 000

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 award is Fine Tune Enterprises Inc (MWBELDB) There is 100 MWBE participation associated with this award

Vice Chair Sharman asked if this request includes the cost for cleaning the canopies Mr Guirges stated that although the canopies are not installedyet this item includes final cleaning under the canopy area Ms Stockerl agreed that the estimate included the cost of final cleaning once the canopies are installed Vice Chair Sharman stated that funding is partially from the Campus Wide Improvements project Mr Ruohomaki stated that the funding sources can be re-evaluated if necessary Vice Chair Sharman agreed that the funding can be revised if needed

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontract Award to Fine Tune Enterprises Inc on BP-S00150 South Terminal C Phase 1 - Parking Facility- Phase 1 (GMP No 9-S) for the total lump sum amount of $15450000 withfunding from Customer Facility Charges and General Airport Revenue Bonds

Q Subcontractor Modification for BP-S00150 (GMP No 9-S) with CCK ConstructionServices Inc for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement 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 $156000 to CCK Construction

Minutes of the Construction Committee Meeting February 18 2020 Page 22 of 39

Services Inc for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement Bid Package 30 Concrete was previously awarded within GMP No 9-S to CCKConstruction Services Inc CC No 2017101016

TKJV is proposing a subcontract modification to CCK Construction ServicesInc in the total lump sum amount $156000 for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement The modified scope consists of additional laborand material to cut splice and adjust the promenade slab reinforcement

The approval of this subcontract modification resolves all requests for cost and time associated with PKG RFI 19851

TKJV has submitted documentation including the subcontractors 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 CCK Construction Services Incin the lump sum amount of $ 156000 Deduct from CMAR Contingency $ (156000)

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 CCK Construction Services Inc (Non-MWBELDBVBE) There is no small businessparticipation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to CCK Construction Services Inc on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $156000 with funding from Customer Facility Charges and General Airport Revenue Bonds

R Subcontractor Modification for BP-S00151 (GMP No 9-S1) with Quality Cable Contractors Inc for CR04301-PKG-Bulletin 10 and RFI 2690-Low Voltage Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00151 South Terminal C Phase 1 - Parking Facility Phase 2 (GMP No 9-S1) at the Orlando International Airport in the total amount of $5225700 to Quality Cable Contractors Inc for CR04301-PKG-Bulletin 10 and RFI 2690-Low Voltage Bid package 2800 Low Voltage Electrical was previously awarded within GMP No 9-S1 Parking Facility Phase 2 to Quality Cable Contractors Inc CC No2018092525A

TKJV) is proposing a subcontract modification to Quality Cable Contractors Inc in the total lump sum amount of $5225700 for CR04301-PKG-Bulletin 10and RFI 2690-Low Voltage The modified scope of work consists of additional materials labor and equipment for ten (10) additional access controls at PKGdoors and the credit associated with the blue phone and camera outletsrevisions per PKG Bulletin 10 and RFI 2690

Minutes of the Construction Committee Meeting February 18 2020 Page 23 of 39

The approval of this subcontract modifications to Quality Cable ContractorsInc resolves all requests for costs and time resulting from PKG Bulletin 10 and RFI 2690 for GMP No 9-S1 CR0430 was submitted for GMP No 9-S CC No20190910021 This request resolves all requests for cost and time for RFI2690 for Low Voltage costs for the hardware changes for Taylor Cotton amp Ridley Inc GMP No 9-S1 was submitted under CR0776

TKJV has submitted documentation including the subcontractors 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 award to Quality Cable Contractors Inc in the lump sum amount of $ 5225700 Deduct from Owner Contingency $ (5225700)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00151 (GMP No 9-S1) for this subcontractor modificationis Quality Cable Contractors Inc (MWBELDB) There is 100 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Quality Cable Contractors Inc on BP-S00151 South Terminal C Phase 1 - ParkingFacility Phase 2 (GMP No 9-S1) for the total lump sum amount of $5225700 with funding from Customer Facility Charges and General Airport Revenue Bonds

S Subcontractor Modification for BP-S00163 (GMP No 5-S5) with The Middlesex Corporation for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place (CIP)Rectangular Beam Canopy Anchor Bolt Locations Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) toissue a Subcontract Modification on BP-S00163 South Terminal C Phase 1 -EnplaneDeplane Bridge and Roadways Balance of Work - FDOT (GMP No 65-S5)at the Orlando International Airport in the total amount of $2295700 to The Middlesex Corporation for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place(CIP) Rectangular Beam Canopy Anchor Bolt Locations Bid Package 3400 EnplaneDeplane Bridge-Combined Piers and Piles was previously awarded within GMP No 5-S5 EnplaneDeplane Bridge and Roadways Balance of Work -FDOT to The Middlesex Corporation CC No 20180605007

TKJV is proposing a subcontract modification to The Middlesex Corporation in the total lump sum amount of $2295700 for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place (CIP) Rectangular Beam Canopy Anchor Bolt Locations The CIP beams were formed and rebar installed but were found to have a discrepancy between the LSC (Landside Civil) and LST (Landside Terminal) drawings with thecanopy anchor bolt locations RFI 3051 response confirmed that the proposed structural adjustment to drill and epoxy the rebar inside the limits of the CIP rectangular beam is acceptable RFI 30511 response confirmed that the proposed epoxy product is acceptable RFI 3249 response provided the details of alternative reinforcement at the canopy column locations The modifiedscope of work consists of all the labor material and equipment costs

Minutes of the Construction Committee Meeting February 18 2020 Page 24 of 39

associated with the relocation of the anchor bolts and the structural adjustments required as per the EOR responses to RFIs 3051 30511 and 3249

The approval of this subcontract modification to The Middlesex Corporationresolves all requests for cost and time resulting from RFIs 3051 30511 and3249

TKJV has submitted documentation including the subcontractors 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 $ 2295700 Deduct from Phase 1 CMAR Contingency $ (2295700)

Due to the funding source of this GMP No 5-S5 Turner-Kiewit Joint Ventureproposed a 20 DBE participation goal for Bid Package 3400 EnplaneDeplane Bridge and Roadways Balance of Work - FDOT in lieu of MWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by this modification The subcontractor identified and committed to participate on BP-S00163 (GMP No 5-S5) for this subcontract modification is The Middlesex Corporation(Non-DBE) There is no DBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to The Middlesex Corporation on BP-S00163 South Terminal C Phase 1 - EnplaneDeplane Bridge and Roadways Balance of Work - FDOT (GMP No 5-S5) for the total lumpsum amount of $2295700 with funding from Passenger Facility Charges

T Subcontractor Modification for BP-S00168 (GMP No 6-S4) with MC Dean Inc for CR03382-6S4 ASC RFI 1621 Emergency Communications System (ECS) Speakersndash Low Voltage Mr Guirges presented the memorandum requesting approval forHensel Phelps Construction (HPC) to issue Subcontract Modifications on BP-S00168 South Terminal C Phase 1 - Interior Finishes and Specialties (GMPNo 6-S4) at the Orlando International Airport in the total amount of $2102300 to MC Dean Inc for CR03382-6S4 ASC RFI1621 EmergencyCommunications System (ECS) Speakers - Low Voltage Bid Package BP-S168 2701ASC Low Voltage Systems was previously awarded within the GMP No 6-S4 toMC Dean Inc CC No 20181002010

HPC is requesting to issue a Subcontractor Modification to MC Dean Inc in the total Lump Sum amount of $2102300 for CR03382-6S4 ASC RFI 1621 Emergency Communications System (ECS) Speakers - Low Voltage The response to RFI 1621 provided updated Technology drawings and schedule showing the Low VoltageRequirements for the Type 4 Wall Mount Emergency Communications SystemsSpeakers in Transfer Level Areas 16 and 17 The modified scope of work consistsof the costs associated with the additional conduits and 1-port Cat 6 cables required to those speakers for the low voltage scope per RFI 1621 response and sketches

Minutes of the Construction Committee Meeting February 18 2020 Page 25 of 39

The approval of this Subcontractor Modification to MC Dean Inc resolves all requests for cost and time resulting from RFI 1621 in GMP No 6-S4 Cost impacts for Electrical work associated with RFI 1621 in GMP No 6-S2 will besubmitted via CR03381-6S2-0143 There is no cost impact for RFI 1621 in GMP Nos 6-S 6-S1 6-S3 6-S5 or 6-S6

HPC has submitted documentation including the subcontractors 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 MC Dean Inc in the lump sum amount of $ 2102300 Deduct from Owner Contingency $(2102300)

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-S4) for this subcontract modification is MC Dean Inc (Non-MWBELDBVBE) There is 835 MWBE participationassociated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue Subcontractor Modifications to MC Dean Inc on BP-S00168 South Terminal C Phase 1 - Interior Finishes andSpecialties (GMP No 6-S4) for the total lump sum amount of $2102300 with funding from Passenger Facility Charges and General Airport Revenue Bonds

U Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0609-LST-RFIs 2513 25131 and 25132-Sink type per Location Verification Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $295100 to Kirlin Florida LLC for CR0609-LST-RFIs 2513 25131 and 25132- Sink type per Location Verification Bid Package BP 2300 Plumbing andHVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $295100 for CR0609-LST-RFIs 2513 25131 and 25132- Sink type per Location Verification The modified scope of work consists ofall costs associated with the change in fixture specification for the AG Lab sink from the S-2 tag to a custom steel two-bay sink with two drain boards disposal cone washout spray vacuum breaker solenoid valve and piping as captured in RFI 2513 confirmation of custom sink model number per RFI 25131 and the confirmation of the disposal waste drain opening size in RFI 25132

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFIs 2513 25131 and 25132

TKJV has submitted documentation including the subcontractors proposal to support their request An independent cost estimate is included By approving

Minutes of the Construction Committee Meeting February 18 2020 Page 26 of 39

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 Kirlin Florida LLC in the lump sum amount of $ 295100 Deduct from Owner Contingency $ (295100)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $295100with funding from General Airport Revenue Bonds

V Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0621-LST-RFI 2544- Missing Civil Storm Pipe Correction Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the OrlandoInternational Airport in the total amount of $563200 to Kirlin Florida LLCfor CR0621-LST-RFI 2544-Missing Civil Storm Pipe Connection Bid Package BP 2300 Plumbing and HVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No 2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $563200 for CR0621-LST-RFI 2544-Missing Civil Storm Pipe Connection The modified scope of work consists of all additional costsassociated with a net add of underground plumbing piping to correspond withthe new civil design between L1 and L2 per RFI 2544

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 2544

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the lump sum amount of $ 563200 Deduct from P1 Owner Contingency $ (563200)

Minutes of the Construction Committee Meeting February 18 2020 Page 27 of 39

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $563200with funding from Passenger Facility Charges and General Airport Revenue Bonds

W Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0710-LST-RFI 1727-AC Humidifiers Missing Domestic Chilled Water (DCW) Piping Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $446500 to Kirlin Florida LLC for CR0710-LST-RFI 1727-AC Humidifiers Missing Domestic Chilled Water (DCW) Piping Bid Package BP 2300 ldquoPlumbing andHVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $446500 for CR0710-LST-RFI 1727-AC humidifiersmissing DCW pipe The modified scope of work consists of additional domesticcold-water connections and piping for the AC units with humidifiers

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 1727

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the lump sum amount of $ 446500 Deduct from CMAR Phase 1 Contingency $ (324700) Deduct from CMAR Phase 1X Contingency $ (121800)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Minutes of the Construction Committee Meeting February 18 2020 Page 28 of 39

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $446500with funding from Passenger Facility Charges and General Airport Revenue Bonds

X Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0753-LST-RFI 2368-Duct Blanket R-Value 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-S3) at the OrlandoInternational Airport in the total deductive amount of ($6747700) to Kirlin Florida LLC for CR0753-LST-RFI 2368-Duct Blanket R-Value Bid Package BP 2300 Plumbing and HVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No 2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal deductive lump sum amount of ($6747700) for CR0753-LST-RFI 2368-DuctBlanket R-Value The modified scope of work consists of all additions anddeductions associated with the use of a 233-inch-thick 34-lbcu mineralfiberglass blanket instead of the specified 2-inch thick 15-lbcu mineralfiberglass blanket on HVAC duct systems per RFI 2368

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 2368

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the deductive lump sum amount of $ (6747700) Add to P1 Owner Contingency $ 4907600 Add to P1X Owner Contingency $ 1840100

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-DBEMWBELDBVBE) There is a reduction of 100 DBE participationassociated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin

Minutes of the Construction Committee Meeting February 18 2020 Page 29 of 39

Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total deductive lump sum amount of($6747700) with funding credited to Passenger Facility Charges and GeneralAirport Revenue Bonds

Y Subcontractor Modifications for BP-S00173 (GMP No 7-S3) with MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Mr Guirges presented the memorandum requesting approval forTurner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $985400 to MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Bid Package BP 2600 Electrical waspreviously awarded within GMP No 7-S3 to MC Dean Inc CC No 2018100211

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $575400 for CR06161-LST RFI 2611-Missing PACSEnclosures RFI 2611 requested information regarding routing of PACS (Physical Access Control System) door panels to IDF rooms innear US Customs and Border Protection (CBP) spaces The modified scope of work consists of all labor material and equipment associated with the addition of power for (11) PACS enclosures as captured in RFI 2611

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $410000 for CR0692-LST-Bulletin 31-Electrical Themodified scope of work consists of all costs associated with the confirmed Electrical panel additions per new circuit descriptions andload updates

The approval of these subcontract modifications to MC Dean Inc as proposedin CR06161-LST RFI 2611-Missing PACS Enclosures resolves all requests forcosts and time associated with LST RFI 2611 for GMP No 7-S3 Electrical CR0616 CC No 20191217-3-1 resolved all cost and time for GMP No 7-S1 LowVoltage There will be no forthcoming CRs for RFI 2611

The approval of this subcontract modification as proposed to MC Dean inCR0692-LST-Bulletin 31-Electrical Inc resolves all requests for costs andtime associated with LST Bulletin 31 Electrical scope A CR for GMP No 7-S1Low voltage scope is forthcoming

TKJV has submitted documentation including the subcontractors 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 for CR06161 to MC Dean Inc in the lump sum amount of $ 575400 TKJV to issue a subcontract modification for CR0692 to MC Dean Inc in the lump sum amount of $ 410000 Deduct from PI Owner Contingency $ (985400)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on

Minutes of the Construction Committee Meeting February 18 2020 Page 30 of 39

BP-S00173 (GMP No 7-S3) for this subcontract modification is MC Dean Inc(Non-DBE) There is no small business participation associated with thismodification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue Subcontractor Modifications to MC Dean Inc on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $985400 withfunding from General Airport Revenue Bonds

Z Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0662-AFC-Power and Laydown Yard to QC Lab Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $2817800 to Kiewit Infrastructure South Cofor CR0662-AFC-Power and Laydown Yard to QC Lab Bid Package 34101 Site Electrical and Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $2817800 for CR0662-AFC-Power and Laydown Yard to QC Lab The scope of work consists of all labor material and equipmentrequired to install the power to the Quality Control (QC) lab located off Wiley Road from the Security Check Point and construct a lay-downparking areaat the QC lab and subsequently remove it when the lab is no longer needed The dimensions for the base material needed for the lay-downparking area are 50-foot by 50-foot next to the lab and 12-foot by 30-foot in front of the lab

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Power and Laydown Yard to QC Lab scope of work

TKJV has submitted documentation including the subcontractors 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 Kiewit Infrastructure South Co in the lump sum amount of $ 2817800 Deduct from P1 Owner Contingency $ (1551700) Deduct from P1X Owner Contingency $ (1266100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Minutes of the Construction Committee Meeting February 18 2020 Page 31 of 39

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $2817800 with fundingfrom General Airport Revenue Bonds

AA Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0672-AFC-Test Pit Remediation Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $6069900 to Kiewit Infrastructure South Co forCR0672-AFC-Asphalt Millings Shortage Bid Package 34101 Site Electricaland Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $6069900 for CR0672-AFC-Asphalt MillingsShortage The modified scope of work consists of all costs associated withasphalt milling RAP (Reclaimed Asphalt Pavement) for use on crane pads accessroad and pedestrian paths as tracked by the time and material (TampM) tickets

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Asphalt Millings Shortage

TKJV has submitted documentation including the subcontractors proposal to support their request An independent cost review 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 Kiewit Infrastructure South Co in the lump sum amount of $ 6069900 Deduct from P1 Owner Contingency $ (2724800) Deduct from P1X Owner Contingency $ (3345100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is 87 LDB participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $6069900 with fundingfrom General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 32 of 39

GENERAL

REQUEST FOR APPROVAL TO REIMBURSE THE HYATT FOR WORK PERFORMED DURING BP-00474HYATT REGENCY GUEST ROOMCORRIDOR RENOVATION AT THE ORLANDO INTERNATIONAL AIRPORT 4 Ms Grant presented the memorandum dated February 18 2020 along with aninvoice from Hyatt Regency dated September 30 2019 for BP-00474 Hyatt GuestRoomCorridor Renovation at the Orlando International Airport The invoice is to provide reimbursement for emergency work to clean the 7th Floor after a sprinkler activation repair cut phone lines in several rooms and clean rooms for turnover which was not completed by the General Contractor (GC) in time to turn over thoserooms

If approved this reimbursement would be effective February 18 2020

Ms Schneider asked if the contractor was back-billed for this Mr Ruohomaki answered no that this is a negotiated settlement Vice Chair Sharman stated that this was done to finish the renovations and open the areas earlier which was in the best interest of the Aviation Authority

Vice Chair Sharman asked if R W Block Consulting Inc had reviewed the invoiceand will sign-off on it Mr Kurek answered yes it will be signed

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve to Reimbursethe Hyatt Regency for Work performed during BP-00474 Hyatt Guest RoomCorridor Renovation for the total lump sum fee amount of $926994 with funding frompreviously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 107 TO THE CONTINUING PROGRAMAND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR A NO-COST STAFFING CHANGE FOR THE CONSTRUCTION PHASE OAR SERVICES FOR BP-00482 GATE E-50 AND CHECKPOINT CHARLIE DEVELOPMENT ATTHE ORLANDO INTERNATIONAL AIRPORT 5 Mr Sorondo presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 5 2020 for a No-Cost Staffing Change for the Construction Phase OAR Services forBP-00482 Gate E-50 and Checkpoint Charlie Development at the Orlando International Airport On September 24 2019 the Construction Committee approved Addendum No107 to the above-referenced agreement in the amount of $24677100 for ConstructionPhase OAR Services Since that time a no-cost staffing change is being requested to replace the JMATT Construction Services LLC Senior Inspector who is stillengaged on another project with an A2 Group Inc Inspector and a Geotech Consultants International Inc dba GCI Inc Senior Inspector as furthered described in the Consultantrsquos proposal

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contractrsquos MWBELDBVBE specifications and determined that the proposed no-cost staffing change includes a reduction to JMATT Construction Services LLC (MWBE)in the amount of ($5355000) and an add to A2 Group Inc (DBE) in the amount of$2100000 resulting in an overall 28 MWBE participation for this Addendum No 107 and Amendment Nos 1 and 2

Vice Chair Sharman asked if Geotech Consultants International Inc dba GCI Inc was switching subconsultants Mr Sorondo answered yes

Minutes of the Construction Committee Meeting February 18 2020 Page 33 of 39

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 107 to the Continuing Program and Project Management Services (OARPrime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for No-Cost Staffing Change for the Construction Phase OAR Services for BP-00482 Gate E-50 and Checkpoint Charlie Development there is no fiscal impact associatedwith this item

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN AMENDMENT TO PURCHASING CONTRACT 01-20 PERSONNEL SCREENING SERVICES WITH COVENANT AVIATION SECURITY AT THE ORLANDO INTERNATIONAL AIRPORT 6 Mr Shedek presented the memorandum dated February 18 2020 for Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC at the Orlando International Airport On January 7 2020 the Construction Committee approved Agenda Item No 11 for anAmendment to Purchasing Contract 01-20 Personnel Screening Services with CovenantAviation Security LLC for Personnel Screening Services on BP-00491 West Security Screening Checkpoint Expansion - Package 2 for a total not-to-exceed expense amountof $200000 with funding from project funds (ie previously-approved CapitalExpenditure Funds and General Airport Revenue Bonds) Since then it has been determined that these services will not be required

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC there is no fiscal impact associatedwith this item

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR E-00264 NORTH PARK PLACE LIGHT POLE REPLACEMENT AT THE ORLANDO INTERNATIONAL AIRPORT 7 Mr Graham presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for E-00264 North Park Place Light PoleReplacement at the Orlando International Airport The scope of the project is toremove and replace 49 parking lot light poles located in the North Park Place parkinglot re-install the existing light fixtures and provide ancillary replacement parts as necessary at the Orlando International Airport

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 42 MWBE participation on this Addendum

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for E-00264 North Park Place Light Pole Replacement for the total not-to-exceed fee amount of $2396100 with funding from previously-approved Discretionary Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 34 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE TICKET LOBBY MODIFICATIONS ANDIMPROVEMENTS AGREEMENT WITH CT HSU amp ASSOCIATES PA FOR CONSTRUCTION ADMINISTRATION SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 8 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from CT Hsu amp Associates PA dated January 30 2020 to provide Construction Administration Services for V-00906 West Checkpoint Video Walls a the Orlando International Airport Services will include CA services shop drawing review and coordination for the installation of the four LED video walls under the Chilirsquos Restaurant at the West Security Checkpoint A and B Sides

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that CT Hsu ampAssociates PA proposes 604 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Ticket Lobby Modifications and Improvements Agreement with CT Hsuamp Associates PA for Construction Administration Services for V-00906 West Checkpoint Video Walls for the total amount of $5624000 which includes the not-to-exceed fee amount of $5511700 and the not-to-exceed reimbursable expense amount of $112300 with funding from previously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 9 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for the above referenced project This project provides two large and two small Video Walls in the West Checkpoint area ofthe Great Hall on Landside Level 3

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 694 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for Construction Phase OAR Services for V-00906 West Checkpoint Video Walls for the total not-to-exceed fee amount of $4771500 with funding from previously-approved Capital Expenditure Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 35 of 39

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 19 TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT (OAR PRIME ENTITY) SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC TO PROVIDE ADDITIONAL CONSTRUCTION PHASE OAR SERVICES FOR V-00933 PODS A AND B FLOOR REPAIR AT THE ORLANDO INTERNATIONAL AIRPORT 10 Mr Willems presented the memorandum dated February 18 2020 along with aproposal from AECOM Technical Services Inc dated January 23 2020 to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair at the Orlando International Airport On November 19 2019 the Construction Committee approved Addendum No 19 in the amount of $714400 to the above-referencedagreement Since that time it has been determined that additional Construction Phase OAR Services are required as furthered described in the Consultantrsquos proposal dated January 23 2020

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the required services AECOM Technical Services Inc does not propose any MWBE LDB or VBE participation on this Amendment

Mr Patterson asked if this work will be ending next week Mr Willems answered yes

Mr Patterson stated that the timing of the work needed to be coordinated withOperations to avoid the holiday rush Mr Ruohomaki stated that due to these timingissues the OAR (AECOM Technical Services Inc) needs additional time to continue providing OAR Services on the project through close-out

Vice Chair Sharman asked if RW Block Consulting Inc had any outstanding issues with this request Ms Rainey responded that a change order on V-00933 requestinga time extension has not been received Mr Willems stated that the Contractor has not yet requested additional time but that a change order can be submitted to asubsequent Construction Committee Meeting Vice Chair Sharman asked if RW Block Consulting Inc would be amenable to this request once the change order is receivedMs Rainey answered yes [Subsequent to the Construction Committee meeting following review by the Contractor and OAR it was determined that a time extension change order would not be required RW Block Consulting Inc finds this item acceptable]

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 19 to the Continuing Program and Project Management (OAR Prime Entity) Services Agreement with AECOM Technical Services Inc to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair for thetotal not-to-exceed fee amount of $676800 with funding from previously-approvedOperation and Maintenance Funds

REQUEST FOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH HW DAVIS CONSTRUCTION INC FORV-00957 REPAIR SUB-CANOPIES LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 11 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from HW Davis Construction Inc dated October 23 2019 for V-00957Repair Sub-Canopies Level 3 A and B Enplane Drive at the Orlando InternationalAirport Project scope is to provide all labor equipment and materials to fabricatedeliver and install new fabric cover strips at diagonal steel braces at the sub-canopies rain protection covers at nine canopy locations and repair two separatedcable pockets at Canopy Nos 6 and 16 at the Orlando International Airport The duration of the project is 30 calendar days for Substantial Completion and 30

Minutes of the Construction Committee Meeting February 18 2020 Page 36 of 39

calendar days for Final Completion with a contemplated Notice to Proceed (NTP) date of February 24 2020

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that due to the limited scope of the required services HW Davis Construction Inc does notpropose any MWBELDBVBE participation on this Job Order Construction Services Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve a JobOrder Construction Services Addendum to the Continuing Vertical Construction Services Agreement with HW Davis Construction Inc for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total direct-negotiated amount of $3573300 andwaive the requirement for Performance and Payment Bonds with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR V-00957 REPAIR SUB-CANOPIES AT LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 12 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated January 31 2020 is to provide Construction Phase OAR Services on the above-referenced project

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the services to be provided Geotech Consultants International Inc dba GCI Inc does not propose any MWBELDBVBE participation on this Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total not-to-exceed fee amount of $290700 with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH GOMEZ CONSTRUCTION COMPANY FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) AT THE ORLANDO INTERNATIONAL AIRPORT 13 This item was deferred

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) ATTHE ORLANDO INTERNATIONAL AIRPORT 14 This item was deferred

Minutes of the Construction Committee Meeting February 18 2020 Page 37 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING ENVIRONMENTAL ENGINEERING CONSULTANT SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC FOR INSTALLATIONOF NEW MONITORING WELLS IMPLEMENTATION OF ONE SEMI-ANNUAL POST-ACTIVE REMEDIATIONMONITORING (PARM) AND PREPARATION OF ONE PARM REPORT AT THE FORMER DAYRON FACILITYFOR W-00072 OEA REMEDIATION OF DAYRON PLUME AT THE ORLANDO EXECUTIVE AIRPORT 15 Mr Carrington presented the memorandum dated February 18 2020 along with a proposal from AECOM Technical Services Inc dated February 10 2020 to provide for the installation of eleven new monitoring wells implementation of one semi-annual groundwater Post-Active Remediation Monitoring (PARM) and the preparation and submission of one PARM report at the former Dayron Facility at the OrlandoExecutive Airport The one semi-annual PARM monitoring event to be performed in late March or early April 2020

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that AECOM Technical Services Inc proposes 331 MWBE and 80 LDB participation on this Addendum

Mr Ruohomaki asked if this was in pursuit of a NFA designation (No Further Action)Mr Carrington answered yes

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve an Addendum to the Continuing Environmental Engineering Consultant Services Agreement with AECOMTechnical Services Inc for Installation of New Monitoring Wells Implementation of One Semi-Annual Post-Active Remediation Monitoring (PARM) and Preparation of One PARM Report at the Former Dayron Facility for W-00072 OEA Remediation of DayronPlume at the Orlando Executive Airport for the total amount of $7150000 which includes the not-to-exceed fee amount of $4112700 and the not-to-exceed reimbursable expense amount of $3037300 with funding from OEA Environmental Liability Funds

REQUEST FOR RECOMMENDATION OF APPROVAL OF NO-COST ADDENDA TO THE CONTINUING TRANSPORTATION PLANNING CONSULTING SERVICES AGREEMENTS TO EXERCISE THE SECOND AND FINAL ONE-YEAR RENEWAL OPTION 16 Ms Anderson presented the memorandum dated February 18 2020 requesting the recommendation of approval of No-Cost Addenda to the Continuing Transportation Planning Consulting Services Agreements to exercise the second and final one-year renewal option In June 2016 the Aviation Authority Board approved ContinuingTransportation Planning Consulting Services Agreement with the below firms Theprovisions in the agreement include a base three-year term with two subsequent optional one-year renewal periods upon mutual agreement of the parties

Each firmrsquos first one-year renewal expires as follows

Firm Expiration Date HNTB Corporation July 26 2020 HDR Engineering Inc September 12 2020

In order to maintain these services on an as-needed basis for routine operations staff requires the services of the above-referenced firms The firms were requested to provide their concurrence to exercise the second and final one-year renewal option

Upon motion of Mr Patterson second by Mr Hunt vote carried to recommend to theAviation Authority Board approval of No-Cost Addenda to the Continuing Transportation

Minutes of the Construction Committee Meeting February 18 2020 Page 38 of 39

Planning Consulting Services Agreements to Exercise the Second and Final One-Year Renewal Option there is no fiscal impact associated with this item

REQUEST FOR APPROVAL OF CONTRACTORrsquoS FINAL PAYMENT TO HL PRUITT CORPORATION FOR E-00212 INVENTORY AND MARKING OF AIRFIELD LIGHTING AT THE ORLANDO INTERNATIONALAIRPORT 17 Mr Patterson presented the memorandum dated February 18 2020 requesting the Contractorrsquos Final Payment to HL Pruitt Corporation for E-00212 Inventory andMarking of Airfield Lighting at the Orlando International Airport The Construction Contract for the referenced project has been completed and all issues involving the Contractor have been addressed and resolved

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve theContractorrsquos Final Payment Authorization to HL Pruitt Corporation for E-00212Inventory and marking of Airfield Lighting at the Orlando International Airport

INFORMATION ITEMS

18 The following items were presented for information only

A Field Change Order (FCO) Log

B Revised Supporting Documentation for Change Order PS-00329-11 Parking Access and Revenue Control System (PARCS) Replacement at The OrlandoInternational Airport [From Construction Committee on July 30 2019 ItemNo 1-F] [The Construction Committee determined that this information item should be converted to an action item and it was motioned with Item No 2-B]

C Revised Coversheet for Hensel Phelps Construction to issue a SubcontractModification to Inland Construction and Engineering Inc for BP-S00144South Terminal C Phase 1 - Airside Enclosure amp Exterior Finishes (GMPNo 6-S2) at The Orlando International Airport [From ConstructionCommittee on November 26 2019 Item No 2-D]

D Additional Supporting Documentation for Request for Recommendation ofApproval of an Amendment to Addendum No 7 to the Construction Management at Risk (CMR) Entity Services for the South Terminal C Phase 1 (STC-P1)Agreement with Turner-Kiewit Joint Venture for BP-S00150 South TerminalC Phase 1 ndash Parking Facility (GMP 9-S) at The Orlando International Airport [From Construction Committee on December 17 2019 Item No 5]

E Revised Coversheet for Request for Approval of an Addendum to the Technology and Multi-Media Specialty Engineer for the South Terminal CPhase 1 Agreement with Burns Engineering Inc for Design Services related to Customs Border and Patrol (CBP) final review for W-S00113 South Terminal C Phase 1 ndash Experiential Media Environment (EME) at The OrlandoInternational Airport [From Construction Committee on February 4 2020Item No 10]

F Office of Small Business Participation Memorandum for the Request forRecommendation of Approval of the FFampE and IT Estimate Procurement Plan and Process for Updating the Construction Committee for W-S00145 SouthTerminal C Phase 1 and Phase 1X (STC-P1 and P1X) Owner Furnished FFampE and IT Items at The Orlando International Airport [From ConstructionCommittee on February 4 2020 Item No 11]

______________________________

Minutes of the Construction Committee Meeting February 18 2020 Page 39 of 39

ADJOURNMENT

19 There being no further business for discussion the meeting was adjourned at 910 am

Kathleen Sharman Vice Chair Construction Committee Chief Financial Officer

Page 14: On TUESDAY, FEBRUARY 18, 2020 , the CONSTRUCTION … · Mike Patterson, Director of Construction . Gary Hunt, Director of Maintenance . ... Steve Pue, GOAA Maintenance . Vendla Davermann,

Minutes of the Construction Committee Meeting February 18 2020 Page 14 of 39

I Subcontractor Modification for BP-S00144 (GMP No 6-S2) with Wal-Mark Contracting Group LLC for CR0458-6S2-RFI 1583 Gypsum Wallboard on EastExterior Wall (VE) Mr Guirges presented the memorandum requesting approval for Hensel Phelps Construction (HPC) to issue a Subcontractor Modification on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes(GMP No 6-S2) at the Orlando International Airport in the total deductiveamount of ($7689000) to Wal-Mark Contracting Group LLC for CR0458-6S2-RFI1583 Gypsum Wallboard on East Exterior Wall (VE) Bid Package for BP-S00144 0902 Framing and Drywall has been previously awarded within GMP No 6-S2 to Wal-Mark Contracting Group LLC CC No 20180605006

Hensel Phelps Construction is requesting to issue Subcontractors Modifications to Wal-Mark Contracting Group LLC in the total deductive Lump Sum amount of ($7689000) for CR0458-6S2-RFI 1583 Gypsum Wallboard on East Exterior WallContract Documents indicated an interior partition wall adjacent to an exterior wall system which also included a gypsum wallboard partition It was determined that the drywall associated with the exterior wall system could be deleted if inner curved partition could be extended to the deck The modified scope of work includes costs for the additional framing and drywall to extend the curved partition to the decking and includes credit for the deletion of the inner gypsum wallboard in Area 14 and Areas 25 through 32 of the North Airside Concourse per RFI 1583 and OAR responses

The approval of this Subcontractor Modification to Wal-Mark Contracting Group LLC resolves all requests for cost and time resulting from RFI 1583 scope ofwork

HPC has submitted documentation including the subcontractors 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 Wal-Mark Contracting Group LLC in the deductive lump sum amount of $ (7689000) Add to Owner Contingency $ 7689000

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-S2) for this subcontract modification is Wal-Mark Contracting Group LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue a Subcontractor Modification to Wal-MarkContracting Group LLC on BP-S00144 South Terminal C Phase 1 - Airside Enclosure and Exterior Finishes (GMP No 6-S2) for the total deductive lumpsum amount of ($7689000) with funding credited to Passenger Facility Charges and General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 15 of 39

J Subcontractor Modification for BP-S00146 (GMP No 7-S) with Banker Steel Co LLC for CR04721-LST-RFIs-2312 and 23121-Roof Stair 4x4 HSS Flashing 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 theOrlando International Airport in the total amount of $302500 to Banker Steel Co LLC for CR04721-LST-RFI-2312 and 23121-Roof Stair 4x4 HSS Flashing Bid Package 500 Structural Steel was previously awarded within GMP No 7-S to Banker Steel Co LLC CC No 20180313010

TKJV is proposing a subcontract modification to Banker Steel Co LLC in the total lump sum amount of $302500 for CR04721-LST-RFIs-2312 and 23121-RoofStair 4x4 HSS Flashing Previously approved CR0472 was based on RFI 2312 which included costs for supplemental steel to address flashing on the adjacent lower roofs and included two stair locations Each staircase revised in RFI 2312 included a set of staircases but CR 0472 only included costs for 2stairs The contractor requested clarification in RFI 23121 that the condition applied to all 4 stairs located at the lower roof which was confirmed Thescope of work in this request consists of all costs associated with the supplemental steel for the other 2 stairs

The approval of this subcontract modification to Banker Steel Co LLC resolves all requests for costs and time associated with LST RFI 23121

TKJV has submitted documentation including the subcontractors 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

Current GMP Line Item 6 value $ 137804300 TKJV to issue a subcontract modification to Banker Steel Co LLC in the lump sum amount of $ 302500 Deduct from Line Item 6 $ (302500) Remaining GMP Line Item 6 Value $ 137501800

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 Banker Steel Co LLC (Non-MWBELDBVBE) There is 825 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Banker Steel Co LLC on BP-S00146 South Terminal C Phase 1 - Landside Terminal Structure and Enclosure (GMP No 7-S) for the total lump sum amount of$302500 with funding from Passenger Facility Charges and General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 16 of 39

K Subcontractor Modification for BP-S00146 (GMP No 7-S) with Banker Steel Co LLC for CR0680-LST-RFI 29471-West Prow and Truss Deflection 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 theOrlando International Airport in the total amount of $3177200 to Banker Steel Co LLC for CR0680-LST-RFI 29471-West Prow and Truss Deflection Bid Package 500 Structural Steel was previously awarded within GMP No 7-S toBanker Steel Co LLC CC No 20180313010

TKJV is proposing a subcontract modification to Banker Steel Co LLC in the total lump sum amount of $3177200 for CR0680-LST-RFI 29471-West Prow and Truss Deflection Although the west prow structural steel deflections wereanticipated the deflected condition caused the sag rods and wind girts for the exterior wall in this area to be out of alignment with the exterior walland curtain wall systems RFI 29471 requested direction on bringing the sag rods and wind girts back into correct elevations The modified scope of work consists of changes to sag rod connections at the west prow revision of vertical location of sag rod connections and clips at GL L2 on Atrium HSSCross Truss as confirmed by RFI 29471

The approval of this subcontract modification to Banker Steel Co LLC resolves all requests for costs and time associated with LST RFIs 2947 and 29471

TKJV has submitted documentation including the subcontractors 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 Banker Steel Co LLC in the lump sum amount of $ 3177200 Current GMP No 7-S Line Item 6 Value $ 140981500 Deduct from Line Item $ (3177200) Remaining GMP No 7-S Line Item 6 Value $ 137804300

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 Banker Steel Co LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Banker Steel Co LLC on BP-S00146 South Terminal C Phase 1 - Landside Terminal Structure and Enclosure (GMP No 7-S) for the total lump sum amount of$3177200 with funding from General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 17 of 39

L Subcontractor Modifications for BP-S00147 (GMP No 7-S1) with MSE2 Inc dba Mader Southeast for CR05641-LST-Bulletin 23 Drywall-Backing and Framing for Added Devices CR0595-LST-Bulletin 32-Drywall and CR0599-LST-RFI 1980-Wall Type around Columns Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue Subcontract Modifications onBP-S00147 South Terminal C Phase 1 - Landside Terminal Remaining Structures and Systems (GMP No 7-S1) at the Orlando International Airport in the total amount of $834800 to MSE2 Inc dba Mader Southeast for CR05641-LST-Bulletin 23 Drywall-Backing and Framing for Added Devices CR0595-LST-Bulletin 32-Drywall and CR0599-LST-RFI 1980-Wall Type Around Columns at Area 9 Bid Package 910 Drywall and Framing was previously awarded within GMP No 7-S1 to MSE2 Inc dba Mader Southeast CC No 20181002009

TKJV is proposing the following subcontract modifications to MSE2 Inc dba Mader Southeast in the respective lump sum amounts of

1 $611700 for CR05641-LST-Bulletin 23 Drywall-Backing and Framing forAdded Devices The modified scope of work consists of additional backing and framing for devices and smoke dampers as per LST Bulletin 23

2 $294800 for CR0595-LST-Bulletin 32-Drywall The modified scope of work consists of additional costs for backing and blocking added signage as per LST Bulletin 32 revisions

3 ($71700) for CR0599-LST-RFI 1980-Wall Type Around Columns at Area 9 The modified scope of work consists of deletion of framing and drywall around columns at LST Area 9 Level 1 that were replaced with CMU perRFI 1980

The approval of these subcontract modifications to MSE2 Inc dba Mader Southeast resolves all requests for cost and time for

1 CR05641 with LST Bulletin 23 for Drywall in GMP No 7-S1 CR0564 for low voltage was submitted 10012019

2 CR0595 with LST Bulletin 32 for Drywall in GMP No 7-S1 There will beadditional costs forthcoming for signage in GMP No 7-S2 once the subcontract agreement is awarded There will be no costs for GMP No 7-S or GMP No 7-S3

3 CR0599 for all requests for cost and time associated with RFI 1980

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

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

TKJV to issue a subcontract modification to MSE2 Inc dba Mader Southeast in the lump sum amount of $ 611700 TKJV to issue a subcontract modification to MSE2 Inc dba Mader Southeast in the lump sum amount of $ 294800 TKJV to issue a subcontract modification to MSE2 Inc dba Mader Southeast in the lump sum amount of $ (71700) Deduct from PI Owner Contingency $ (587600) Deduct from P1X Owner Contingency $ (247200)

Minutes of the Construction Committee Meeting February 18 2020 Page 18 of 39

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-S1) for this subcontract modification is MSE2 Inc dba Mader Southeast (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue Subcontractor Modifications to MSE2 Inc dba Mader Southeast on BP-S00147 South Terminal C Phase 1 - LandsideTerminal Remaining Structures and Systems (GMP No 7-S1) for the total lumpsum amount of $834800 with funding from Passenger Facility Charges and General Airport Revenue Bonds

M Subcontractor Modifications for BP-S00150 (GMP No 9-S) with Skybuilders USA LLC for CR0362-PKG-Rental Extension Temporary Wall Protection Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando InternationalAirport in the total amount of $3903600 to Skybuilders USA LLC for CR0362-PKG-Rental Extension Temporary Wall Protection Bid Package 3100 Demolition was previously awarded within GMP No 9-S to Skybuilders USA LLC CC No 2017101016

TKJV is proposing a subcontract modification to Skybuilders USA LLC in thetotal lump sum amount of $3903600 for CR0362-PKG-Rental Extension TemporaryWall Protection he modified scope of work consists of all additional costsassociated with the rental extension of temporary wall protection for 8 months from October 18 2019 to June 20 2020 for 2478 LF of temporary panels 2195 LF of windscreen and 533 sandbags and rental extension for 4 months from February 20 2020 to June 20 2020 for 444 LF of temporary panels andwindscreen and 150 sandbags in various locations in the parking garage

The approval of this subcontract modification to Skybuilders USA LLC resolves all requests for costs and time resulting from the scope of work associated with CR0362

TKJV has submitted documentation including the subcontractors 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 Skybuilders USA LLC in the lump sum amount of $ 3903600 Deduct from CMAR Contingency $ (3903600)

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 Skybuilders USA LLC (MWBELDB) There is a 100 MWBE participation associated with this modification

Minutes of the Construction Committee Meeting February 18 2020 Page 19 of 39

Vice Chair Sharman asked if the completed eligibility was received for thisitem Ms Hinds answered yes

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Skybuilders USA LLC on BP-S00150 South Terminal C Phase 1 - Parking Facility- Phase 1 (GMP No 9-S) for the total lump sum amount of $3903600 with funding from Customer Facility Charges and General Airport Revenue Bonds

N Subcontractor Modification for BP-S00150 (GMP No 9-S) with Gulf Mechanical Contractors LLC for CR0492-PKG-RFI 1968-Electrical Room Door Size ChangesMr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando International Airport in the total amount of $167700 to Gulf Mechanical Contractors LLC for CR0492-PKG-RFI 1968 Series-Electrical Room Door SizeChanges Bid Package for 2200 Plumbing was previously awarded within GMPNo 9-S to Gulf Mechanical Contractors LLC CC No 20171010016

TKJV is proposing a subcontract modification to Gulf Mechanical ContractorsLLC in the total lump sum amount of $167700 for CR0492-PKG-RFI1968 Series-Electrical Room Door Size Changes The modified scope of work consists of all labor and material to trench and excavate reconfigured PVC pipes and fittingsrequired to accommodate a changed door opening dimension due to the responsefrom RFI 1968

The approval of this subcontract modification to Gulf Mechanical Contractors LLC resolves all requests for cost and time associated with RFI 1968 series for GMP No 9-S Remaining costs for RFI 1968 were previously submitted under GMP No 9-S1 as CR04921-PKG-RFI 1968-Electrical Room Door Size Changes

TKJV has submitted documentation including the subcontractors 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 cost or time

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

TKJV to issue subcontract modification to Gulf Mechanical Contractors LLC in the lump sum amount of $ 167700 Deduct from Owner Contingency $ (167700)

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 Gulf Mechanical Contractors LLC (Non-MWBELDBVBE) There is no small businessparticipation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Gulf

Minutes of the Construction Committee Meeting February 18 2020 Page 20 of 39

Mechanical Contractors LLC on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $167700 with funding from Customer Facility Charges and General Airport Revenue Bonds

O Subcontractor Modification for BP-S00150 (GMP No 9-S) with CCK ConstructionServices Inc for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU Mr Guirges presented the memorandum requesting approvalfor Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando International Airport in the total amount of $816800 to CCK Construction Services Inc for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU Bid Package 30 Concrete was previouslyawarded within GMP No 9-S to CCK Construction Services Inc CC No2017101016

TKJV is proposing a subcontract modification to CCK Construction ServicesInc in the total lump sum amount $816800 for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU The modified scope consists ofall materials and labor required for the additional footer and the Cast inPlace (CIP) tie beams as per RFI 1877

The approval of this subcontract modification resolves all requests for cost and time associated with RFI 1877 for GMP No 9-S Costs for Miscellaneous metals subcontractors will be submitted under CR 05531 for GMP No 9-S1

TKJV has submitted documentation including the subcontractors 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 CCK Construction Services Inc in the lump sum amount of $ 816800 Deduct from Owner Contingency $ (816800)

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 CCK Construction Services Inc (Non-MWBELDBVBE) There is 189 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to CCK Construction Services Inc on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $816800 with funding from Customer Facility Charges and General Airport Revenue Bonds

P Subcontract Award for BP-S00150 (GMP No 9-S) with Fine Tune Services LLC for CR0630-PKG-Rough and Final Cleaning Award Mr Guirges presented thememorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) toissue a Subcontract Award on BP-S00150 South Terminal C Phase 1 ParkingFacility - Phase 1 (GMP No 9-S) at the Orlando International Airport in thetotal amount of $15450000 to Fine Tune Enterprises Inc for CR0630-PKG-

Minutes of the Construction Committee Meeting February 18 2020 Page 21 of 39

Rough and Final Cleaning Award Bid Package for BP-S150 Parking FacilityPhase 1 was previously awarded to TKJV reference CC No 2017101016

TKJV is proposing a subcontract award for CR0630-PKG-Rough and Final Cleaning The scope of the award is for the cleaning of all concrete structures floorselevators and finished areas for the parking garage phase 2 in accordance with bid package 174 dated August 1 2019 and documents through PKG DSI 4 andCWS Bulletin 12 and as described in the Fine Tune Enterprises Inc proposal

The approval of this subcontract award to Fine Tune Enterprises Inc resolvesall costs associated with PKG Bid Package 174 and documents through DSI 4 andCWS Bulletin 12

TKJV has submitted documentation including the subcontractors 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 Subcontract Award for this project is as follows

TKJV to issue Subcontract Award to Fine Tune Enterprises Inc in the lump sum amount of $ 15450000 GMP Line Item 17 current balance $ (7500000) Deduct from P1 CMAR Contingency $ (6921000) Deduct from CWE CMAR Contingency $ (1029000) GMP Line Item 17 remaining balance $ 000

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 award is Fine Tune Enterprises Inc (MWBELDB) There is 100 MWBE participation associated with this award

Vice Chair Sharman asked if this request includes the cost for cleaning the canopies Mr Guirges stated that although the canopies are not installedyet this item includes final cleaning under the canopy area Ms Stockerl agreed that the estimate included the cost of final cleaning once the canopies are installed Vice Chair Sharman stated that funding is partially from the Campus Wide Improvements project Mr Ruohomaki stated that the funding sources can be re-evaluated if necessary Vice Chair Sharman agreed that the funding can be revised if needed

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontract Award to Fine Tune Enterprises Inc on BP-S00150 South Terminal C Phase 1 - Parking Facility- Phase 1 (GMP No 9-S) for the total lump sum amount of $15450000 withfunding from Customer Facility Charges and General Airport Revenue Bonds

Q Subcontractor Modification for BP-S00150 (GMP No 9-S) with CCK ConstructionServices Inc for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement 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 $156000 to CCK Construction

Minutes of the Construction Committee Meeting February 18 2020 Page 22 of 39

Services Inc for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement Bid Package 30 Concrete was previously awarded within GMP No 9-S to CCKConstruction Services Inc CC No 2017101016

TKJV is proposing a subcontract modification to CCK Construction ServicesInc in the total lump sum amount $156000 for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement The modified scope consists of additional laborand material to cut splice and adjust the promenade slab reinforcement

The approval of this subcontract modification resolves all requests for cost and time associated with PKG RFI 19851

TKJV has submitted documentation including the subcontractors 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 CCK Construction Services Incin the lump sum amount of $ 156000 Deduct from CMAR Contingency $ (156000)

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 CCK Construction Services Inc (Non-MWBELDBVBE) There is no small businessparticipation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to CCK Construction Services Inc on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $156000 with funding from Customer Facility Charges and General Airport Revenue Bonds

R Subcontractor Modification for BP-S00151 (GMP No 9-S1) with Quality Cable Contractors Inc for CR04301-PKG-Bulletin 10 and RFI 2690-Low Voltage Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00151 South Terminal C Phase 1 - Parking Facility Phase 2 (GMP No 9-S1) at the Orlando International Airport in the total amount of $5225700 to Quality Cable Contractors Inc for CR04301-PKG-Bulletin 10 and RFI 2690-Low Voltage Bid package 2800 Low Voltage Electrical was previously awarded within GMP No 9-S1 Parking Facility Phase 2 to Quality Cable Contractors Inc CC No2018092525A

TKJV) is proposing a subcontract modification to Quality Cable Contractors Inc in the total lump sum amount of $5225700 for CR04301-PKG-Bulletin 10and RFI 2690-Low Voltage The modified scope of work consists of additional materials labor and equipment for ten (10) additional access controls at PKGdoors and the credit associated with the blue phone and camera outletsrevisions per PKG Bulletin 10 and RFI 2690

Minutes of the Construction Committee Meeting February 18 2020 Page 23 of 39

The approval of this subcontract modifications to Quality Cable ContractorsInc resolves all requests for costs and time resulting from PKG Bulletin 10 and RFI 2690 for GMP No 9-S1 CR0430 was submitted for GMP No 9-S CC No20190910021 This request resolves all requests for cost and time for RFI2690 for Low Voltage costs for the hardware changes for Taylor Cotton amp Ridley Inc GMP No 9-S1 was submitted under CR0776

TKJV has submitted documentation including the subcontractors 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 award to Quality Cable Contractors Inc in the lump sum amount of $ 5225700 Deduct from Owner Contingency $ (5225700)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00151 (GMP No 9-S1) for this subcontractor modificationis Quality Cable Contractors Inc (MWBELDB) There is 100 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Quality Cable Contractors Inc on BP-S00151 South Terminal C Phase 1 - ParkingFacility Phase 2 (GMP No 9-S1) for the total lump sum amount of $5225700 with funding from Customer Facility Charges and General Airport Revenue Bonds

S Subcontractor Modification for BP-S00163 (GMP No 5-S5) with The Middlesex Corporation for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place (CIP)Rectangular Beam Canopy Anchor Bolt Locations Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) toissue a Subcontract Modification on BP-S00163 South Terminal C Phase 1 -EnplaneDeplane Bridge and Roadways Balance of Work - FDOT (GMP No 65-S5)at the Orlando International Airport in the total amount of $2295700 to The Middlesex Corporation for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place(CIP) Rectangular Beam Canopy Anchor Bolt Locations Bid Package 3400 EnplaneDeplane Bridge-Combined Piers and Piles was previously awarded within GMP No 5-S5 EnplaneDeplane Bridge and Roadways Balance of Work -FDOT to The Middlesex Corporation CC No 20180605007

TKJV is proposing a subcontract modification to The Middlesex Corporation in the total lump sum amount of $2295700 for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place (CIP) Rectangular Beam Canopy Anchor Bolt Locations The CIP beams were formed and rebar installed but were found to have a discrepancy between the LSC (Landside Civil) and LST (Landside Terminal) drawings with thecanopy anchor bolt locations RFI 3051 response confirmed that the proposed structural adjustment to drill and epoxy the rebar inside the limits of the CIP rectangular beam is acceptable RFI 30511 response confirmed that the proposed epoxy product is acceptable RFI 3249 response provided the details of alternative reinforcement at the canopy column locations The modifiedscope of work consists of all the labor material and equipment costs

Minutes of the Construction Committee Meeting February 18 2020 Page 24 of 39

associated with the relocation of the anchor bolts and the structural adjustments required as per the EOR responses to RFIs 3051 30511 and 3249

The approval of this subcontract modification to The Middlesex Corporationresolves all requests for cost and time resulting from RFIs 3051 30511 and3249

TKJV has submitted documentation including the subcontractors 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 $ 2295700 Deduct from Phase 1 CMAR Contingency $ (2295700)

Due to the funding source of this GMP No 5-S5 Turner-Kiewit Joint Ventureproposed a 20 DBE participation goal for Bid Package 3400 EnplaneDeplane Bridge and Roadways Balance of Work - FDOT in lieu of MWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by this modification The subcontractor identified and committed to participate on BP-S00163 (GMP No 5-S5) for this subcontract modification is The Middlesex Corporation(Non-DBE) There is no DBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to The Middlesex Corporation on BP-S00163 South Terminal C Phase 1 - EnplaneDeplane Bridge and Roadways Balance of Work - FDOT (GMP No 5-S5) for the total lumpsum amount of $2295700 with funding from Passenger Facility Charges

T Subcontractor Modification for BP-S00168 (GMP No 6-S4) with MC Dean Inc for CR03382-6S4 ASC RFI 1621 Emergency Communications System (ECS) Speakersndash Low Voltage Mr Guirges presented the memorandum requesting approval forHensel Phelps Construction (HPC) to issue Subcontract Modifications on BP-S00168 South Terminal C Phase 1 - Interior Finishes and Specialties (GMPNo 6-S4) at the Orlando International Airport in the total amount of $2102300 to MC Dean Inc for CR03382-6S4 ASC RFI1621 EmergencyCommunications System (ECS) Speakers - Low Voltage Bid Package BP-S168 2701ASC Low Voltage Systems was previously awarded within the GMP No 6-S4 toMC Dean Inc CC No 20181002010

HPC is requesting to issue a Subcontractor Modification to MC Dean Inc in the total Lump Sum amount of $2102300 for CR03382-6S4 ASC RFI 1621 Emergency Communications System (ECS) Speakers - Low Voltage The response to RFI 1621 provided updated Technology drawings and schedule showing the Low VoltageRequirements for the Type 4 Wall Mount Emergency Communications SystemsSpeakers in Transfer Level Areas 16 and 17 The modified scope of work consistsof the costs associated with the additional conduits and 1-port Cat 6 cables required to those speakers for the low voltage scope per RFI 1621 response and sketches

Minutes of the Construction Committee Meeting February 18 2020 Page 25 of 39

The approval of this Subcontractor Modification to MC Dean Inc resolves all requests for cost and time resulting from RFI 1621 in GMP No 6-S4 Cost impacts for Electrical work associated with RFI 1621 in GMP No 6-S2 will besubmitted via CR03381-6S2-0143 There is no cost impact for RFI 1621 in GMP Nos 6-S 6-S1 6-S3 6-S5 or 6-S6

HPC has submitted documentation including the subcontractors 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 MC Dean Inc in the lump sum amount of $ 2102300 Deduct from Owner Contingency $(2102300)

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-S4) for this subcontract modification is MC Dean Inc (Non-MWBELDBVBE) There is 835 MWBE participationassociated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue Subcontractor Modifications to MC Dean Inc on BP-S00168 South Terminal C Phase 1 - Interior Finishes andSpecialties (GMP No 6-S4) for the total lump sum amount of $2102300 with funding from Passenger Facility Charges and General Airport Revenue Bonds

U Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0609-LST-RFIs 2513 25131 and 25132-Sink type per Location Verification Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $295100 to Kirlin Florida LLC for CR0609-LST-RFIs 2513 25131 and 25132- Sink type per Location Verification Bid Package BP 2300 Plumbing andHVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $295100 for CR0609-LST-RFIs 2513 25131 and 25132- Sink type per Location Verification The modified scope of work consists ofall costs associated with the change in fixture specification for the AG Lab sink from the S-2 tag to a custom steel two-bay sink with two drain boards disposal cone washout spray vacuum breaker solenoid valve and piping as captured in RFI 2513 confirmation of custom sink model number per RFI 25131 and the confirmation of the disposal waste drain opening size in RFI 25132

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFIs 2513 25131 and 25132

TKJV has submitted documentation including the subcontractors proposal to support their request An independent cost estimate is included By approving

Minutes of the Construction Committee Meeting February 18 2020 Page 26 of 39

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 Kirlin Florida LLC in the lump sum amount of $ 295100 Deduct from Owner Contingency $ (295100)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $295100with funding from General Airport Revenue Bonds

V Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0621-LST-RFI 2544- Missing Civil Storm Pipe Correction Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the OrlandoInternational Airport in the total amount of $563200 to Kirlin Florida LLCfor CR0621-LST-RFI 2544-Missing Civil Storm Pipe Connection Bid Package BP 2300 Plumbing and HVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No 2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $563200 for CR0621-LST-RFI 2544-Missing Civil Storm Pipe Connection The modified scope of work consists of all additional costsassociated with a net add of underground plumbing piping to correspond withthe new civil design between L1 and L2 per RFI 2544

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 2544

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the lump sum amount of $ 563200 Deduct from P1 Owner Contingency $ (563200)

Minutes of the Construction Committee Meeting February 18 2020 Page 27 of 39

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $563200with funding from Passenger Facility Charges and General Airport Revenue Bonds

W Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0710-LST-RFI 1727-AC Humidifiers Missing Domestic Chilled Water (DCW) Piping Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $446500 to Kirlin Florida LLC for CR0710-LST-RFI 1727-AC Humidifiers Missing Domestic Chilled Water (DCW) Piping Bid Package BP 2300 ldquoPlumbing andHVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $446500 for CR0710-LST-RFI 1727-AC humidifiersmissing DCW pipe The modified scope of work consists of additional domesticcold-water connections and piping for the AC units with humidifiers

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 1727

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the lump sum amount of $ 446500 Deduct from CMAR Phase 1 Contingency $ (324700) Deduct from CMAR Phase 1X Contingency $ (121800)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Minutes of the Construction Committee Meeting February 18 2020 Page 28 of 39

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $446500with funding from Passenger Facility Charges and General Airport Revenue Bonds

X Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0753-LST-RFI 2368-Duct Blanket R-Value 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-S3) at the OrlandoInternational Airport in the total deductive amount of ($6747700) to Kirlin Florida LLC for CR0753-LST-RFI 2368-Duct Blanket R-Value Bid Package BP 2300 Plumbing and HVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No 2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal deductive lump sum amount of ($6747700) for CR0753-LST-RFI 2368-DuctBlanket R-Value The modified scope of work consists of all additions anddeductions associated with the use of a 233-inch-thick 34-lbcu mineralfiberglass blanket instead of the specified 2-inch thick 15-lbcu mineralfiberglass blanket on HVAC duct systems per RFI 2368

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 2368

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the deductive lump sum amount of $ (6747700) Add to P1 Owner Contingency $ 4907600 Add to P1X Owner Contingency $ 1840100

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-DBEMWBELDBVBE) There is a reduction of 100 DBE participationassociated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin

Minutes of the Construction Committee Meeting February 18 2020 Page 29 of 39

Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total deductive lump sum amount of($6747700) with funding credited to Passenger Facility Charges and GeneralAirport Revenue Bonds

Y Subcontractor Modifications for BP-S00173 (GMP No 7-S3) with MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Mr Guirges presented the memorandum requesting approval forTurner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $985400 to MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Bid Package BP 2600 Electrical waspreviously awarded within GMP No 7-S3 to MC Dean Inc CC No 2018100211

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $575400 for CR06161-LST RFI 2611-Missing PACSEnclosures RFI 2611 requested information regarding routing of PACS (Physical Access Control System) door panels to IDF rooms innear US Customs and Border Protection (CBP) spaces The modified scope of work consists of all labor material and equipment associated with the addition of power for (11) PACS enclosures as captured in RFI 2611

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $410000 for CR0692-LST-Bulletin 31-Electrical Themodified scope of work consists of all costs associated with the confirmed Electrical panel additions per new circuit descriptions andload updates

The approval of these subcontract modifications to MC Dean Inc as proposedin CR06161-LST RFI 2611-Missing PACS Enclosures resolves all requests forcosts and time associated with LST RFI 2611 for GMP No 7-S3 Electrical CR0616 CC No 20191217-3-1 resolved all cost and time for GMP No 7-S1 LowVoltage There will be no forthcoming CRs for RFI 2611

The approval of this subcontract modification as proposed to MC Dean inCR0692-LST-Bulletin 31-Electrical Inc resolves all requests for costs andtime associated with LST Bulletin 31 Electrical scope A CR for GMP No 7-S1Low voltage scope is forthcoming

TKJV has submitted documentation including the subcontractors 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 for CR06161 to MC Dean Inc in the lump sum amount of $ 575400 TKJV to issue a subcontract modification for CR0692 to MC Dean Inc in the lump sum amount of $ 410000 Deduct from PI Owner Contingency $ (985400)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on

Minutes of the Construction Committee Meeting February 18 2020 Page 30 of 39

BP-S00173 (GMP No 7-S3) for this subcontract modification is MC Dean Inc(Non-DBE) There is no small business participation associated with thismodification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue Subcontractor Modifications to MC Dean Inc on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $985400 withfunding from General Airport Revenue Bonds

Z Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0662-AFC-Power and Laydown Yard to QC Lab Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $2817800 to Kiewit Infrastructure South Cofor CR0662-AFC-Power and Laydown Yard to QC Lab Bid Package 34101 Site Electrical and Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $2817800 for CR0662-AFC-Power and Laydown Yard to QC Lab The scope of work consists of all labor material and equipmentrequired to install the power to the Quality Control (QC) lab located off Wiley Road from the Security Check Point and construct a lay-downparking areaat the QC lab and subsequently remove it when the lab is no longer needed The dimensions for the base material needed for the lay-downparking area are 50-foot by 50-foot next to the lab and 12-foot by 30-foot in front of the lab

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Power and Laydown Yard to QC Lab scope of work

TKJV has submitted documentation including the subcontractors 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 Kiewit Infrastructure South Co in the lump sum amount of $ 2817800 Deduct from P1 Owner Contingency $ (1551700) Deduct from P1X Owner Contingency $ (1266100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Minutes of the Construction Committee Meeting February 18 2020 Page 31 of 39

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $2817800 with fundingfrom General Airport Revenue Bonds

AA Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0672-AFC-Test Pit Remediation Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $6069900 to Kiewit Infrastructure South Co forCR0672-AFC-Asphalt Millings Shortage Bid Package 34101 Site Electricaland Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $6069900 for CR0672-AFC-Asphalt MillingsShortage The modified scope of work consists of all costs associated withasphalt milling RAP (Reclaimed Asphalt Pavement) for use on crane pads accessroad and pedestrian paths as tracked by the time and material (TampM) tickets

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Asphalt Millings Shortage

TKJV has submitted documentation including the subcontractors proposal to support their request An independent cost review 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 Kiewit Infrastructure South Co in the lump sum amount of $ 6069900 Deduct from P1 Owner Contingency $ (2724800) Deduct from P1X Owner Contingency $ (3345100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is 87 LDB participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $6069900 with fundingfrom General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 32 of 39

GENERAL

REQUEST FOR APPROVAL TO REIMBURSE THE HYATT FOR WORK PERFORMED DURING BP-00474HYATT REGENCY GUEST ROOMCORRIDOR RENOVATION AT THE ORLANDO INTERNATIONAL AIRPORT 4 Ms Grant presented the memorandum dated February 18 2020 along with aninvoice from Hyatt Regency dated September 30 2019 for BP-00474 Hyatt GuestRoomCorridor Renovation at the Orlando International Airport The invoice is to provide reimbursement for emergency work to clean the 7th Floor after a sprinkler activation repair cut phone lines in several rooms and clean rooms for turnover which was not completed by the General Contractor (GC) in time to turn over thoserooms

If approved this reimbursement would be effective February 18 2020

Ms Schneider asked if the contractor was back-billed for this Mr Ruohomaki answered no that this is a negotiated settlement Vice Chair Sharman stated that this was done to finish the renovations and open the areas earlier which was in the best interest of the Aviation Authority

Vice Chair Sharman asked if R W Block Consulting Inc had reviewed the invoiceand will sign-off on it Mr Kurek answered yes it will be signed

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve to Reimbursethe Hyatt Regency for Work performed during BP-00474 Hyatt Guest RoomCorridor Renovation for the total lump sum fee amount of $926994 with funding frompreviously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 107 TO THE CONTINUING PROGRAMAND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR A NO-COST STAFFING CHANGE FOR THE CONSTRUCTION PHASE OAR SERVICES FOR BP-00482 GATE E-50 AND CHECKPOINT CHARLIE DEVELOPMENT ATTHE ORLANDO INTERNATIONAL AIRPORT 5 Mr Sorondo presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 5 2020 for a No-Cost Staffing Change for the Construction Phase OAR Services forBP-00482 Gate E-50 and Checkpoint Charlie Development at the Orlando International Airport On September 24 2019 the Construction Committee approved Addendum No107 to the above-referenced agreement in the amount of $24677100 for ConstructionPhase OAR Services Since that time a no-cost staffing change is being requested to replace the JMATT Construction Services LLC Senior Inspector who is stillengaged on another project with an A2 Group Inc Inspector and a Geotech Consultants International Inc dba GCI Inc Senior Inspector as furthered described in the Consultantrsquos proposal

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contractrsquos MWBELDBVBE specifications and determined that the proposed no-cost staffing change includes a reduction to JMATT Construction Services LLC (MWBE)in the amount of ($5355000) and an add to A2 Group Inc (DBE) in the amount of$2100000 resulting in an overall 28 MWBE participation for this Addendum No 107 and Amendment Nos 1 and 2

Vice Chair Sharman asked if Geotech Consultants International Inc dba GCI Inc was switching subconsultants Mr Sorondo answered yes

Minutes of the Construction Committee Meeting February 18 2020 Page 33 of 39

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 107 to the Continuing Program and Project Management Services (OARPrime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for No-Cost Staffing Change for the Construction Phase OAR Services for BP-00482 Gate E-50 and Checkpoint Charlie Development there is no fiscal impact associatedwith this item

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN AMENDMENT TO PURCHASING CONTRACT 01-20 PERSONNEL SCREENING SERVICES WITH COVENANT AVIATION SECURITY AT THE ORLANDO INTERNATIONAL AIRPORT 6 Mr Shedek presented the memorandum dated February 18 2020 for Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC at the Orlando International Airport On January 7 2020 the Construction Committee approved Agenda Item No 11 for anAmendment to Purchasing Contract 01-20 Personnel Screening Services with CovenantAviation Security LLC for Personnel Screening Services on BP-00491 West Security Screening Checkpoint Expansion - Package 2 for a total not-to-exceed expense amountof $200000 with funding from project funds (ie previously-approved CapitalExpenditure Funds and General Airport Revenue Bonds) Since then it has been determined that these services will not be required

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC there is no fiscal impact associatedwith this item

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR E-00264 NORTH PARK PLACE LIGHT POLE REPLACEMENT AT THE ORLANDO INTERNATIONAL AIRPORT 7 Mr Graham presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for E-00264 North Park Place Light PoleReplacement at the Orlando International Airport The scope of the project is toremove and replace 49 parking lot light poles located in the North Park Place parkinglot re-install the existing light fixtures and provide ancillary replacement parts as necessary at the Orlando International Airport

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 42 MWBE participation on this Addendum

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for E-00264 North Park Place Light Pole Replacement for the total not-to-exceed fee amount of $2396100 with funding from previously-approved Discretionary Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 34 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE TICKET LOBBY MODIFICATIONS ANDIMPROVEMENTS AGREEMENT WITH CT HSU amp ASSOCIATES PA FOR CONSTRUCTION ADMINISTRATION SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 8 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from CT Hsu amp Associates PA dated January 30 2020 to provide Construction Administration Services for V-00906 West Checkpoint Video Walls a the Orlando International Airport Services will include CA services shop drawing review and coordination for the installation of the four LED video walls under the Chilirsquos Restaurant at the West Security Checkpoint A and B Sides

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that CT Hsu ampAssociates PA proposes 604 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Ticket Lobby Modifications and Improvements Agreement with CT Hsuamp Associates PA for Construction Administration Services for V-00906 West Checkpoint Video Walls for the total amount of $5624000 which includes the not-to-exceed fee amount of $5511700 and the not-to-exceed reimbursable expense amount of $112300 with funding from previously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 9 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for the above referenced project This project provides two large and two small Video Walls in the West Checkpoint area ofthe Great Hall on Landside Level 3

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 694 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for Construction Phase OAR Services for V-00906 West Checkpoint Video Walls for the total not-to-exceed fee amount of $4771500 with funding from previously-approved Capital Expenditure Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 35 of 39

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 19 TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT (OAR PRIME ENTITY) SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC TO PROVIDE ADDITIONAL CONSTRUCTION PHASE OAR SERVICES FOR V-00933 PODS A AND B FLOOR REPAIR AT THE ORLANDO INTERNATIONAL AIRPORT 10 Mr Willems presented the memorandum dated February 18 2020 along with aproposal from AECOM Technical Services Inc dated January 23 2020 to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair at the Orlando International Airport On November 19 2019 the Construction Committee approved Addendum No 19 in the amount of $714400 to the above-referencedagreement Since that time it has been determined that additional Construction Phase OAR Services are required as furthered described in the Consultantrsquos proposal dated January 23 2020

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the required services AECOM Technical Services Inc does not propose any MWBE LDB or VBE participation on this Amendment

Mr Patterson asked if this work will be ending next week Mr Willems answered yes

Mr Patterson stated that the timing of the work needed to be coordinated withOperations to avoid the holiday rush Mr Ruohomaki stated that due to these timingissues the OAR (AECOM Technical Services Inc) needs additional time to continue providing OAR Services on the project through close-out

Vice Chair Sharman asked if RW Block Consulting Inc had any outstanding issues with this request Ms Rainey responded that a change order on V-00933 requestinga time extension has not been received Mr Willems stated that the Contractor has not yet requested additional time but that a change order can be submitted to asubsequent Construction Committee Meeting Vice Chair Sharman asked if RW Block Consulting Inc would be amenable to this request once the change order is receivedMs Rainey answered yes [Subsequent to the Construction Committee meeting following review by the Contractor and OAR it was determined that a time extension change order would not be required RW Block Consulting Inc finds this item acceptable]

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 19 to the Continuing Program and Project Management (OAR Prime Entity) Services Agreement with AECOM Technical Services Inc to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair for thetotal not-to-exceed fee amount of $676800 with funding from previously-approvedOperation and Maintenance Funds

REQUEST FOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH HW DAVIS CONSTRUCTION INC FORV-00957 REPAIR SUB-CANOPIES LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 11 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from HW Davis Construction Inc dated October 23 2019 for V-00957Repair Sub-Canopies Level 3 A and B Enplane Drive at the Orlando InternationalAirport Project scope is to provide all labor equipment and materials to fabricatedeliver and install new fabric cover strips at diagonal steel braces at the sub-canopies rain protection covers at nine canopy locations and repair two separatedcable pockets at Canopy Nos 6 and 16 at the Orlando International Airport The duration of the project is 30 calendar days for Substantial Completion and 30

Minutes of the Construction Committee Meeting February 18 2020 Page 36 of 39

calendar days for Final Completion with a contemplated Notice to Proceed (NTP) date of February 24 2020

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that due to the limited scope of the required services HW Davis Construction Inc does notpropose any MWBELDBVBE participation on this Job Order Construction Services Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve a JobOrder Construction Services Addendum to the Continuing Vertical Construction Services Agreement with HW Davis Construction Inc for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total direct-negotiated amount of $3573300 andwaive the requirement for Performance and Payment Bonds with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR V-00957 REPAIR SUB-CANOPIES AT LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 12 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated January 31 2020 is to provide Construction Phase OAR Services on the above-referenced project

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the services to be provided Geotech Consultants International Inc dba GCI Inc does not propose any MWBELDBVBE participation on this Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total not-to-exceed fee amount of $290700 with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH GOMEZ CONSTRUCTION COMPANY FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) AT THE ORLANDO INTERNATIONAL AIRPORT 13 This item was deferred

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) ATTHE ORLANDO INTERNATIONAL AIRPORT 14 This item was deferred

Minutes of the Construction Committee Meeting February 18 2020 Page 37 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING ENVIRONMENTAL ENGINEERING CONSULTANT SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC FOR INSTALLATIONOF NEW MONITORING WELLS IMPLEMENTATION OF ONE SEMI-ANNUAL POST-ACTIVE REMEDIATIONMONITORING (PARM) AND PREPARATION OF ONE PARM REPORT AT THE FORMER DAYRON FACILITYFOR W-00072 OEA REMEDIATION OF DAYRON PLUME AT THE ORLANDO EXECUTIVE AIRPORT 15 Mr Carrington presented the memorandum dated February 18 2020 along with a proposal from AECOM Technical Services Inc dated February 10 2020 to provide for the installation of eleven new monitoring wells implementation of one semi-annual groundwater Post-Active Remediation Monitoring (PARM) and the preparation and submission of one PARM report at the former Dayron Facility at the OrlandoExecutive Airport The one semi-annual PARM monitoring event to be performed in late March or early April 2020

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that AECOM Technical Services Inc proposes 331 MWBE and 80 LDB participation on this Addendum

Mr Ruohomaki asked if this was in pursuit of a NFA designation (No Further Action)Mr Carrington answered yes

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve an Addendum to the Continuing Environmental Engineering Consultant Services Agreement with AECOMTechnical Services Inc for Installation of New Monitoring Wells Implementation of One Semi-Annual Post-Active Remediation Monitoring (PARM) and Preparation of One PARM Report at the Former Dayron Facility for W-00072 OEA Remediation of DayronPlume at the Orlando Executive Airport for the total amount of $7150000 which includes the not-to-exceed fee amount of $4112700 and the not-to-exceed reimbursable expense amount of $3037300 with funding from OEA Environmental Liability Funds

REQUEST FOR RECOMMENDATION OF APPROVAL OF NO-COST ADDENDA TO THE CONTINUING TRANSPORTATION PLANNING CONSULTING SERVICES AGREEMENTS TO EXERCISE THE SECOND AND FINAL ONE-YEAR RENEWAL OPTION 16 Ms Anderson presented the memorandum dated February 18 2020 requesting the recommendation of approval of No-Cost Addenda to the Continuing Transportation Planning Consulting Services Agreements to exercise the second and final one-year renewal option In June 2016 the Aviation Authority Board approved ContinuingTransportation Planning Consulting Services Agreement with the below firms Theprovisions in the agreement include a base three-year term with two subsequent optional one-year renewal periods upon mutual agreement of the parties

Each firmrsquos first one-year renewal expires as follows

Firm Expiration Date HNTB Corporation July 26 2020 HDR Engineering Inc September 12 2020

In order to maintain these services on an as-needed basis for routine operations staff requires the services of the above-referenced firms The firms were requested to provide their concurrence to exercise the second and final one-year renewal option

Upon motion of Mr Patterson second by Mr Hunt vote carried to recommend to theAviation Authority Board approval of No-Cost Addenda to the Continuing Transportation

Minutes of the Construction Committee Meeting February 18 2020 Page 38 of 39

Planning Consulting Services Agreements to Exercise the Second and Final One-Year Renewal Option there is no fiscal impact associated with this item

REQUEST FOR APPROVAL OF CONTRACTORrsquoS FINAL PAYMENT TO HL PRUITT CORPORATION FOR E-00212 INVENTORY AND MARKING OF AIRFIELD LIGHTING AT THE ORLANDO INTERNATIONALAIRPORT 17 Mr Patterson presented the memorandum dated February 18 2020 requesting the Contractorrsquos Final Payment to HL Pruitt Corporation for E-00212 Inventory andMarking of Airfield Lighting at the Orlando International Airport The Construction Contract for the referenced project has been completed and all issues involving the Contractor have been addressed and resolved

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve theContractorrsquos Final Payment Authorization to HL Pruitt Corporation for E-00212Inventory and marking of Airfield Lighting at the Orlando International Airport

INFORMATION ITEMS

18 The following items were presented for information only

A Field Change Order (FCO) Log

B Revised Supporting Documentation for Change Order PS-00329-11 Parking Access and Revenue Control System (PARCS) Replacement at The OrlandoInternational Airport [From Construction Committee on July 30 2019 ItemNo 1-F] [The Construction Committee determined that this information item should be converted to an action item and it was motioned with Item No 2-B]

C Revised Coversheet for Hensel Phelps Construction to issue a SubcontractModification to Inland Construction and Engineering Inc for BP-S00144South Terminal C Phase 1 - Airside Enclosure amp Exterior Finishes (GMPNo 6-S2) at The Orlando International Airport [From ConstructionCommittee on November 26 2019 Item No 2-D]

D Additional Supporting Documentation for Request for Recommendation ofApproval of an Amendment to Addendum No 7 to the Construction Management at Risk (CMR) Entity Services for the South Terminal C Phase 1 (STC-P1)Agreement with Turner-Kiewit Joint Venture for BP-S00150 South TerminalC Phase 1 ndash Parking Facility (GMP 9-S) at The Orlando International Airport [From Construction Committee on December 17 2019 Item No 5]

E Revised Coversheet for Request for Approval of an Addendum to the Technology and Multi-Media Specialty Engineer for the South Terminal CPhase 1 Agreement with Burns Engineering Inc for Design Services related to Customs Border and Patrol (CBP) final review for W-S00113 South Terminal C Phase 1 ndash Experiential Media Environment (EME) at The OrlandoInternational Airport [From Construction Committee on February 4 2020Item No 10]

F Office of Small Business Participation Memorandum for the Request forRecommendation of Approval of the FFampE and IT Estimate Procurement Plan and Process for Updating the Construction Committee for W-S00145 SouthTerminal C Phase 1 and Phase 1X (STC-P1 and P1X) Owner Furnished FFampE and IT Items at The Orlando International Airport [From ConstructionCommittee on February 4 2020 Item No 11]

______________________________

Minutes of the Construction Committee Meeting February 18 2020 Page 39 of 39

ADJOURNMENT

19 There being no further business for discussion the meeting was adjourned at 910 am

Kathleen Sharman Vice Chair Construction Committee Chief Financial Officer

Page 15: On TUESDAY, FEBRUARY 18, 2020 , the CONSTRUCTION … · Mike Patterson, Director of Construction . Gary Hunt, Director of Maintenance . ... Steve Pue, GOAA Maintenance . Vendla Davermann,

Minutes of the Construction Committee Meeting February 18 2020 Page 15 of 39

J Subcontractor Modification for BP-S00146 (GMP No 7-S) with Banker Steel Co LLC for CR04721-LST-RFIs-2312 and 23121-Roof Stair 4x4 HSS Flashing 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 theOrlando International Airport in the total amount of $302500 to Banker Steel Co LLC for CR04721-LST-RFI-2312 and 23121-Roof Stair 4x4 HSS Flashing Bid Package 500 Structural Steel was previously awarded within GMP No 7-S to Banker Steel Co LLC CC No 20180313010

TKJV is proposing a subcontract modification to Banker Steel Co LLC in the total lump sum amount of $302500 for CR04721-LST-RFIs-2312 and 23121-RoofStair 4x4 HSS Flashing Previously approved CR0472 was based on RFI 2312 which included costs for supplemental steel to address flashing on the adjacent lower roofs and included two stair locations Each staircase revised in RFI 2312 included a set of staircases but CR 0472 only included costs for 2stairs The contractor requested clarification in RFI 23121 that the condition applied to all 4 stairs located at the lower roof which was confirmed Thescope of work in this request consists of all costs associated with the supplemental steel for the other 2 stairs

The approval of this subcontract modification to Banker Steel Co LLC resolves all requests for costs and time associated with LST RFI 23121

TKJV has submitted documentation including the subcontractors 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

Current GMP Line Item 6 value $ 137804300 TKJV to issue a subcontract modification to Banker Steel Co LLC in the lump sum amount of $ 302500 Deduct from Line Item 6 $ (302500) Remaining GMP Line Item 6 Value $ 137501800

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 Banker Steel Co LLC (Non-MWBELDBVBE) There is 825 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Banker Steel Co LLC on BP-S00146 South Terminal C Phase 1 - Landside Terminal Structure and Enclosure (GMP No 7-S) for the total lump sum amount of$302500 with funding from Passenger Facility Charges and General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 16 of 39

K Subcontractor Modification for BP-S00146 (GMP No 7-S) with Banker Steel Co LLC for CR0680-LST-RFI 29471-West Prow and Truss Deflection 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 theOrlando International Airport in the total amount of $3177200 to Banker Steel Co LLC for CR0680-LST-RFI 29471-West Prow and Truss Deflection Bid Package 500 Structural Steel was previously awarded within GMP No 7-S toBanker Steel Co LLC CC No 20180313010

TKJV is proposing a subcontract modification to Banker Steel Co LLC in the total lump sum amount of $3177200 for CR0680-LST-RFI 29471-West Prow and Truss Deflection Although the west prow structural steel deflections wereanticipated the deflected condition caused the sag rods and wind girts for the exterior wall in this area to be out of alignment with the exterior walland curtain wall systems RFI 29471 requested direction on bringing the sag rods and wind girts back into correct elevations The modified scope of work consists of changes to sag rod connections at the west prow revision of vertical location of sag rod connections and clips at GL L2 on Atrium HSSCross Truss as confirmed by RFI 29471

The approval of this subcontract modification to Banker Steel Co LLC resolves all requests for costs and time associated with LST RFIs 2947 and 29471

TKJV has submitted documentation including the subcontractors 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 Banker Steel Co LLC in the lump sum amount of $ 3177200 Current GMP No 7-S Line Item 6 Value $ 140981500 Deduct from Line Item $ (3177200) Remaining GMP No 7-S Line Item 6 Value $ 137804300

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 Banker Steel Co LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Banker Steel Co LLC on BP-S00146 South Terminal C Phase 1 - Landside Terminal Structure and Enclosure (GMP No 7-S) for the total lump sum amount of$3177200 with funding from General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 17 of 39

L Subcontractor Modifications for BP-S00147 (GMP No 7-S1) with MSE2 Inc dba Mader Southeast for CR05641-LST-Bulletin 23 Drywall-Backing and Framing for Added Devices CR0595-LST-Bulletin 32-Drywall and CR0599-LST-RFI 1980-Wall Type around Columns Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue Subcontract Modifications onBP-S00147 South Terminal C Phase 1 - Landside Terminal Remaining Structures and Systems (GMP No 7-S1) at the Orlando International Airport in the total amount of $834800 to MSE2 Inc dba Mader Southeast for CR05641-LST-Bulletin 23 Drywall-Backing and Framing for Added Devices CR0595-LST-Bulletin 32-Drywall and CR0599-LST-RFI 1980-Wall Type Around Columns at Area 9 Bid Package 910 Drywall and Framing was previously awarded within GMP No 7-S1 to MSE2 Inc dba Mader Southeast CC No 20181002009

TKJV is proposing the following subcontract modifications to MSE2 Inc dba Mader Southeast in the respective lump sum amounts of

1 $611700 for CR05641-LST-Bulletin 23 Drywall-Backing and Framing forAdded Devices The modified scope of work consists of additional backing and framing for devices and smoke dampers as per LST Bulletin 23

2 $294800 for CR0595-LST-Bulletin 32-Drywall The modified scope of work consists of additional costs for backing and blocking added signage as per LST Bulletin 32 revisions

3 ($71700) for CR0599-LST-RFI 1980-Wall Type Around Columns at Area 9 The modified scope of work consists of deletion of framing and drywall around columns at LST Area 9 Level 1 that were replaced with CMU perRFI 1980

The approval of these subcontract modifications to MSE2 Inc dba Mader Southeast resolves all requests for cost and time for

1 CR05641 with LST Bulletin 23 for Drywall in GMP No 7-S1 CR0564 for low voltage was submitted 10012019

2 CR0595 with LST Bulletin 32 for Drywall in GMP No 7-S1 There will beadditional costs forthcoming for signage in GMP No 7-S2 once the subcontract agreement is awarded There will be no costs for GMP No 7-S or GMP No 7-S3

3 CR0599 for all requests for cost and time associated with RFI 1980

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

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

TKJV to issue a subcontract modification to MSE2 Inc dba Mader Southeast in the lump sum amount of $ 611700 TKJV to issue a subcontract modification to MSE2 Inc dba Mader Southeast in the lump sum amount of $ 294800 TKJV to issue a subcontract modification to MSE2 Inc dba Mader Southeast in the lump sum amount of $ (71700) Deduct from PI Owner Contingency $ (587600) Deduct from P1X Owner Contingency $ (247200)

Minutes of the Construction Committee Meeting February 18 2020 Page 18 of 39

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-S1) for this subcontract modification is MSE2 Inc dba Mader Southeast (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue Subcontractor Modifications to MSE2 Inc dba Mader Southeast on BP-S00147 South Terminal C Phase 1 - LandsideTerminal Remaining Structures and Systems (GMP No 7-S1) for the total lumpsum amount of $834800 with funding from Passenger Facility Charges and General Airport Revenue Bonds

M Subcontractor Modifications for BP-S00150 (GMP No 9-S) with Skybuilders USA LLC for CR0362-PKG-Rental Extension Temporary Wall Protection Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando InternationalAirport in the total amount of $3903600 to Skybuilders USA LLC for CR0362-PKG-Rental Extension Temporary Wall Protection Bid Package 3100 Demolition was previously awarded within GMP No 9-S to Skybuilders USA LLC CC No 2017101016

TKJV is proposing a subcontract modification to Skybuilders USA LLC in thetotal lump sum amount of $3903600 for CR0362-PKG-Rental Extension TemporaryWall Protection he modified scope of work consists of all additional costsassociated with the rental extension of temporary wall protection for 8 months from October 18 2019 to June 20 2020 for 2478 LF of temporary panels 2195 LF of windscreen and 533 sandbags and rental extension for 4 months from February 20 2020 to June 20 2020 for 444 LF of temporary panels andwindscreen and 150 sandbags in various locations in the parking garage

The approval of this subcontract modification to Skybuilders USA LLC resolves all requests for costs and time resulting from the scope of work associated with CR0362

TKJV has submitted documentation including the subcontractors 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 Skybuilders USA LLC in the lump sum amount of $ 3903600 Deduct from CMAR Contingency $ (3903600)

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 Skybuilders USA LLC (MWBELDB) There is a 100 MWBE participation associated with this modification

Minutes of the Construction Committee Meeting February 18 2020 Page 19 of 39

Vice Chair Sharman asked if the completed eligibility was received for thisitem Ms Hinds answered yes

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Skybuilders USA LLC on BP-S00150 South Terminal C Phase 1 - Parking Facility- Phase 1 (GMP No 9-S) for the total lump sum amount of $3903600 with funding from Customer Facility Charges and General Airport Revenue Bonds

N Subcontractor Modification for BP-S00150 (GMP No 9-S) with Gulf Mechanical Contractors LLC for CR0492-PKG-RFI 1968-Electrical Room Door Size ChangesMr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando International Airport in the total amount of $167700 to Gulf Mechanical Contractors LLC for CR0492-PKG-RFI 1968 Series-Electrical Room Door SizeChanges Bid Package for 2200 Plumbing was previously awarded within GMPNo 9-S to Gulf Mechanical Contractors LLC CC No 20171010016

TKJV is proposing a subcontract modification to Gulf Mechanical ContractorsLLC in the total lump sum amount of $167700 for CR0492-PKG-RFI1968 Series-Electrical Room Door Size Changes The modified scope of work consists of all labor and material to trench and excavate reconfigured PVC pipes and fittingsrequired to accommodate a changed door opening dimension due to the responsefrom RFI 1968

The approval of this subcontract modification to Gulf Mechanical Contractors LLC resolves all requests for cost and time associated with RFI 1968 series for GMP No 9-S Remaining costs for RFI 1968 were previously submitted under GMP No 9-S1 as CR04921-PKG-RFI 1968-Electrical Room Door Size Changes

TKJV has submitted documentation including the subcontractors 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 cost or time

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

TKJV to issue subcontract modification to Gulf Mechanical Contractors LLC in the lump sum amount of $ 167700 Deduct from Owner Contingency $ (167700)

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 Gulf Mechanical Contractors LLC (Non-MWBELDBVBE) There is no small businessparticipation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Gulf

Minutes of the Construction Committee Meeting February 18 2020 Page 20 of 39

Mechanical Contractors LLC on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $167700 with funding from Customer Facility Charges and General Airport Revenue Bonds

O Subcontractor Modification for BP-S00150 (GMP No 9-S) with CCK ConstructionServices Inc for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU Mr Guirges presented the memorandum requesting approvalfor Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando International Airport in the total amount of $816800 to CCK Construction Services Inc for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU Bid Package 30 Concrete was previouslyawarded within GMP No 9-S to CCK Construction Services Inc CC No2017101016

TKJV is proposing a subcontract modification to CCK Construction ServicesInc in the total lump sum amount $816800 for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU The modified scope consists ofall materials and labor required for the additional footer and the Cast inPlace (CIP) tie beams as per RFI 1877

The approval of this subcontract modification resolves all requests for cost and time associated with RFI 1877 for GMP No 9-S Costs for Miscellaneous metals subcontractors will be submitted under CR 05531 for GMP No 9-S1

TKJV has submitted documentation including the subcontractors 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 CCK Construction Services Inc in the lump sum amount of $ 816800 Deduct from Owner Contingency $ (816800)

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 CCK Construction Services Inc (Non-MWBELDBVBE) There is 189 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to CCK Construction Services Inc on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $816800 with funding from Customer Facility Charges and General Airport Revenue Bonds

P Subcontract Award for BP-S00150 (GMP No 9-S) with Fine Tune Services LLC for CR0630-PKG-Rough and Final Cleaning Award Mr Guirges presented thememorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) toissue a Subcontract Award on BP-S00150 South Terminal C Phase 1 ParkingFacility - Phase 1 (GMP No 9-S) at the Orlando International Airport in thetotal amount of $15450000 to Fine Tune Enterprises Inc for CR0630-PKG-

Minutes of the Construction Committee Meeting February 18 2020 Page 21 of 39

Rough and Final Cleaning Award Bid Package for BP-S150 Parking FacilityPhase 1 was previously awarded to TKJV reference CC No 2017101016

TKJV is proposing a subcontract award for CR0630-PKG-Rough and Final Cleaning The scope of the award is for the cleaning of all concrete structures floorselevators and finished areas for the parking garage phase 2 in accordance with bid package 174 dated August 1 2019 and documents through PKG DSI 4 andCWS Bulletin 12 and as described in the Fine Tune Enterprises Inc proposal

The approval of this subcontract award to Fine Tune Enterprises Inc resolvesall costs associated with PKG Bid Package 174 and documents through DSI 4 andCWS Bulletin 12

TKJV has submitted documentation including the subcontractors 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 Subcontract Award for this project is as follows

TKJV to issue Subcontract Award to Fine Tune Enterprises Inc in the lump sum amount of $ 15450000 GMP Line Item 17 current balance $ (7500000) Deduct from P1 CMAR Contingency $ (6921000) Deduct from CWE CMAR Contingency $ (1029000) GMP Line Item 17 remaining balance $ 000

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 award is Fine Tune Enterprises Inc (MWBELDB) There is 100 MWBE participation associated with this award

Vice Chair Sharman asked if this request includes the cost for cleaning the canopies Mr Guirges stated that although the canopies are not installedyet this item includes final cleaning under the canopy area Ms Stockerl agreed that the estimate included the cost of final cleaning once the canopies are installed Vice Chair Sharman stated that funding is partially from the Campus Wide Improvements project Mr Ruohomaki stated that the funding sources can be re-evaluated if necessary Vice Chair Sharman agreed that the funding can be revised if needed

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontract Award to Fine Tune Enterprises Inc on BP-S00150 South Terminal C Phase 1 - Parking Facility- Phase 1 (GMP No 9-S) for the total lump sum amount of $15450000 withfunding from Customer Facility Charges and General Airport Revenue Bonds

Q Subcontractor Modification for BP-S00150 (GMP No 9-S) with CCK ConstructionServices Inc for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement 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 $156000 to CCK Construction

Minutes of the Construction Committee Meeting February 18 2020 Page 22 of 39

Services Inc for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement Bid Package 30 Concrete was previously awarded within GMP No 9-S to CCKConstruction Services Inc CC No 2017101016

TKJV is proposing a subcontract modification to CCK Construction ServicesInc in the total lump sum amount $156000 for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement The modified scope consists of additional laborand material to cut splice and adjust the promenade slab reinforcement

The approval of this subcontract modification resolves all requests for cost and time associated with PKG RFI 19851

TKJV has submitted documentation including the subcontractors 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 CCK Construction Services Incin the lump sum amount of $ 156000 Deduct from CMAR Contingency $ (156000)

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 CCK Construction Services Inc (Non-MWBELDBVBE) There is no small businessparticipation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to CCK Construction Services Inc on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $156000 with funding from Customer Facility Charges and General Airport Revenue Bonds

R Subcontractor Modification for BP-S00151 (GMP No 9-S1) with Quality Cable Contractors Inc for CR04301-PKG-Bulletin 10 and RFI 2690-Low Voltage Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00151 South Terminal C Phase 1 - Parking Facility Phase 2 (GMP No 9-S1) at the Orlando International Airport in the total amount of $5225700 to Quality Cable Contractors Inc for CR04301-PKG-Bulletin 10 and RFI 2690-Low Voltage Bid package 2800 Low Voltage Electrical was previously awarded within GMP No 9-S1 Parking Facility Phase 2 to Quality Cable Contractors Inc CC No2018092525A

TKJV) is proposing a subcontract modification to Quality Cable Contractors Inc in the total lump sum amount of $5225700 for CR04301-PKG-Bulletin 10and RFI 2690-Low Voltage The modified scope of work consists of additional materials labor and equipment for ten (10) additional access controls at PKGdoors and the credit associated with the blue phone and camera outletsrevisions per PKG Bulletin 10 and RFI 2690

Minutes of the Construction Committee Meeting February 18 2020 Page 23 of 39

The approval of this subcontract modifications to Quality Cable ContractorsInc resolves all requests for costs and time resulting from PKG Bulletin 10 and RFI 2690 for GMP No 9-S1 CR0430 was submitted for GMP No 9-S CC No20190910021 This request resolves all requests for cost and time for RFI2690 for Low Voltage costs for the hardware changes for Taylor Cotton amp Ridley Inc GMP No 9-S1 was submitted under CR0776

TKJV has submitted documentation including the subcontractors 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 award to Quality Cable Contractors Inc in the lump sum amount of $ 5225700 Deduct from Owner Contingency $ (5225700)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00151 (GMP No 9-S1) for this subcontractor modificationis Quality Cable Contractors Inc (MWBELDB) There is 100 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Quality Cable Contractors Inc on BP-S00151 South Terminal C Phase 1 - ParkingFacility Phase 2 (GMP No 9-S1) for the total lump sum amount of $5225700 with funding from Customer Facility Charges and General Airport Revenue Bonds

S Subcontractor Modification for BP-S00163 (GMP No 5-S5) with The Middlesex Corporation for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place (CIP)Rectangular Beam Canopy Anchor Bolt Locations Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) toissue a Subcontract Modification on BP-S00163 South Terminal C Phase 1 -EnplaneDeplane Bridge and Roadways Balance of Work - FDOT (GMP No 65-S5)at the Orlando International Airport in the total amount of $2295700 to The Middlesex Corporation for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place(CIP) Rectangular Beam Canopy Anchor Bolt Locations Bid Package 3400 EnplaneDeplane Bridge-Combined Piers and Piles was previously awarded within GMP No 5-S5 EnplaneDeplane Bridge and Roadways Balance of Work -FDOT to The Middlesex Corporation CC No 20180605007

TKJV is proposing a subcontract modification to The Middlesex Corporation in the total lump sum amount of $2295700 for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place (CIP) Rectangular Beam Canopy Anchor Bolt Locations The CIP beams were formed and rebar installed but were found to have a discrepancy between the LSC (Landside Civil) and LST (Landside Terminal) drawings with thecanopy anchor bolt locations RFI 3051 response confirmed that the proposed structural adjustment to drill and epoxy the rebar inside the limits of the CIP rectangular beam is acceptable RFI 30511 response confirmed that the proposed epoxy product is acceptable RFI 3249 response provided the details of alternative reinforcement at the canopy column locations The modifiedscope of work consists of all the labor material and equipment costs

Minutes of the Construction Committee Meeting February 18 2020 Page 24 of 39

associated with the relocation of the anchor bolts and the structural adjustments required as per the EOR responses to RFIs 3051 30511 and 3249

The approval of this subcontract modification to The Middlesex Corporationresolves all requests for cost and time resulting from RFIs 3051 30511 and3249

TKJV has submitted documentation including the subcontractors 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 $ 2295700 Deduct from Phase 1 CMAR Contingency $ (2295700)

Due to the funding source of this GMP No 5-S5 Turner-Kiewit Joint Ventureproposed a 20 DBE participation goal for Bid Package 3400 EnplaneDeplane Bridge and Roadways Balance of Work - FDOT in lieu of MWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by this modification The subcontractor identified and committed to participate on BP-S00163 (GMP No 5-S5) for this subcontract modification is The Middlesex Corporation(Non-DBE) There is no DBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to The Middlesex Corporation on BP-S00163 South Terminal C Phase 1 - EnplaneDeplane Bridge and Roadways Balance of Work - FDOT (GMP No 5-S5) for the total lumpsum amount of $2295700 with funding from Passenger Facility Charges

T Subcontractor Modification for BP-S00168 (GMP No 6-S4) with MC Dean Inc for CR03382-6S4 ASC RFI 1621 Emergency Communications System (ECS) Speakersndash Low Voltage Mr Guirges presented the memorandum requesting approval forHensel Phelps Construction (HPC) to issue Subcontract Modifications on BP-S00168 South Terminal C Phase 1 - Interior Finishes and Specialties (GMPNo 6-S4) at the Orlando International Airport in the total amount of $2102300 to MC Dean Inc for CR03382-6S4 ASC RFI1621 EmergencyCommunications System (ECS) Speakers - Low Voltage Bid Package BP-S168 2701ASC Low Voltage Systems was previously awarded within the GMP No 6-S4 toMC Dean Inc CC No 20181002010

HPC is requesting to issue a Subcontractor Modification to MC Dean Inc in the total Lump Sum amount of $2102300 for CR03382-6S4 ASC RFI 1621 Emergency Communications System (ECS) Speakers - Low Voltage The response to RFI 1621 provided updated Technology drawings and schedule showing the Low VoltageRequirements for the Type 4 Wall Mount Emergency Communications SystemsSpeakers in Transfer Level Areas 16 and 17 The modified scope of work consistsof the costs associated with the additional conduits and 1-port Cat 6 cables required to those speakers for the low voltage scope per RFI 1621 response and sketches

Minutes of the Construction Committee Meeting February 18 2020 Page 25 of 39

The approval of this Subcontractor Modification to MC Dean Inc resolves all requests for cost and time resulting from RFI 1621 in GMP No 6-S4 Cost impacts for Electrical work associated with RFI 1621 in GMP No 6-S2 will besubmitted via CR03381-6S2-0143 There is no cost impact for RFI 1621 in GMP Nos 6-S 6-S1 6-S3 6-S5 or 6-S6

HPC has submitted documentation including the subcontractors 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 MC Dean Inc in the lump sum amount of $ 2102300 Deduct from Owner Contingency $(2102300)

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-S4) for this subcontract modification is MC Dean Inc (Non-MWBELDBVBE) There is 835 MWBE participationassociated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue Subcontractor Modifications to MC Dean Inc on BP-S00168 South Terminal C Phase 1 - Interior Finishes andSpecialties (GMP No 6-S4) for the total lump sum amount of $2102300 with funding from Passenger Facility Charges and General Airport Revenue Bonds

U Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0609-LST-RFIs 2513 25131 and 25132-Sink type per Location Verification Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $295100 to Kirlin Florida LLC for CR0609-LST-RFIs 2513 25131 and 25132- Sink type per Location Verification Bid Package BP 2300 Plumbing andHVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $295100 for CR0609-LST-RFIs 2513 25131 and 25132- Sink type per Location Verification The modified scope of work consists ofall costs associated with the change in fixture specification for the AG Lab sink from the S-2 tag to a custom steel two-bay sink with two drain boards disposal cone washout spray vacuum breaker solenoid valve and piping as captured in RFI 2513 confirmation of custom sink model number per RFI 25131 and the confirmation of the disposal waste drain opening size in RFI 25132

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFIs 2513 25131 and 25132

TKJV has submitted documentation including the subcontractors proposal to support their request An independent cost estimate is included By approving

Minutes of the Construction Committee Meeting February 18 2020 Page 26 of 39

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 Kirlin Florida LLC in the lump sum amount of $ 295100 Deduct from Owner Contingency $ (295100)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $295100with funding from General Airport Revenue Bonds

V Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0621-LST-RFI 2544- Missing Civil Storm Pipe Correction Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the OrlandoInternational Airport in the total amount of $563200 to Kirlin Florida LLCfor CR0621-LST-RFI 2544-Missing Civil Storm Pipe Connection Bid Package BP 2300 Plumbing and HVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No 2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $563200 for CR0621-LST-RFI 2544-Missing Civil Storm Pipe Connection The modified scope of work consists of all additional costsassociated with a net add of underground plumbing piping to correspond withthe new civil design between L1 and L2 per RFI 2544

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 2544

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the lump sum amount of $ 563200 Deduct from P1 Owner Contingency $ (563200)

Minutes of the Construction Committee Meeting February 18 2020 Page 27 of 39

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $563200with funding from Passenger Facility Charges and General Airport Revenue Bonds

W Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0710-LST-RFI 1727-AC Humidifiers Missing Domestic Chilled Water (DCW) Piping Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $446500 to Kirlin Florida LLC for CR0710-LST-RFI 1727-AC Humidifiers Missing Domestic Chilled Water (DCW) Piping Bid Package BP 2300 ldquoPlumbing andHVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $446500 for CR0710-LST-RFI 1727-AC humidifiersmissing DCW pipe The modified scope of work consists of additional domesticcold-water connections and piping for the AC units with humidifiers

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 1727

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the lump sum amount of $ 446500 Deduct from CMAR Phase 1 Contingency $ (324700) Deduct from CMAR Phase 1X Contingency $ (121800)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Minutes of the Construction Committee Meeting February 18 2020 Page 28 of 39

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $446500with funding from Passenger Facility Charges and General Airport Revenue Bonds

X Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0753-LST-RFI 2368-Duct Blanket R-Value 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-S3) at the OrlandoInternational Airport in the total deductive amount of ($6747700) to Kirlin Florida LLC for CR0753-LST-RFI 2368-Duct Blanket R-Value Bid Package BP 2300 Plumbing and HVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No 2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal deductive lump sum amount of ($6747700) for CR0753-LST-RFI 2368-DuctBlanket R-Value The modified scope of work consists of all additions anddeductions associated with the use of a 233-inch-thick 34-lbcu mineralfiberglass blanket instead of the specified 2-inch thick 15-lbcu mineralfiberglass blanket on HVAC duct systems per RFI 2368

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 2368

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the deductive lump sum amount of $ (6747700) Add to P1 Owner Contingency $ 4907600 Add to P1X Owner Contingency $ 1840100

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-DBEMWBELDBVBE) There is a reduction of 100 DBE participationassociated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin

Minutes of the Construction Committee Meeting February 18 2020 Page 29 of 39

Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total deductive lump sum amount of($6747700) with funding credited to Passenger Facility Charges and GeneralAirport Revenue Bonds

Y Subcontractor Modifications for BP-S00173 (GMP No 7-S3) with MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Mr Guirges presented the memorandum requesting approval forTurner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $985400 to MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Bid Package BP 2600 Electrical waspreviously awarded within GMP No 7-S3 to MC Dean Inc CC No 2018100211

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $575400 for CR06161-LST RFI 2611-Missing PACSEnclosures RFI 2611 requested information regarding routing of PACS (Physical Access Control System) door panels to IDF rooms innear US Customs and Border Protection (CBP) spaces The modified scope of work consists of all labor material and equipment associated with the addition of power for (11) PACS enclosures as captured in RFI 2611

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $410000 for CR0692-LST-Bulletin 31-Electrical Themodified scope of work consists of all costs associated with the confirmed Electrical panel additions per new circuit descriptions andload updates

The approval of these subcontract modifications to MC Dean Inc as proposedin CR06161-LST RFI 2611-Missing PACS Enclosures resolves all requests forcosts and time associated with LST RFI 2611 for GMP No 7-S3 Electrical CR0616 CC No 20191217-3-1 resolved all cost and time for GMP No 7-S1 LowVoltage There will be no forthcoming CRs for RFI 2611

The approval of this subcontract modification as proposed to MC Dean inCR0692-LST-Bulletin 31-Electrical Inc resolves all requests for costs andtime associated with LST Bulletin 31 Electrical scope A CR for GMP No 7-S1Low voltage scope is forthcoming

TKJV has submitted documentation including the subcontractors 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 for CR06161 to MC Dean Inc in the lump sum amount of $ 575400 TKJV to issue a subcontract modification for CR0692 to MC Dean Inc in the lump sum amount of $ 410000 Deduct from PI Owner Contingency $ (985400)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on

Minutes of the Construction Committee Meeting February 18 2020 Page 30 of 39

BP-S00173 (GMP No 7-S3) for this subcontract modification is MC Dean Inc(Non-DBE) There is no small business participation associated with thismodification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue Subcontractor Modifications to MC Dean Inc on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $985400 withfunding from General Airport Revenue Bonds

Z Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0662-AFC-Power and Laydown Yard to QC Lab Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $2817800 to Kiewit Infrastructure South Cofor CR0662-AFC-Power and Laydown Yard to QC Lab Bid Package 34101 Site Electrical and Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $2817800 for CR0662-AFC-Power and Laydown Yard to QC Lab The scope of work consists of all labor material and equipmentrequired to install the power to the Quality Control (QC) lab located off Wiley Road from the Security Check Point and construct a lay-downparking areaat the QC lab and subsequently remove it when the lab is no longer needed The dimensions for the base material needed for the lay-downparking area are 50-foot by 50-foot next to the lab and 12-foot by 30-foot in front of the lab

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Power and Laydown Yard to QC Lab scope of work

TKJV has submitted documentation including the subcontractors 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 Kiewit Infrastructure South Co in the lump sum amount of $ 2817800 Deduct from P1 Owner Contingency $ (1551700) Deduct from P1X Owner Contingency $ (1266100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Minutes of the Construction Committee Meeting February 18 2020 Page 31 of 39

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $2817800 with fundingfrom General Airport Revenue Bonds

AA Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0672-AFC-Test Pit Remediation Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $6069900 to Kiewit Infrastructure South Co forCR0672-AFC-Asphalt Millings Shortage Bid Package 34101 Site Electricaland Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $6069900 for CR0672-AFC-Asphalt MillingsShortage The modified scope of work consists of all costs associated withasphalt milling RAP (Reclaimed Asphalt Pavement) for use on crane pads accessroad and pedestrian paths as tracked by the time and material (TampM) tickets

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Asphalt Millings Shortage

TKJV has submitted documentation including the subcontractors proposal to support their request An independent cost review 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 Kiewit Infrastructure South Co in the lump sum amount of $ 6069900 Deduct from P1 Owner Contingency $ (2724800) Deduct from P1X Owner Contingency $ (3345100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is 87 LDB participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $6069900 with fundingfrom General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 32 of 39

GENERAL

REQUEST FOR APPROVAL TO REIMBURSE THE HYATT FOR WORK PERFORMED DURING BP-00474HYATT REGENCY GUEST ROOMCORRIDOR RENOVATION AT THE ORLANDO INTERNATIONAL AIRPORT 4 Ms Grant presented the memorandum dated February 18 2020 along with aninvoice from Hyatt Regency dated September 30 2019 for BP-00474 Hyatt GuestRoomCorridor Renovation at the Orlando International Airport The invoice is to provide reimbursement for emergency work to clean the 7th Floor after a sprinkler activation repair cut phone lines in several rooms and clean rooms for turnover which was not completed by the General Contractor (GC) in time to turn over thoserooms

If approved this reimbursement would be effective February 18 2020

Ms Schneider asked if the contractor was back-billed for this Mr Ruohomaki answered no that this is a negotiated settlement Vice Chair Sharman stated that this was done to finish the renovations and open the areas earlier which was in the best interest of the Aviation Authority

Vice Chair Sharman asked if R W Block Consulting Inc had reviewed the invoiceand will sign-off on it Mr Kurek answered yes it will be signed

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve to Reimbursethe Hyatt Regency for Work performed during BP-00474 Hyatt Guest RoomCorridor Renovation for the total lump sum fee amount of $926994 with funding frompreviously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 107 TO THE CONTINUING PROGRAMAND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR A NO-COST STAFFING CHANGE FOR THE CONSTRUCTION PHASE OAR SERVICES FOR BP-00482 GATE E-50 AND CHECKPOINT CHARLIE DEVELOPMENT ATTHE ORLANDO INTERNATIONAL AIRPORT 5 Mr Sorondo presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 5 2020 for a No-Cost Staffing Change for the Construction Phase OAR Services forBP-00482 Gate E-50 and Checkpoint Charlie Development at the Orlando International Airport On September 24 2019 the Construction Committee approved Addendum No107 to the above-referenced agreement in the amount of $24677100 for ConstructionPhase OAR Services Since that time a no-cost staffing change is being requested to replace the JMATT Construction Services LLC Senior Inspector who is stillengaged on another project with an A2 Group Inc Inspector and a Geotech Consultants International Inc dba GCI Inc Senior Inspector as furthered described in the Consultantrsquos proposal

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contractrsquos MWBELDBVBE specifications and determined that the proposed no-cost staffing change includes a reduction to JMATT Construction Services LLC (MWBE)in the amount of ($5355000) and an add to A2 Group Inc (DBE) in the amount of$2100000 resulting in an overall 28 MWBE participation for this Addendum No 107 and Amendment Nos 1 and 2

Vice Chair Sharman asked if Geotech Consultants International Inc dba GCI Inc was switching subconsultants Mr Sorondo answered yes

Minutes of the Construction Committee Meeting February 18 2020 Page 33 of 39

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 107 to the Continuing Program and Project Management Services (OARPrime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for No-Cost Staffing Change for the Construction Phase OAR Services for BP-00482 Gate E-50 and Checkpoint Charlie Development there is no fiscal impact associatedwith this item

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN AMENDMENT TO PURCHASING CONTRACT 01-20 PERSONNEL SCREENING SERVICES WITH COVENANT AVIATION SECURITY AT THE ORLANDO INTERNATIONAL AIRPORT 6 Mr Shedek presented the memorandum dated February 18 2020 for Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC at the Orlando International Airport On January 7 2020 the Construction Committee approved Agenda Item No 11 for anAmendment to Purchasing Contract 01-20 Personnel Screening Services with CovenantAviation Security LLC for Personnel Screening Services on BP-00491 West Security Screening Checkpoint Expansion - Package 2 for a total not-to-exceed expense amountof $200000 with funding from project funds (ie previously-approved CapitalExpenditure Funds and General Airport Revenue Bonds) Since then it has been determined that these services will not be required

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC there is no fiscal impact associatedwith this item

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR E-00264 NORTH PARK PLACE LIGHT POLE REPLACEMENT AT THE ORLANDO INTERNATIONAL AIRPORT 7 Mr Graham presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for E-00264 North Park Place Light PoleReplacement at the Orlando International Airport The scope of the project is toremove and replace 49 parking lot light poles located in the North Park Place parkinglot re-install the existing light fixtures and provide ancillary replacement parts as necessary at the Orlando International Airport

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 42 MWBE participation on this Addendum

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for E-00264 North Park Place Light Pole Replacement for the total not-to-exceed fee amount of $2396100 with funding from previously-approved Discretionary Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 34 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE TICKET LOBBY MODIFICATIONS ANDIMPROVEMENTS AGREEMENT WITH CT HSU amp ASSOCIATES PA FOR CONSTRUCTION ADMINISTRATION SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 8 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from CT Hsu amp Associates PA dated January 30 2020 to provide Construction Administration Services for V-00906 West Checkpoint Video Walls a the Orlando International Airport Services will include CA services shop drawing review and coordination for the installation of the four LED video walls under the Chilirsquos Restaurant at the West Security Checkpoint A and B Sides

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that CT Hsu ampAssociates PA proposes 604 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Ticket Lobby Modifications and Improvements Agreement with CT Hsuamp Associates PA for Construction Administration Services for V-00906 West Checkpoint Video Walls for the total amount of $5624000 which includes the not-to-exceed fee amount of $5511700 and the not-to-exceed reimbursable expense amount of $112300 with funding from previously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 9 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for the above referenced project This project provides two large and two small Video Walls in the West Checkpoint area ofthe Great Hall on Landside Level 3

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 694 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for Construction Phase OAR Services for V-00906 West Checkpoint Video Walls for the total not-to-exceed fee amount of $4771500 with funding from previously-approved Capital Expenditure Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 35 of 39

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 19 TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT (OAR PRIME ENTITY) SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC TO PROVIDE ADDITIONAL CONSTRUCTION PHASE OAR SERVICES FOR V-00933 PODS A AND B FLOOR REPAIR AT THE ORLANDO INTERNATIONAL AIRPORT 10 Mr Willems presented the memorandum dated February 18 2020 along with aproposal from AECOM Technical Services Inc dated January 23 2020 to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair at the Orlando International Airport On November 19 2019 the Construction Committee approved Addendum No 19 in the amount of $714400 to the above-referencedagreement Since that time it has been determined that additional Construction Phase OAR Services are required as furthered described in the Consultantrsquos proposal dated January 23 2020

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the required services AECOM Technical Services Inc does not propose any MWBE LDB or VBE participation on this Amendment

Mr Patterson asked if this work will be ending next week Mr Willems answered yes

Mr Patterson stated that the timing of the work needed to be coordinated withOperations to avoid the holiday rush Mr Ruohomaki stated that due to these timingissues the OAR (AECOM Technical Services Inc) needs additional time to continue providing OAR Services on the project through close-out

Vice Chair Sharman asked if RW Block Consulting Inc had any outstanding issues with this request Ms Rainey responded that a change order on V-00933 requestinga time extension has not been received Mr Willems stated that the Contractor has not yet requested additional time but that a change order can be submitted to asubsequent Construction Committee Meeting Vice Chair Sharman asked if RW Block Consulting Inc would be amenable to this request once the change order is receivedMs Rainey answered yes [Subsequent to the Construction Committee meeting following review by the Contractor and OAR it was determined that a time extension change order would not be required RW Block Consulting Inc finds this item acceptable]

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 19 to the Continuing Program and Project Management (OAR Prime Entity) Services Agreement with AECOM Technical Services Inc to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair for thetotal not-to-exceed fee amount of $676800 with funding from previously-approvedOperation and Maintenance Funds

REQUEST FOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH HW DAVIS CONSTRUCTION INC FORV-00957 REPAIR SUB-CANOPIES LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 11 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from HW Davis Construction Inc dated October 23 2019 for V-00957Repair Sub-Canopies Level 3 A and B Enplane Drive at the Orlando InternationalAirport Project scope is to provide all labor equipment and materials to fabricatedeliver and install new fabric cover strips at diagonal steel braces at the sub-canopies rain protection covers at nine canopy locations and repair two separatedcable pockets at Canopy Nos 6 and 16 at the Orlando International Airport The duration of the project is 30 calendar days for Substantial Completion and 30

Minutes of the Construction Committee Meeting February 18 2020 Page 36 of 39

calendar days for Final Completion with a contemplated Notice to Proceed (NTP) date of February 24 2020

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that due to the limited scope of the required services HW Davis Construction Inc does notpropose any MWBELDBVBE participation on this Job Order Construction Services Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve a JobOrder Construction Services Addendum to the Continuing Vertical Construction Services Agreement with HW Davis Construction Inc for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total direct-negotiated amount of $3573300 andwaive the requirement for Performance and Payment Bonds with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR V-00957 REPAIR SUB-CANOPIES AT LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 12 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated January 31 2020 is to provide Construction Phase OAR Services on the above-referenced project

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the services to be provided Geotech Consultants International Inc dba GCI Inc does not propose any MWBELDBVBE participation on this Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total not-to-exceed fee amount of $290700 with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH GOMEZ CONSTRUCTION COMPANY FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) AT THE ORLANDO INTERNATIONAL AIRPORT 13 This item was deferred

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) ATTHE ORLANDO INTERNATIONAL AIRPORT 14 This item was deferred

Minutes of the Construction Committee Meeting February 18 2020 Page 37 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING ENVIRONMENTAL ENGINEERING CONSULTANT SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC FOR INSTALLATIONOF NEW MONITORING WELLS IMPLEMENTATION OF ONE SEMI-ANNUAL POST-ACTIVE REMEDIATIONMONITORING (PARM) AND PREPARATION OF ONE PARM REPORT AT THE FORMER DAYRON FACILITYFOR W-00072 OEA REMEDIATION OF DAYRON PLUME AT THE ORLANDO EXECUTIVE AIRPORT 15 Mr Carrington presented the memorandum dated February 18 2020 along with a proposal from AECOM Technical Services Inc dated February 10 2020 to provide for the installation of eleven new monitoring wells implementation of one semi-annual groundwater Post-Active Remediation Monitoring (PARM) and the preparation and submission of one PARM report at the former Dayron Facility at the OrlandoExecutive Airport The one semi-annual PARM monitoring event to be performed in late March or early April 2020

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that AECOM Technical Services Inc proposes 331 MWBE and 80 LDB participation on this Addendum

Mr Ruohomaki asked if this was in pursuit of a NFA designation (No Further Action)Mr Carrington answered yes

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve an Addendum to the Continuing Environmental Engineering Consultant Services Agreement with AECOMTechnical Services Inc for Installation of New Monitoring Wells Implementation of One Semi-Annual Post-Active Remediation Monitoring (PARM) and Preparation of One PARM Report at the Former Dayron Facility for W-00072 OEA Remediation of DayronPlume at the Orlando Executive Airport for the total amount of $7150000 which includes the not-to-exceed fee amount of $4112700 and the not-to-exceed reimbursable expense amount of $3037300 with funding from OEA Environmental Liability Funds

REQUEST FOR RECOMMENDATION OF APPROVAL OF NO-COST ADDENDA TO THE CONTINUING TRANSPORTATION PLANNING CONSULTING SERVICES AGREEMENTS TO EXERCISE THE SECOND AND FINAL ONE-YEAR RENEWAL OPTION 16 Ms Anderson presented the memorandum dated February 18 2020 requesting the recommendation of approval of No-Cost Addenda to the Continuing Transportation Planning Consulting Services Agreements to exercise the second and final one-year renewal option In June 2016 the Aviation Authority Board approved ContinuingTransportation Planning Consulting Services Agreement with the below firms Theprovisions in the agreement include a base three-year term with two subsequent optional one-year renewal periods upon mutual agreement of the parties

Each firmrsquos first one-year renewal expires as follows

Firm Expiration Date HNTB Corporation July 26 2020 HDR Engineering Inc September 12 2020

In order to maintain these services on an as-needed basis for routine operations staff requires the services of the above-referenced firms The firms were requested to provide their concurrence to exercise the second and final one-year renewal option

Upon motion of Mr Patterson second by Mr Hunt vote carried to recommend to theAviation Authority Board approval of No-Cost Addenda to the Continuing Transportation

Minutes of the Construction Committee Meeting February 18 2020 Page 38 of 39

Planning Consulting Services Agreements to Exercise the Second and Final One-Year Renewal Option there is no fiscal impact associated with this item

REQUEST FOR APPROVAL OF CONTRACTORrsquoS FINAL PAYMENT TO HL PRUITT CORPORATION FOR E-00212 INVENTORY AND MARKING OF AIRFIELD LIGHTING AT THE ORLANDO INTERNATIONALAIRPORT 17 Mr Patterson presented the memorandum dated February 18 2020 requesting the Contractorrsquos Final Payment to HL Pruitt Corporation for E-00212 Inventory andMarking of Airfield Lighting at the Orlando International Airport The Construction Contract for the referenced project has been completed and all issues involving the Contractor have been addressed and resolved

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve theContractorrsquos Final Payment Authorization to HL Pruitt Corporation for E-00212Inventory and marking of Airfield Lighting at the Orlando International Airport

INFORMATION ITEMS

18 The following items were presented for information only

A Field Change Order (FCO) Log

B Revised Supporting Documentation for Change Order PS-00329-11 Parking Access and Revenue Control System (PARCS) Replacement at The OrlandoInternational Airport [From Construction Committee on July 30 2019 ItemNo 1-F] [The Construction Committee determined that this information item should be converted to an action item and it was motioned with Item No 2-B]

C Revised Coversheet for Hensel Phelps Construction to issue a SubcontractModification to Inland Construction and Engineering Inc for BP-S00144South Terminal C Phase 1 - Airside Enclosure amp Exterior Finishes (GMPNo 6-S2) at The Orlando International Airport [From ConstructionCommittee on November 26 2019 Item No 2-D]

D Additional Supporting Documentation for Request for Recommendation ofApproval of an Amendment to Addendum No 7 to the Construction Management at Risk (CMR) Entity Services for the South Terminal C Phase 1 (STC-P1)Agreement with Turner-Kiewit Joint Venture for BP-S00150 South TerminalC Phase 1 ndash Parking Facility (GMP 9-S) at The Orlando International Airport [From Construction Committee on December 17 2019 Item No 5]

E Revised Coversheet for Request for Approval of an Addendum to the Technology and Multi-Media Specialty Engineer for the South Terminal CPhase 1 Agreement with Burns Engineering Inc for Design Services related to Customs Border and Patrol (CBP) final review for W-S00113 South Terminal C Phase 1 ndash Experiential Media Environment (EME) at The OrlandoInternational Airport [From Construction Committee on February 4 2020Item No 10]

F Office of Small Business Participation Memorandum for the Request forRecommendation of Approval of the FFampE and IT Estimate Procurement Plan and Process for Updating the Construction Committee for W-S00145 SouthTerminal C Phase 1 and Phase 1X (STC-P1 and P1X) Owner Furnished FFampE and IT Items at The Orlando International Airport [From ConstructionCommittee on February 4 2020 Item No 11]

______________________________

Minutes of the Construction Committee Meeting February 18 2020 Page 39 of 39

ADJOURNMENT

19 There being no further business for discussion the meeting was adjourned at 910 am

Kathleen Sharman Vice Chair Construction Committee Chief Financial Officer

Page 16: On TUESDAY, FEBRUARY 18, 2020 , the CONSTRUCTION … · Mike Patterson, Director of Construction . Gary Hunt, Director of Maintenance . ... Steve Pue, GOAA Maintenance . Vendla Davermann,

Minutes of the Construction Committee Meeting February 18 2020 Page 16 of 39

K Subcontractor Modification for BP-S00146 (GMP No 7-S) with Banker Steel Co LLC for CR0680-LST-RFI 29471-West Prow and Truss Deflection 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 theOrlando International Airport in the total amount of $3177200 to Banker Steel Co LLC for CR0680-LST-RFI 29471-West Prow and Truss Deflection Bid Package 500 Structural Steel was previously awarded within GMP No 7-S toBanker Steel Co LLC CC No 20180313010

TKJV is proposing a subcontract modification to Banker Steel Co LLC in the total lump sum amount of $3177200 for CR0680-LST-RFI 29471-West Prow and Truss Deflection Although the west prow structural steel deflections wereanticipated the deflected condition caused the sag rods and wind girts for the exterior wall in this area to be out of alignment with the exterior walland curtain wall systems RFI 29471 requested direction on bringing the sag rods and wind girts back into correct elevations The modified scope of work consists of changes to sag rod connections at the west prow revision of vertical location of sag rod connections and clips at GL L2 on Atrium HSSCross Truss as confirmed by RFI 29471

The approval of this subcontract modification to Banker Steel Co LLC resolves all requests for costs and time associated with LST RFIs 2947 and 29471

TKJV has submitted documentation including the subcontractors 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 Banker Steel Co LLC in the lump sum amount of $ 3177200 Current GMP No 7-S Line Item 6 Value $ 140981500 Deduct from Line Item $ (3177200) Remaining GMP No 7-S Line Item 6 Value $ 137804300

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 Banker Steel Co LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Banker Steel Co LLC on BP-S00146 South Terminal C Phase 1 - Landside Terminal Structure and Enclosure (GMP No 7-S) for the total lump sum amount of$3177200 with funding from General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 17 of 39

L Subcontractor Modifications for BP-S00147 (GMP No 7-S1) with MSE2 Inc dba Mader Southeast for CR05641-LST-Bulletin 23 Drywall-Backing and Framing for Added Devices CR0595-LST-Bulletin 32-Drywall and CR0599-LST-RFI 1980-Wall Type around Columns Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue Subcontract Modifications onBP-S00147 South Terminal C Phase 1 - Landside Terminal Remaining Structures and Systems (GMP No 7-S1) at the Orlando International Airport in the total amount of $834800 to MSE2 Inc dba Mader Southeast for CR05641-LST-Bulletin 23 Drywall-Backing and Framing for Added Devices CR0595-LST-Bulletin 32-Drywall and CR0599-LST-RFI 1980-Wall Type Around Columns at Area 9 Bid Package 910 Drywall and Framing was previously awarded within GMP No 7-S1 to MSE2 Inc dba Mader Southeast CC No 20181002009

TKJV is proposing the following subcontract modifications to MSE2 Inc dba Mader Southeast in the respective lump sum amounts of

1 $611700 for CR05641-LST-Bulletin 23 Drywall-Backing and Framing forAdded Devices The modified scope of work consists of additional backing and framing for devices and smoke dampers as per LST Bulletin 23

2 $294800 for CR0595-LST-Bulletin 32-Drywall The modified scope of work consists of additional costs for backing and blocking added signage as per LST Bulletin 32 revisions

3 ($71700) for CR0599-LST-RFI 1980-Wall Type Around Columns at Area 9 The modified scope of work consists of deletion of framing and drywall around columns at LST Area 9 Level 1 that were replaced with CMU perRFI 1980

The approval of these subcontract modifications to MSE2 Inc dba Mader Southeast resolves all requests for cost and time for

1 CR05641 with LST Bulletin 23 for Drywall in GMP No 7-S1 CR0564 for low voltage was submitted 10012019

2 CR0595 with LST Bulletin 32 for Drywall in GMP No 7-S1 There will beadditional costs forthcoming for signage in GMP No 7-S2 once the subcontract agreement is awarded There will be no costs for GMP No 7-S or GMP No 7-S3

3 CR0599 for all requests for cost and time associated with RFI 1980

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

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

TKJV to issue a subcontract modification to MSE2 Inc dba Mader Southeast in the lump sum amount of $ 611700 TKJV to issue a subcontract modification to MSE2 Inc dba Mader Southeast in the lump sum amount of $ 294800 TKJV to issue a subcontract modification to MSE2 Inc dba Mader Southeast in the lump sum amount of $ (71700) Deduct from PI Owner Contingency $ (587600) Deduct from P1X Owner Contingency $ (247200)

Minutes of the Construction Committee Meeting February 18 2020 Page 18 of 39

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-S1) for this subcontract modification is MSE2 Inc dba Mader Southeast (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue Subcontractor Modifications to MSE2 Inc dba Mader Southeast on BP-S00147 South Terminal C Phase 1 - LandsideTerminal Remaining Structures and Systems (GMP No 7-S1) for the total lumpsum amount of $834800 with funding from Passenger Facility Charges and General Airport Revenue Bonds

M Subcontractor Modifications for BP-S00150 (GMP No 9-S) with Skybuilders USA LLC for CR0362-PKG-Rental Extension Temporary Wall Protection Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando InternationalAirport in the total amount of $3903600 to Skybuilders USA LLC for CR0362-PKG-Rental Extension Temporary Wall Protection Bid Package 3100 Demolition was previously awarded within GMP No 9-S to Skybuilders USA LLC CC No 2017101016

TKJV is proposing a subcontract modification to Skybuilders USA LLC in thetotal lump sum amount of $3903600 for CR0362-PKG-Rental Extension TemporaryWall Protection he modified scope of work consists of all additional costsassociated with the rental extension of temporary wall protection for 8 months from October 18 2019 to June 20 2020 for 2478 LF of temporary panels 2195 LF of windscreen and 533 sandbags and rental extension for 4 months from February 20 2020 to June 20 2020 for 444 LF of temporary panels andwindscreen and 150 sandbags in various locations in the parking garage

The approval of this subcontract modification to Skybuilders USA LLC resolves all requests for costs and time resulting from the scope of work associated with CR0362

TKJV has submitted documentation including the subcontractors 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 Skybuilders USA LLC in the lump sum amount of $ 3903600 Deduct from CMAR Contingency $ (3903600)

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 Skybuilders USA LLC (MWBELDB) There is a 100 MWBE participation associated with this modification

Minutes of the Construction Committee Meeting February 18 2020 Page 19 of 39

Vice Chair Sharman asked if the completed eligibility was received for thisitem Ms Hinds answered yes

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Skybuilders USA LLC on BP-S00150 South Terminal C Phase 1 - Parking Facility- Phase 1 (GMP No 9-S) for the total lump sum amount of $3903600 with funding from Customer Facility Charges and General Airport Revenue Bonds

N Subcontractor Modification for BP-S00150 (GMP No 9-S) with Gulf Mechanical Contractors LLC for CR0492-PKG-RFI 1968-Electrical Room Door Size ChangesMr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando International Airport in the total amount of $167700 to Gulf Mechanical Contractors LLC for CR0492-PKG-RFI 1968 Series-Electrical Room Door SizeChanges Bid Package for 2200 Plumbing was previously awarded within GMPNo 9-S to Gulf Mechanical Contractors LLC CC No 20171010016

TKJV is proposing a subcontract modification to Gulf Mechanical ContractorsLLC in the total lump sum amount of $167700 for CR0492-PKG-RFI1968 Series-Electrical Room Door Size Changes The modified scope of work consists of all labor and material to trench and excavate reconfigured PVC pipes and fittingsrequired to accommodate a changed door opening dimension due to the responsefrom RFI 1968

The approval of this subcontract modification to Gulf Mechanical Contractors LLC resolves all requests for cost and time associated with RFI 1968 series for GMP No 9-S Remaining costs for RFI 1968 were previously submitted under GMP No 9-S1 as CR04921-PKG-RFI 1968-Electrical Room Door Size Changes

TKJV has submitted documentation including the subcontractors 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 cost or time

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

TKJV to issue subcontract modification to Gulf Mechanical Contractors LLC in the lump sum amount of $ 167700 Deduct from Owner Contingency $ (167700)

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 Gulf Mechanical Contractors LLC (Non-MWBELDBVBE) There is no small businessparticipation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Gulf

Minutes of the Construction Committee Meeting February 18 2020 Page 20 of 39

Mechanical Contractors LLC on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $167700 with funding from Customer Facility Charges and General Airport Revenue Bonds

O Subcontractor Modification for BP-S00150 (GMP No 9-S) with CCK ConstructionServices Inc for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU Mr Guirges presented the memorandum requesting approvalfor Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando International Airport in the total amount of $816800 to CCK Construction Services Inc for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU Bid Package 30 Concrete was previouslyawarded within GMP No 9-S to CCK Construction Services Inc CC No2017101016

TKJV is proposing a subcontract modification to CCK Construction ServicesInc in the total lump sum amount $816800 for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU The modified scope consists ofall materials and labor required for the additional footer and the Cast inPlace (CIP) tie beams as per RFI 1877

The approval of this subcontract modification resolves all requests for cost and time associated with RFI 1877 for GMP No 9-S Costs for Miscellaneous metals subcontractors will be submitted under CR 05531 for GMP No 9-S1

TKJV has submitted documentation including the subcontractors 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 CCK Construction Services Inc in the lump sum amount of $ 816800 Deduct from Owner Contingency $ (816800)

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 CCK Construction Services Inc (Non-MWBELDBVBE) There is 189 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to CCK Construction Services Inc on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $816800 with funding from Customer Facility Charges and General Airport Revenue Bonds

P Subcontract Award for BP-S00150 (GMP No 9-S) with Fine Tune Services LLC for CR0630-PKG-Rough and Final Cleaning Award Mr Guirges presented thememorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) toissue a Subcontract Award on BP-S00150 South Terminal C Phase 1 ParkingFacility - Phase 1 (GMP No 9-S) at the Orlando International Airport in thetotal amount of $15450000 to Fine Tune Enterprises Inc for CR0630-PKG-

Minutes of the Construction Committee Meeting February 18 2020 Page 21 of 39

Rough and Final Cleaning Award Bid Package for BP-S150 Parking FacilityPhase 1 was previously awarded to TKJV reference CC No 2017101016

TKJV is proposing a subcontract award for CR0630-PKG-Rough and Final Cleaning The scope of the award is for the cleaning of all concrete structures floorselevators and finished areas for the parking garage phase 2 in accordance with bid package 174 dated August 1 2019 and documents through PKG DSI 4 andCWS Bulletin 12 and as described in the Fine Tune Enterprises Inc proposal

The approval of this subcontract award to Fine Tune Enterprises Inc resolvesall costs associated with PKG Bid Package 174 and documents through DSI 4 andCWS Bulletin 12

TKJV has submitted documentation including the subcontractors 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 Subcontract Award for this project is as follows

TKJV to issue Subcontract Award to Fine Tune Enterprises Inc in the lump sum amount of $ 15450000 GMP Line Item 17 current balance $ (7500000) Deduct from P1 CMAR Contingency $ (6921000) Deduct from CWE CMAR Contingency $ (1029000) GMP Line Item 17 remaining balance $ 000

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 award is Fine Tune Enterprises Inc (MWBELDB) There is 100 MWBE participation associated with this award

Vice Chair Sharman asked if this request includes the cost for cleaning the canopies Mr Guirges stated that although the canopies are not installedyet this item includes final cleaning under the canopy area Ms Stockerl agreed that the estimate included the cost of final cleaning once the canopies are installed Vice Chair Sharman stated that funding is partially from the Campus Wide Improvements project Mr Ruohomaki stated that the funding sources can be re-evaluated if necessary Vice Chair Sharman agreed that the funding can be revised if needed

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontract Award to Fine Tune Enterprises Inc on BP-S00150 South Terminal C Phase 1 - Parking Facility- Phase 1 (GMP No 9-S) for the total lump sum amount of $15450000 withfunding from Customer Facility Charges and General Airport Revenue Bonds

Q Subcontractor Modification for BP-S00150 (GMP No 9-S) with CCK ConstructionServices Inc for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement 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 $156000 to CCK Construction

Minutes of the Construction Committee Meeting February 18 2020 Page 22 of 39

Services Inc for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement Bid Package 30 Concrete was previously awarded within GMP No 9-S to CCKConstruction Services Inc CC No 2017101016

TKJV is proposing a subcontract modification to CCK Construction ServicesInc in the total lump sum amount $156000 for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement The modified scope consists of additional laborand material to cut splice and adjust the promenade slab reinforcement

The approval of this subcontract modification resolves all requests for cost and time associated with PKG RFI 19851

TKJV has submitted documentation including the subcontractors 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 CCK Construction Services Incin the lump sum amount of $ 156000 Deduct from CMAR Contingency $ (156000)

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 CCK Construction Services Inc (Non-MWBELDBVBE) There is no small businessparticipation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to CCK Construction Services Inc on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $156000 with funding from Customer Facility Charges and General Airport Revenue Bonds

R Subcontractor Modification for BP-S00151 (GMP No 9-S1) with Quality Cable Contractors Inc for CR04301-PKG-Bulletin 10 and RFI 2690-Low Voltage Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00151 South Terminal C Phase 1 - Parking Facility Phase 2 (GMP No 9-S1) at the Orlando International Airport in the total amount of $5225700 to Quality Cable Contractors Inc for CR04301-PKG-Bulletin 10 and RFI 2690-Low Voltage Bid package 2800 Low Voltage Electrical was previously awarded within GMP No 9-S1 Parking Facility Phase 2 to Quality Cable Contractors Inc CC No2018092525A

TKJV) is proposing a subcontract modification to Quality Cable Contractors Inc in the total lump sum amount of $5225700 for CR04301-PKG-Bulletin 10and RFI 2690-Low Voltage The modified scope of work consists of additional materials labor and equipment for ten (10) additional access controls at PKGdoors and the credit associated with the blue phone and camera outletsrevisions per PKG Bulletin 10 and RFI 2690

Minutes of the Construction Committee Meeting February 18 2020 Page 23 of 39

The approval of this subcontract modifications to Quality Cable ContractorsInc resolves all requests for costs and time resulting from PKG Bulletin 10 and RFI 2690 for GMP No 9-S1 CR0430 was submitted for GMP No 9-S CC No20190910021 This request resolves all requests for cost and time for RFI2690 for Low Voltage costs for the hardware changes for Taylor Cotton amp Ridley Inc GMP No 9-S1 was submitted under CR0776

TKJV has submitted documentation including the subcontractors 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 award to Quality Cable Contractors Inc in the lump sum amount of $ 5225700 Deduct from Owner Contingency $ (5225700)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00151 (GMP No 9-S1) for this subcontractor modificationis Quality Cable Contractors Inc (MWBELDB) There is 100 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Quality Cable Contractors Inc on BP-S00151 South Terminal C Phase 1 - ParkingFacility Phase 2 (GMP No 9-S1) for the total lump sum amount of $5225700 with funding from Customer Facility Charges and General Airport Revenue Bonds

S Subcontractor Modification for BP-S00163 (GMP No 5-S5) with The Middlesex Corporation for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place (CIP)Rectangular Beam Canopy Anchor Bolt Locations Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) toissue a Subcontract Modification on BP-S00163 South Terminal C Phase 1 -EnplaneDeplane Bridge and Roadways Balance of Work - FDOT (GMP No 65-S5)at the Orlando International Airport in the total amount of $2295700 to The Middlesex Corporation for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place(CIP) Rectangular Beam Canopy Anchor Bolt Locations Bid Package 3400 EnplaneDeplane Bridge-Combined Piers and Piles was previously awarded within GMP No 5-S5 EnplaneDeplane Bridge and Roadways Balance of Work -FDOT to The Middlesex Corporation CC No 20180605007

TKJV is proposing a subcontract modification to The Middlesex Corporation in the total lump sum amount of $2295700 for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place (CIP) Rectangular Beam Canopy Anchor Bolt Locations The CIP beams were formed and rebar installed but were found to have a discrepancy between the LSC (Landside Civil) and LST (Landside Terminal) drawings with thecanopy anchor bolt locations RFI 3051 response confirmed that the proposed structural adjustment to drill and epoxy the rebar inside the limits of the CIP rectangular beam is acceptable RFI 30511 response confirmed that the proposed epoxy product is acceptable RFI 3249 response provided the details of alternative reinforcement at the canopy column locations The modifiedscope of work consists of all the labor material and equipment costs

Minutes of the Construction Committee Meeting February 18 2020 Page 24 of 39

associated with the relocation of the anchor bolts and the structural adjustments required as per the EOR responses to RFIs 3051 30511 and 3249

The approval of this subcontract modification to The Middlesex Corporationresolves all requests for cost and time resulting from RFIs 3051 30511 and3249

TKJV has submitted documentation including the subcontractors 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 $ 2295700 Deduct from Phase 1 CMAR Contingency $ (2295700)

Due to the funding source of this GMP No 5-S5 Turner-Kiewit Joint Ventureproposed a 20 DBE participation goal for Bid Package 3400 EnplaneDeplane Bridge and Roadways Balance of Work - FDOT in lieu of MWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by this modification The subcontractor identified and committed to participate on BP-S00163 (GMP No 5-S5) for this subcontract modification is The Middlesex Corporation(Non-DBE) There is no DBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to The Middlesex Corporation on BP-S00163 South Terminal C Phase 1 - EnplaneDeplane Bridge and Roadways Balance of Work - FDOT (GMP No 5-S5) for the total lumpsum amount of $2295700 with funding from Passenger Facility Charges

T Subcontractor Modification for BP-S00168 (GMP No 6-S4) with MC Dean Inc for CR03382-6S4 ASC RFI 1621 Emergency Communications System (ECS) Speakersndash Low Voltage Mr Guirges presented the memorandum requesting approval forHensel Phelps Construction (HPC) to issue Subcontract Modifications on BP-S00168 South Terminal C Phase 1 - Interior Finishes and Specialties (GMPNo 6-S4) at the Orlando International Airport in the total amount of $2102300 to MC Dean Inc for CR03382-6S4 ASC RFI1621 EmergencyCommunications System (ECS) Speakers - Low Voltage Bid Package BP-S168 2701ASC Low Voltage Systems was previously awarded within the GMP No 6-S4 toMC Dean Inc CC No 20181002010

HPC is requesting to issue a Subcontractor Modification to MC Dean Inc in the total Lump Sum amount of $2102300 for CR03382-6S4 ASC RFI 1621 Emergency Communications System (ECS) Speakers - Low Voltage The response to RFI 1621 provided updated Technology drawings and schedule showing the Low VoltageRequirements for the Type 4 Wall Mount Emergency Communications SystemsSpeakers in Transfer Level Areas 16 and 17 The modified scope of work consistsof the costs associated with the additional conduits and 1-port Cat 6 cables required to those speakers for the low voltage scope per RFI 1621 response and sketches

Minutes of the Construction Committee Meeting February 18 2020 Page 25 of 39

The approval of this Subcontractor Modification to MC Dean Inc resolves all requests for cost and time resulting from RFI 1621 in GMP No 6-S4 Cost impacts for Electrical work associated with RFI 1621 in GMP No 6-S2 will besubmitted via CR03381-6S2-0143 There is no cost impact for RFI 1621 in GMP Nos 6-S 6-S1 6-S3 6-S5 or 6-S6

HPC has submitted documentation including the subcontractors 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 MC Dean Inc in the lump sum amount of $ 2102300 Deduct from Owner Contingency $(2102300)

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-S4) for this subcontract modification is MC Dean Inc (Non-MWBELDBVBE) There is 835 MWBE participationassociated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue Subcontractor Modifications to MC Dean Inc on BP-S00168 South Terminal C Phase 1 - Interior Finishes andSpecialties (GMP No 6-S4) for the total lump sum amount of $2102300 with funding from Passenger Facility Charges and General Airport Revenue Bonds

U Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0609-LST-RFIs 2513 25131 and 25132-Sink type per Location Verification Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $295100 to Kirlin Florida LLC for CR0609-LST-RFIs 2513 25131 and 25132- Sink type per Location Verification Bid Package BP 2300 Plumbing andHVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $295100 for CR0609-LST-RFIs 2513 25131 and 25132- Sink type per Location Verification The modified scope of work consists ofall costs associated with the change in fixture specification for the AG Lab sink from the S-2 tag to a custom steel two-bay sink with two drain boards disposal cone washout spray vacuum breaker solenoid valve and piping as captured in RFI 2513 confirmation of custom sink model number per RFI 25131 and the confirmation of the disposal waste drain opening size in RFI 25132

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFIs 2513 25131 and 25132

TKJV has submitted documentation including the subcontractors proposal to support their request An independent cost estimate is included By approving

Minutes of the Construction Committee Meeting February 18 2020 Page 26 of 39

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 Kirlin Florida LLC in the lump sum amount of $ 295100 Deduct from Owner Contingency $ (295100)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $295100with funding from General Airport Revenue Bonds

V Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0621-LST-RFI 2544- Missing Civil Storm Pipe Correction Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the OrlandoInternational Airport in the total amount of $563200 to Kirlin Florida LLCfor CR0621-LST-RFI 2544-Missing Civil Storm Pipe Connection Bid Package BP 2300 Plumbing and HVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No 2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $563200 for CR0621-LST-RFI 2544-Missing Civil Storm Pipe Connection The modified scope of work consists of all additional costsassociated with a net add of underground plumbing piping to correspond withthe new civil design between L1 and L2 per RFI 2544

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 2544

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the lump sum amount of $ 563200 Deduct from P1 Owner Contingency $ (563200)

Minutes of the Construction Committee Meeting February 18 2020 Page 27 of 39

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $563200with funding from Passenger Facility Charges and General Airport Revenue Bonds

W Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0710-LST-RFI 1727-AC Humidifiers Missing Domestic Chilled Water (DCW) Piping Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $446500 to Kirlin Florida LLC for CR0710-LST-RFI 1727-AC Humidifiers Missing Domestic Chilled Water (DCW) Piping Bid Package BP 2300 ldquoPlumbing andHVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $446500 for CR0710-LST-RFI 1727-AC humidifiersmissing DCW pipe The modified scope of work consists of additional domesticcold-water connections and piping for the AC units with humidifiers

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 1727

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the lump sum amount of $ 446500 Deduct from CMAR Phase 1 Contingency $ (324700) Deduct from CMAR Phase 1X Contingency $ (121800)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Minutes of the Construction Committee Meeting February 18 2020 Page 28 of 39

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $446500with funding from Passenger Facility Charges and General Airport Revenue Bonds

X Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0753-LST-RFI 2368-Duct Blanket R-Value 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-S3) at the OrlandoInternational Airport in the total deductive amount of ($6747700) to Kirlin Florida LLC for CR0753-LST-RFI 2368-Duct Blanket R-Value Bid Package BP 2300 Plumbing and HVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No 2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal deductive lump sum amount of ($6747700) for CR0753-LST-RFI 2368-DuctBlanket R-Value The modified scope of work consists of all additions anddeductions associated with the use of a 233-inch-thick 34-lbcu mineralfiberglass blanket instead of the specified 2-inch thick 15-lbcu mineralfiberglass blanket on HVAC duct systems per RFI 2368

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 2368

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the deductive lump sum amount of $ (6747700) Add to P1 Owner Contingency $ 4907600 Add to P1X Owner Contingency $ 1840100

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-DBEMWBELDBVBE) There is a reduction of 100 DBE participationassociated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin

Minutes of the Construction Committee Meeting February 18 2020 Page 29 of 39

Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total deductive lump sum amount of($6747700) with funding credited to Passenger Facility Charges and GeneralAirport Revenue Bonds

Y Subcontractor Modifications for BP-S00173 (GMP No 7-S3) with MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Mr Guirges presented the memorandum requesting approval forTurner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $985400 to MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Bid Package BP 2600 Electrical waspreviously awarded within GMP No 7-S3 to MC Dean Inc CC No 2018100211

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $575400 for CR06161-LST RFI 2611-Missing PACSEnclosures RFI 2611 requested information regarding routing of PACS (Physical Access Control System) door panels to IDF rooms innear US Customs and Border Protection (CBP) spaces The modified scope of work consists of all labor material and equipment associated with the addition of power for (11) PACS enclosures as captured in RFI 2611

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $410000 for CR0692-LST-Bulletin 31-Electrical Themodified scope of work consists of all costs associated with the confirmed Electrical panel additions per new circuit descriptions andload updates

The approval of these subcontract modifications to MC Dean Inc as proposedin CR06161-LST RFI 2611-Missing PACS Enclosures resolves all requests forcosts and time associated with LST RFI 2611 for GMP No 7-S3 Electrical CR0616 CC No 20191217-3-1 resolved all cost and time for GMP No 7-S1 LowVoltage There will be no forthcoming CRs for RFI 2611

The approval of this subcontract modification as proposed to MC Dean inCR0692-LST-Bulletin 31-Electrical Inc resolves all requests for costs andtime associated with LST Bulletin 31 Electrical scope A CR for GMP No 7-S1Low voltage scope is forthcoming

TKJV has submitted documentation including the subcontractors 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 for CR06161 to MC Dean Inc in the lump sum amount of $ 575400 TKJV to issue a subcontract modification for CR0692 to MC Dean Inc in the lump sum amount of $ 410000 Deduct from PI Owner Contingency $ (985400)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on

Minutes of the Construction Committee Meeting February 18 2020 Page 30 of 39

BP-S00173 (GMP No 7-S3) for this subcontract modification is MC Dean Inc(Non-DBE) There is no small business participation associated with thismodification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue Subcontractor Modifications to MC Dean Inc on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $985400 withfunding from General Airport Revenue Bonds

Z Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0662-AFC-Power and Laydown Yard to QC Lab Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $2817800 to Kiewit Infrastructure South Cofor CR0662-AFC-Power and Laydown Yard to QC Lab Bid Package 34101 Site Electrical and Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $2817800 for CR0662-AFC-Power and Laydown Yard to QC Lab The scope of work consists of all labor material and equipmentrequired to install the power to the Quality Control (QC) lab located off Wiley Road from the Security Check Point and construct a lay-downparking areaat the QC lab and subsequently remove it when the lab is no longer needed The dimensions for the base material needed for the lay-downparking area are 50-foot by 50-foot next to the lab and 12-foot by 30-foot in front of the lab

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Power and Laydown Yard to QC Lab scope of work

TKJV has submitted documentation including the subcontractors 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 Kiewit Infrastructure South Co in the lump sum amount of $ 2817800 Deduct from P1 Owner Contingency $ (1551700) Deduct from P1X Owner Contingency $ (1266100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Minutes of the Construction Committee Meeting February 18 2020 Page 31 of 39

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $2817800 with fundingfrom General Airport Revenue Bonds

AA Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0672-AFC-Test Pit Remediation Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $6069900 to Kiewit Infrastructure South Co forCR0672-AFC-Asphalt Millings Shortage Bid Package 34101 Site Electricaland Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $6069900 for CR0672-AFC-Asphalt MillingsShortage The modified scope of work consists of all costs associated withasphalt milling RAP (Reclaimed Asphalt Pavement) for use on crane pads accessroad and pedestrian paths as tracked by the time and material (TampM) tickets

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Asphalt Millings Shortage

TKJV has submitted documentation including the subcontractors proposal to support their request An independent cost review 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 Kiewit Infrastructure South Co in the lump sum amount of $ 6069900 Deduct from P1 Owner Contingency $ (2724800) Deduct from P1X Owner Contingency $ (3345100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is 87 LDB participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $6069900 with fundingfrom General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 32 of 39

GENERAL

REQUEST FOR APPROVAL TO REIMBURSE THE HYATT FOR WORK PERFORMED DURING BP-00474HYATT REGENCY GUEST ROOMCORRIDOR RENOVATION AT THE ORLANDO INTERNATIONAL AIRPORT 4 Ms Grant presented the memorandum dated February 18 2020 along with aninvoice from Hyatt Regency dated September 30 2019 for BP-00474 Hyatt GuestRoomCorridor Renovation at the Orlando International Airport The invoice is to provide reimbursement for emergency work to clean the 7th Floor after a sprinkler activation repair cut phone lines in several rooms and clean rooms for turnover which was not completed by the General Contractor (GC) in time to turn over thoserooms

If approved this reimbursement would be effective February 18 2020

Ms Schneider asked if the contractor was back-billed for this Mr Ruohomaki answered no that this is a negotiated settlement Vice Chair Sharman stated that this was done to finish the renovations and open the areas earlier which was in the best interest of the Aviation Authority

Vice Chair Sharman asked if R W Block Consulting Inc had reviewed the invoiceand will sign-off on it Mr Kurek answered yes it will be signed

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve to Reimbursethe Hyatt Regency for Work performed during BP-00474 Hyatt Guest RoomCorridor Renovation for the total lump sum fee amount of $926994 with funding frompreviously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 107 TO THE CONTINUING PROGRAMAND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR A NO-COST STAFFING CHANGE FOR THE CONSTRUCTION PHASE OAR SERVICES FOR BP-00482 GATE E-50 AND CHECKPOINT CHARLIE DEVELOPMENT ATTHE ORLANDO INTERNATIONAL AIRPORT 5 Mr Sorondo presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 5 2020 for a No-Cost Staffing Change for the Construction Phase OAR Services forBP-00482 Gate E-50 and Checkpoint Charlie Development at the Orlando International Airport On September 24 2019 the Construction Committee approved Addendum No107 to the above-referenced agreement in the amount of $24677100 for ConstructionPhase OAR Services Since that time a no-cost staffing change is being requested to replace the JMATT Construction Services LLC Senior Inspector who is stillengaged on another project with an A2 Group Inc Inspector and a Geotech Consultants International Inc dba GCI Inc Senior Inspector as furthered described in the Consultantrsquos proposal

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contractrsquos MWBELDBVBE specifications and determined that the proposed no-cost staffing change includes a reduction to JMATT Construction Services LLC (MWBE)in the amount of ($5355000) and an add to A2 Group Inc (DBE) in the amount of$2100000 resulting in an overall 28 MWBE participation for this Addendum No 107 and Amendment Nos 1 and 2

Vice Chair Sharman asked if Geotech Consultants International Inc dba GCI Inc was switching subconsultants Mr Sorondo answered yes

Minutes of the Construction Committee Meeting February 18 2020 Page 33 of 39

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 107 to the Continuing Program and Project Management Services (OARPrime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for No-Cost Staffing Change for the Construction Phase OAR Services for BP-00482 Gate E-50 and Checkpoint Charlie Development there is no fiscal impact associatedwith this item

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN AMENDMENT TO PURCHASING CONTRACT 01-20 PERSONNEL SCREENING SERVICES WITH COVENANT AVIATION SECURITY AT THE ORLANDO INTERNATIONAL AIRPORT 6 Mr Shedek presented the memorandum dated February 18 2020 for Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC at the Orlando International Airport On January 7 2020 the Construction Committee approved Agenda Item No 11 for anAmendment to Purchasing Contract 01-20 Personnel Screening Services with CovenantAviation Security LLC for Personnel Screening Services on BP-00491 West Security Screening Checkpoint Expansion - Package 2 for a total not-to-exceed expense amountof $200000 with funding from project funds (ie previously-approved CapitalExpenditure Funds and General Airport Revenue Bonds) Since then it has been determined that these services will not be required

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC there is no fiscal impact associatedwith this item

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR E-00264 NORTH PARK PLACE LIGHT POLE REPLACEMENT AT THE ORLANDO INTERNATIONAL AIRPORT 7 Mr Graham presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for E-00264 North Park Place Light PoleReplacement at the Orlando International Airport The scope of the project is toremove and replace 49 parking lot light poles located in the North Park Place parkinglot re-install the existing light fixtures and provide ancillary replacement parts as necessary at the Orlando International Airport

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 42 MWBE participation on this Addendum

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for E-00264 North Park Place Light Pole Replacement for the total not-to-exceed fee amount of $2396100 with funding from previously-approved Discretionary Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 34 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE TICKET LOBBY MODIFICATIONS ANDIMPROVEMENTS AGREEMENT WITH CT HSU amp ASSOCIATES PA FOR CONSTRUCTION ADMINISTRATION SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 8 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from CT Hsu amp Associates PA dated January 30 2020 to provide Construction Administration Services for V-00906 West Checkpoint Video Walls a the Orlando International Airport Services will include CA services shop drawing review and coordination for the installation of the four LED video walls under the Chilirsquos Restaurant at the West Security Checkpoint A and B Sides

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that CT Hsu ampAssociates PA proposes 604 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Ticket Lobby Modifications and Improvements Agreement with CT Hsuamp Associates PA for Construction Administration Services for V-00906 West Checkpoint Video Walls for the total amount of $5624000 which includes the not-to-exceed fee amount of $5511700 and the not-to-exceed reimbursable expense amount of $112300 with funding from previously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 9 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for the above referenced project This project provides two large and two small Video Walls in the West Checkpoint area ofthe Great Hall on Landside Level 3

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 694 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for Construction Phase OAR Services for V-00906 West Checkpoint Video Walls for the total not-to-exceed fee amount of $4771500 with funding from previously-approved Capital Expenditure Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 35 of 39

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 19 TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT (OAR PRIME ENTITY) SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC TO PROVIDE ADDITIONAL CONSTRUCTION PHASE OAR SERVICES FOR V-00933 PODS A AND B FLOOR REPAIR AT THE ORLANDO INTERNATIONAL AIRPORT 10 Mr Willems presented the memorandum dated February 18 2020 along with aproposal from AECOM Technical Services Inc dated January 23 2020 to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair at the Orlando International Airport On November 19 2019 the Construction Committee approved Addendum No 19 in the amount of $714400 to the above-referencedagreement Since that time it has been determined that additional Construction Phase OAR Services are required as furthered described in the Consultantrsquos proposal dated January 23 2020

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the required services AECOM Technical Services Inc does not propose any MWBE LDB or VBE participation on this Amendment

Mr Patterson asked if this work will be ending next week Mr Willems answered yes

Mr Patterson stated that the timing of the work needed to be coordinated withOperations to avoid the holiday rush Mr Ruohomaki stated that due to these timingissues the OAR (AECOM Technical Services Inc) needs additional time to continue providing OAR Services on the project through close-out

Vice Chair Sharman asked if RW Block Consulting Inc had any outstanding issues with this request Ms Rainey responded that a change order on V-00933 requestinga time extension has not been received Mr Willems stated that the Contractor has not yet requested additional time but that a change order can be submitted to asubsequent Construction Committee Meeting Vice Chair Sharman asked if RW Block Consulting Inc would be amenable to this request once the change order is receivedMs Rainey answered yes [Subsequent to the Construction Committee meeting following review by the Contractor and OAR it was determined that a time extension change order would not be required RW Block Consulting Inc finds this item acceptable]

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 19 to the Continuing Program and Project Management (OAR Prime Entity) Services Agreement with AECOM Technical Services Inc to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair for thetotal not-to-exceed fee amount of $676800 with funding from previously-approvedOperation and Maintenance Funds

REQUEST FOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH HW DAVIS CONSTRUCTION INC FORV-00957 REPAIR SUB-CANOPIES LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 11 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from HW Davis Construction Inc dated October 23 2019 for V-00957Repair Sub-Canopies Level 3 A and B Enplane Drive at the Orlando InternationalAirport Project scope is to provide all labor equipment and materials to fabricatedeliver and install new fabric cover strips at diagonal steel braces at the sub-canopies rain protection covers at nine canopy locations and repair two separatedcable pockets at Canopy Nos 6 and 16 at the Orlando International Airport The duration of the project is 30 calendar days for Substantial Completion and 30

Minutes of the Construction Committee Meeting February 18 2020 Page 36 of 39

calendar days for Final Completion with a contemplated Notice to Proceed (NTP) date of February 24 2020

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that due to the limited scope of the required services HW Davis Construction Inc does notpropose any MWBELDBVBE participation on this Job Order Construction Services Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve a JobOrder Construction Services Addendum to the Continuing Vertical Construction Services Agreement with HW Davis Construction Inc for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total direct-negotiated amount of $3573300 andwaive the requirement for Performance and Payment Bonds with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR V-00957 REPAIR SUB-CANOPIES AT LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 12 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated January 31 2020 is to provide Construction Phase OAR Services on the above-referenced project

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the services to be provided Geotech Consultants International Inc dba GCI Inc does not propose any MWBELDBVBE participation on this Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total not-to-exceed fee amount of $290700 with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH GOMEZ CONSTRUCTION COMPANY FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) AT THE ORLANDO INTERNATIONAL AIRPORT 13 This item was deferred

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) ATTHE ORLANDO INTERNATIONAL AIRPORT 14 This item was deferred

Minutes of the Construction Committee Meeting February 18 2020 Page 37 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING ENVIRONMENTAL ENGINEERING CONSULTANT SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC FOR INSTALLATIONOF NEW MONITORING WELLS IMPLEMENTATION OF ONE SEMI-ANNUAL POST-ACTIVE REMEDIATIONMONITORING (PARM) AND PREPARATION OF ONE PARM REPORT AT THE FORMER DAYRON FACILITYFOR W-00072 OEA REMEDIATION OF DAYRON PLUME AT THE ORLANDO EXECUTIVE AIRPORT 15 Mr Carrington presented the memorandum dated February 18 2020 along with a proposal from AECOM Technical Services Inc dated February 10 2020 to provide for the installation of eleven new monitoring wells implementation of one semi-annual groundwater Post-Active Remediation Monitoring (PARM) and the preparation and submission of one PARM report at the former Dayron Facility at the OrlandoExecutive Airport The one semi-annual PARM monitoring event to be performed in late March or early April 2020

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that AECOM Technical Services Inc proposes 331 MWBE and 80 LDB participation on this Addendum

Mr Ruohomaki asked if this was in pursuit of a NFA designation (No Further Action)Mr Carrington answered yes

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve an Addendum to the Continuing Environmental Engineering Consultant Services Agreement with AECOMTechnical Services Inc for Installation of New Monitoring Wells Implementation of One Semi-Annual Post-Active Remediation Monitoring (PARM) and Preparation of One PARM Report at the Former Dayron Facility for W-00072 OEA Remediation of DayronPlume at the Orlando Executive Airport for the total amount of $7150000 which includes the not-to-exceed fee amount of $4112700 and the not-to-exceed reimbursable expense amount of $3037300 with funding from OEA Environmental Liability Funds

REQUEST FOR RECOMMENDATION OF APPROVAL OF NO-COST ADDENDA TO THE CONTINUING TRANSPORTATION PLANNING CONSULTING SERVICES AGREEMENTS TO EXERCISE THE SECOND AND FINAL ONE-YEAR RENEWAL OPTION 16 Ms Anderson presented the memorandum dated February 18 2020 requesting the recommendation of approval of No-Cost Addenda to the Continuing Transportation Planning Consulting Services Agreements to exercise the second and final one-year renewal option In June 2016 the Aviation Authority Board approved ContinuingTransportation Planning Consulting Services Agreement with the below firms Theprovisions in the agreement include a base three-year term with two subsequent optional one-year renewal periods upon mutual agreement of the parties

Each firmrsquos first one-year renewal expires as follows

Firm Expiration Date HNTB Corporation July 26 2020 HDR Engineering Inc September 12 2020

In order to maintain these services on an as-needed basis for routine operations staff requires the services of the above-referenced firms The firms were requested to provide their concurrence to exercise the second and final one-year renewal option

Upon motion of Mr Patterson second by Mr Hunt vote carried to recommend to theAviation Authority Board approval of No-Cost Addenda to the Continuing Transportation

Minutes of the Construction Committee Meeting February 18 2020 Page 38 of 39

Planning Consulting Services Agreements to Exercise the Second and Final One-Year Renewal Option there is no fiscal impact associated with this item

REQUEST FOR APPROVAL OF CONTRACTORrsquoS FINAL PAYMENT TO HL PRUITT CORPORATION FOR E-00212 INVENTORY AND MARKING OF AIRFIELD LIGHTING AT THE ORLANDO INTERNATIONALAIRPORT 17 Mr Patterson presented the memorandum dated February 18 2020 requesting the Contractorrsquos Final Payment to HL Pruitt Corporation for E-00212 Inventory andMarking of Airfield Lighting at the Orlando International Airport The Construction Contract for the referenced project has been completed and all issues involving the Contractor have been addressed and resolved

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve theContractorrsquos Final Payment Authorization to HL Pruitt Corporation for E-00212Inventory and marking of Airfield Lighting at the Orlando International Airport

INFORMATION ITEMS

18 The following items were presented for information only

A Field Change Order (FCO) Log

B Revised Supporting Documentation for Change Order PS-00329-11 Parking Access and Revenue Control System (PARCS) Replacement at The OrlandoInternational Airport [From Construction Committee on July 30 2019 ItemNo 1-F] [The Construction Committee determined that this information item should be converted to an action item and it was motioned with Item No 2-B]

C Revised Coversheet for Hensel Phelps Construction to issue a SubcontractModification to Inland Construction and Engineering Inc for BP-S00144South Terminal C Phase 1 - Airside Enclosure amp Exterior Finishes (GMPNo 6-S2) at The Orlando International Airport [From ConstructionCommittee on November 26 2019 Item No 2-D]

D Additional Supporting Documentation for Request for Recommendation ofApproval of an Amendment to Addendum No 7 to the Construction Management at Risk (CMR) Entity Services for the South Terminal C Phase 1 (STC-P1)Agreement with Turner-Kiewit Joint Venture for BP-S00150 South TerminalC Phase 1 ndash Parking Facility (GMP 9-S) at The Orlando International Airport [From Construction Committee on December 17 2019 Item No 5]

E Revised Coversheet for Request for Approval of an Addendum to the Technology and Multi-Media Specialty Engineer for the South Terminal CPhase 1 Agreement with Burns Engineering Inc for Design Services related to Customs Border and Patrol (CBP) final review for W-S00113 South Terminal C Phase 1 ndash Experiential Media Environment (EME) at The OrlandoInternational Airport [From Construction Committee on February 4 2020Item No 10]

F Office of Small Business Participation Memorandum for the Request forRecommendation of Approval of the FFampE and IT Estimate Procurement Plan and Process for Updating the Construction Committee for W-S00145 SouthTerminal C Phase 1 and Phase 1X (STC-P1 and P1X) Owner Furnished FFampE and IT Items at The Orlando International Airport [From ConstructionCommittee on February 4 2020 Item No 11]

______________________________

Minutes of the Construction Committee Meeting February 18 2020 Page 39 of 39

ADJOURNMENT

19 There being no further business for discussion the meeting was adjourned at 910 am

Kathleen Sharman Vice Chair Construction Committee Chief Financial Officer

Page 17: On TUESDAY, FEBRUARY 18, 2020 , the CONSTRUCTION … · Mike Patterson, Director of Construction . Gary Hunt, Director of Maintenance . ... Steve Pue, GOAA Maintenance . Vendla Davermann,

Minutes of the Construction Committee Meeting February 18 2020 Page 17 of 39

L Subcontractor Modifications for BP-S00147 (GMP No 7-S1) with MSE2 Inc dba Mader Southeast for CR05641-LST-Bulletin 23 Drywall-Backing and Framing for Added Devices CR0595-LST-Bulletin 32-Drywall and CR0599-LST-RFI 1980-Wall Type around Columns Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue Subcontract Modifications onBP-S00147 South Terminal C Phase 1 - Landside Terminal Remaining Structures and Systems (GMP No 7-S1) at the Orlando International Airport in the total amount of $834800 to MSE2 Inc dba Mader Southeast for CR05641-LST-Bulletin 23 Drywall-Backing and Framing for Added Devices CR0595-LST-Bulletin 32-Drywall and CR0599-LST-RFI 1980-Wall Type Around Columns at Area 9 Bid Package 910 Drywall and Framing was previously awarded within GMP No 7-S1 to MSE2 Inc dba Mader Southeast CC No 20181002009

TKJV is proposing the following subcontract modifications to MSE2 Inc dba Mader Southeast in the respective lump sum amounts of

1 $611700 for CR05641-LST-Bulletin 23 Drywall-Backing and Framing forAdded Devices The modified scope of work consists of additional backing and framing for devices and smoke dampers as per LST Bulletin 23

2 $294800 for CR0595-LST-Bulletin 32-Drywall The modified scope of work consists of additional costs for backing and blocking added signage as per LST Bulletin 32 revisions

3 ($71700) for CR0599-LST-RFI 1980-Wall Type Around Columns at Area 9 The modified scope of work consists of deletion of framing and drywall around columns at LST Area 9 Level 1 that were replaced with CMU perRFI 1980

The approval of these subcontract modifications to MSE2 Inc dba Mader Southeast resolves all requests for cost and time for

1 CR05641 with LST Bulletin 23 for Drywall in GMP No 7-S1 CR0564 for low voltage was submitted 10012019

2 CR0595 with LST Bulletin 32 for Drywall in GMP No 7-S1 There will beadditional costs forthcoming for signage in GMP No 7-S2 once the subcontract agreement is awarded There will be no costs for GMP No 7-S or GMP No 7-S3

3 CR0599 for all requests for cost and time associated with RFI 1980

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

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

TKJV to issue a subcontract modification to MSE2 Inc dba Mader Southeast in the lump sum amount of $ 611700 TKJV to issue a subcontract modification to MSE2 Inc dba Mader Southeast in the lump sum amount of $ 294800 TKJV to issue a subcontract modification to MSE2 Inc dba Mader Southeast in the lump sum amount of $ (71700) Deduct from PI Owner Contingency $ (587600) Deduct from P1X Owner Contingency $ (247200)

Minutes of the Construction Committee Meeting February 18 2020 Page 18 of 39

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-S1) for this subcontract modification is MSE2 Inc dba Mader Southeast (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue Subcontractor Modifications to MSE2 Inc dba Mader Southeast on BP-S00147 South Terminal C Phase 1 - LandsideTerminal Remaining Structures and Systems (GMP No 7-S1) for the total lumpsum amount of $834800 with funding from Passenger Facility Charges and General Airport Revenue Bonds

M Subcontractor Modifications for BP-S00150 (GMP No 9-S) with Skybuilders USA LLC for CR0362-PKG-Rental Extension Temporary Wall Protection Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando InternationalAirport in the total amount of $3903600 to Skybuilders USA LLC for CR0362-PKG-Rental Extension Temporary Wall Protection Bid Package 3100 Demolition was previously awarded within GMP No 9-S to Skybuilders USA LLC CC No 2017101016

TKJV is proposing a subcontract modification to Skybuilders USA LLC in thetotal lump sum amount of $3903600 for CR0362-PKG-Rental Extension TemporaryWall Protection he modified scope of work consists of all additional costsassociated with the rental extension of temporary wall protection for 8 months from October 18 2019 to June 20 2020 for 2478 LF of temporary panels 2195 LF of windscreen and 533 sandbags and rental extension for 4 months from February 20 2020 to June 20 2020 for 444 LF of temporary panels andwindscreen and 150 sandbags in various locations in the parking garage

The approval of this subcontract modification to Skybuilders USA LLC resolves all requests for costs and time resulting from the scope of work associated with CR0362

TKJV has submitted documentation including the subcontractors 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 Skybuilders USA LLC in the lump sum amount of $ 3903600 Deduct from CMAR Contingency $ (3903600)

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 Skybuilders USA LLC (MWBELDB) There is a 100 MWBE participation associated with this modification

Minutes of the Construction Committee Meeting February 18 2020 Page 19 of 39

Vice Chair Sharman asked if the completed eligibility was received for thisitem Ms Hinds answered yes

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Skybuilders USA LLC on BP-S00150 South Terminal C Phase 1 - Parking Facility- Phase 1 (GMP No 9-S) for the total lump sum amount of $3903600 with funding from Customer Facility Charges and General Airport Revenue Bonds

N Subcontractor Modification for BP-S00150 (GMP No 9-S) with Gulf Mechanical Contractors LLC for CR0492-PKG-RFI 1968-Electrical Room Door Size ChangesMr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando International Airport in the total amount of $167700 to Gulf Mechanical Contractors LLC for CR0492-PKG-RFI 1968 Series-Electrical Room Door SizeChanges Bid Package for 2200 Plumbing was previously awarded within GMPNo 9-S to Gulf Mechanical Contractors LLC CC No 20171010016

TKJV is proposing a subcontract modification to Gulf Mechanical ContractorsLLC in the total lump sum amount of $167700 for CR0492-PKG-RFI1968 Series-Electrical Room Door Size Changes The modified scope of work consists of all labor and material to trench and excavate reconfigured PVC pipes and fittingsrequired to accommodate a changed door opening dimension due to the responsefrom RFI 1968

The approval of this subcontract modification to Gulf Mechanical Contractors LLC resolves all requests for cost and time associated with RFI 1968 series for GMP No 9-S Remaining costs for RFI 1968 were previously submitted under GMP No 9-S1 as CR04921-PKG-RFI 1968-Electrical Room Door Size Changes

TKJV has submitted documentation including the subcontractors 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 cost or time

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

TKJV to issue subcontract modification to Gulf Mechanical Contractors LLC in the lump sum amount of $ 167700 Deduct from Owner Contingency $ (167700)

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 Gulf Mechanical Contractors LLC (Non-MWBELDBVBE) There is no small businessparticipation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Gulf

Minutes of the Construction Committee Meeting February 18 2020 Page 20 of 39

Mechanical Contractors LLC on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $167700 with funding from Customer Facility Charges and General Airport Revenue Bonds

O Subcontractor Modification for BP-S00150 (GMP No 9-S) with CCK ConstructionServices Inc for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU Mr Guirges presented the memorandum requesting approvalfor Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando International Airport in the total amount of $816800 to CCK Construction Services Inc for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU Bid Package 30 Concrete was previouslyawarded within GMP No 9-S to CCK Construction Services Inc CC No2017101016

TKJV is proposing a subcontract modification to CCK Construction ServicesInc in the total lump sum amount $816800 for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU The modified scope consists ofall materials and labor required for the additional footer and the Cast inPlace (CIP) tie beams as per RFI 1877

The approval of this subcontract modification resolves all requests for cost and time associated with RFI 1877 for GMP No 9-S Costs for Miscellaneous metals subcontractors will be submitted under CR 05531 for GMP No 9-S1

TKJV has submitted documentation including the subcontractors 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 CCK Construction Services Inc in the lump sum amount of $ 816800 Deduct from Owner Contingency $ (816800)

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 CCK Construction Services Inc (Non-MWBELDBVBE) There is 189 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to CCK Construction Services Inc on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $816800 with funding from Customer Facility Charges and General Airport Revenue Bonds

P Subcontract Award for BP-S00150 (GMP No 9-S) with Fine Tune Services LLC for CR0630-PKG-Rough and Final Cleaning Award Mr Guirges presented thememorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) toissue a Subcontract Award on BP-S00150 South Terminal C Phase 1 ParkingFacility - Phase 1 (GMP No 9-S) at the Orlando International Airport in thetotal amount of $15450000 to Fine Tune Enterprises Inc for CR0630-PKG-

Minutes of the Construction Committee Meeting February 18 2020 Page 21 of 39

Rough and Final Cleaning Award Bid Package for BP-S150 Parking FacilityPhase 1 was previously awarded to TKJV reference CC No 2017101016

TKJV is proposing a subcontract award for CR0630-PKG-Rough and Final Cleaning The scope of the award is for the cleaning of all concrete structures floorselevators and finished areas for the parking garage phase 2 in accordance with bid package 174 dated August 1 2019 and documents through PKG DSI 4 andCWS Bulletin 12 and as described in the Fine Tune Enterprises Inc proposal

The approval of this subcontract award to Fine Tune Enterprises Inc resolvesall costs associated with PKG Bid Package 174 and documents through DSI 4 andCWS Bulletin 12

TKJV has submitted documentation including the subcontractors 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 Subcontract Award for this project is as follows

TKJV to issue Subcontract Award to Fine Tune Enterprises Inc in the lump sum amount of $ 15450000 GMP Line Item 17 current balance $ (7500000) Deduct from P1 CMAR Contingency $ (6921000) Deduct from CWE CMAR Contingency $ (1029000) GMP Line Item 17 remaining balance $ 000

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 award is Fine Tune Enterprises Inc (MWBELDB) There is 100 MWBE participation associated with this award

Vice Chair Sharman asked if this request includes the cost for cleaning the canopies Mr Guirges stated that although the canopies are not installedyet this item includes final cleaning under the canopy area Ms Stockerl agreed that the estimate included the cost of final cleaning once the canopies are installed Vice Chair Sharman stated that funding is partially from the Campus Wide Improvements project Mr Ruohomaki stated that the funding sources can be re-evaluated if necessary Vice Chair Sharman agreed that the funding can be revised if needed

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontract Award to Fine Tune Enterprises Inc on BP-S00150 South Terminal C Phase 1 - Parking Facility- Phase 1 (GMP No 9-S) for the total lump sum amount of $15450000 withfunding from Customer Facility Charges and General Airport Revenue Bonds

Q Subcontractor Modification for BP-S00150 (GMP No 9-S) with CCK ConstructionServices Inc for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement 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 $156000 to CCK Construction

Minutes of the Construction Committee Meeting February 18 2020 Page 22 of 39

Services Inc for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement Bid Package 30 Concrete was previously awarded within GMP No 9-S to CCKConstruction Services Inc CC No 2017101016

TKJV is proposing a subcontract modification to CCK Construction ServicesInc in the total lump sum amount $156000 for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement The modified scope consists of additional laborand material to cut splice and adjust the promenade slab reinforcement

The approval of this subcontract modification resolves all requests for cost and time associated with PKG RFI 19851

TKJV has submitted documentation including the subcontractors 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 CCK Construction Services Incin the lump sum amount of $ 156000 Deduct from CMAR Contingency $ (156000)

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 CCK Construction Services Inc (Non-MWBELDBVBE) There is no small businessparticipation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to CCK Construction Services Inc on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $156000 with funding from Customer Facility Charges and General Airport Revenue Bonds

R Subcontractor Modification for BP-S00151 (GMP No 9-S1) with Quality Cable Contractors Inc for CR04301-PKG-Bulletin 10 and RFI 2690-Low Voltage Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00151 South Terminal C Phase 1 - Parking Facility Phase 2 (GMP No 9-S1) at the Orlando International Airport in the total amount of $5225700 to Quality Cable Contractors Inc for CR04301-PKG-Bulletin 10 and RFI 2690-Low Voltage Bid package 2800 Low Voltage Electrical was previously awarded within GMP No 9-S1 Parking Facility Phase 2 to Quality Cable Contractors Inc CC No2018092525A

TKJV) is proposing a subcontract modification to Quality Cable Contractors Inc in the total lump sum amount of $5225700 for CR04301-PKG-Bulletin 10and RFI 2690-Low Voltage The modified scope of work consists of additional materials labor and equipment for ten (10) additional access controls at PKGdoors and the credit associated with the blue phone and camera outletsrevisions per PKG Bulletin 10 and RFI 2690

Minutes of the Construction Committee Meeting February 18 2020 Page 23 of 39

The approval of this subcontract modifications to Quality Cable ContractorsInc resolves all requests for costs and time resulting from PKG Bulletin 10 and RFI 2690 for GMP No 9-S1 CR0430 was submitted for GMP No 9-S CC No20190910021 This request resolves all requests for cost and time for RFI2690 for Low Voltage costs for the hardware changes for Taylor Cotton amp Ridley Inc GMP No 9-S1 was submitted under CR0776

TKJV has submitted documentation including the subcontractors 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 award to Quality Cable Contractors Inc in the lump sum amount of $ 5225700 Deduct from Owner Contingency $ (5225700)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00151 (GMP No 9-S1) for this subcontractor modificationis Quality Cable Contractors Inc (MWBELDB) There is 100 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Quality Cable Contractors Inc on BP-S00151 South Terminal C Phase 1 - ParkingFacility Phase 2 (GMP No 9-S1) for the total lump sum amount of $5225700 with funding from Customer Facility Charges and General Airport Revenue Bonds

S Subcontractor Modification for BP-S00163 (GMP No 5-S5) with The Middlesex Corporation for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place (CIP)Rectangular Beam Canopy Anchor Bolt Locations Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) toissue a Subcontract Modification on BP-S00163 South Terminal C Phase 1 -EnplaneDeplane Bridge and Roadways Balance of Work - FDOT (GMP No 65-S5)at the Orlando International Airport in the total amount of $2295700 to The Middlesex Corporation for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place(CIP) Rectangular Beam Canopy Anchor Bolt Locations Bid Package 3400 EnplaneDeplane Bridge-Combined Piers and Piles was previously awarded within GMP No 5-S5 EnplaneDeplane Bridge and Roadways Balance of Work -FDOT to The Middlesex Corporation CC No 20180605007

TKJV is proposing a subcontract modification to The Middlesex Corporation in the total lump sum amount of $2295700 for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place (CIP) Rectangular Beam Canopy Anchor Bolt Locations The CIP beams were formed and rebar installed but were found to have a discrepancy between the LSC (Landside Civil) and LST (Landside Terminal) drawings with thecanopy anchor bolt locations RFI 3051 response confirmed that the proposed structural adjustment to drill and epoxy the rebar inside the limits of the CIP rectangular beam is acceptable RFI 30511 response confirmed that the proposed epoxy product is acceptable RFI 3249 response provided the details of alternative reinforcement at the canopy column locations The modifiedscope of work consists of all the labor material and equipment costs

Minutes of the Construction Committee Meeting February 18 2020 Page 24 of 39

associated with the relocation of the anchor bolts and the structural adjustments required as per the EOR responses to RFIs 3051 30511 and 3249

The approval of this subcontract modification to The Middlesex Corporationresolves all requests for cost and time resulting from RFIs 3051 30511 and3249

TKJV has submitted documentation including the subcontractors 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 $ 2295700 Deduct from Phase 1 CMAR Contingency $ (2295700)

Due to the funding source of this GMP No 5-S5 Turner-Kiewit Joint Ventureproposed a 20 DBE participation goal for Bid Package 3400 EnplaneDeplane Bridge and Roadways Balance of Work - FDOT in lieu of MWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by this modification The subcontractor identified and committed to participate on BP-S00163 (GMP No 5-S5) for this subcontract modification is The Middlesex Corporation(Non-DBE) There is no DBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to The Middlesex Corporation on BP-S00163 South Terminal C Phase 1 - EnplaneDeplane Bridge and Roadways Balance of Work - FDOT (GMP No 5-S5) for the total lumpsum amount of $2295700 with funding from Passenger Facility Charges

T Subcontractor Modification for BP-S00168 (GMP No 6-S4) with MC Dean Inc for CR03382-6S4 ASC RFI 1621 Emergency Communications System (ECS) Speakersndash Low Voltage Mr Guirges presented the memorandum requesting approval forHensel Phelps Construction (HPC) to issue Subcontract Modifications on BP-S00168 South Terminal C Phase 1 - Interior Finishes and Specialties (GMPNo 6-S4) at the Orlando International Airport in the total amount of $2102300 to MC Dean Inc for CR03382-6S4 ASC RFI1621 EmergencyCommunications System (ECS) Speakers - Low Voltage Bid Package BP-S168 2701ASC Low Voltage Systems was previously awarded within the GMP No 6-S4 toMC Dean Inc CC No 20181002010

HPC is requesting to issue a Subcontractor Modification to MC Dean Inc in the total Lump Sum amount of $2102300 for CR03382-6S4 ASC RFI 1621 Emergency Communications System (ECS) Speakers - Low Voltage The response to RFI 1621 provided updated Technology drawings and schedule showing the Low VoltageRequirements for the Type 4 Wall Mount Emergency Communications SystemsSpeakers in Transfer Level Areas 16 and 17 The modified scope of work consistsof the costs associated with the additional conduits and 1-port Cat 6 cables required to those speakers for the low voltage scope per RFI 1621 response and sketches

Minutes of the Construction Committee Meeting February 18 2020 Page 25 of 39

The approval of this Subcontractor Modification to MC Dean Inc resolves all requests for cost and time resulting from RFI 1621 in GMP No 6-S4 Cost impacts for Electrical work associated with RFI 1621 in GMP No 6-S2 will besubmitted via CR03381-6S2-0143 There is no cost impact for RFI 1621 in GMP Nos 6-S 6-S1 6-S3 6-S5 or 6-S6

HPC has submitted documentation including the subcontractors 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 MC Dean Inc in the lump sum amount of $ 2102300 Deduct from Owner Contingency $(2102300)

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-S4) for this subcontract modification is MC Dean Inc (Non-MWBELDBVBE) There is 835 MWBE participationassociated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue Subcontractor Modifications to MC Dean Inc on BP-S00168 South Terminal C Phase 1 - Interior Finishes andSpecialties (GMP No 6-S4) for the total lump sum amount of $2102300 with funding from Passenger Facility Charges and General Airport Revenue Bonds

U Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0609-LST-RFIs 2513 25131 and 25132-Sink type per Location Verification Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $295100 to Kirlin Florida LLC for CR0609-LST-RFIs 2513 25131 and 25132- Sink type per Location Verification Bid Package BP 2300 Plumbing andHVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $295100 for CR0609-LST-RFIs 2513 25131 and 25132- Sink type per Location Verification The modified scope of work consists ofall costs associated with the change in fixture specification for the AG Lab sink from the S-2 tag to a custom steel two-bay sink with two drain boards disposal cone washout spray vacuum breaker solenoid valve and piping as captured in RFI 2513 confirmation of custom sink model number per RFI 25131 and the confirmation of the disposal waste drain opening size in RFI 25132

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFIs 2513 25131 and 25132

TKJV has submitted documentation including the subcontractors proposal to support their request An independent cost estimate is included By approving

Minutes of the Construction Committee Meeting February 18 2020 Page 26 of 39

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 Kirlin Florida LLC in the lump sum amount of $ 295100 Deduct from Owner Contingency $ (295100)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $295100with funding from General Airport Revenue Bonds

V Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0621-LST-RFI 2544- Missing Civil Storm Pipe Correction Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the OrlandoInternational Airport in the total amount of $563200 to Kirlin Florida LLCfor CR0621-LST-RFI 2544-Missing Civil Storm Pipe Connection Bid Package BP 2300 Plumbing and HVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No 2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $563200 for CR0621-LST-RFI 2544-Missing Civil Storm Pipe Connection The modified scope of work consists of all additional costsassociated with a net add of underground plumbing piping to correspond withthe new civil design between L1 and L2 per RFI 2544

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 2544

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the lump sum amount of $ 563200 Deduct from P1 Owner Contingency $ (563200)

Minutes of the Construction Committee Meeting February 18 2020 Page 27 of 39

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $563200with funding from Passenger Facility Charges and General Airport Revenue Bonds

W Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0710-LST-RFI 1727-AC Humidifiers Missing Domestic Chilled Water (DCW) Piping Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $446500 to Kirlin Florida LLC for CR0710-LST-RFI 1727-AC Humidifiers Missing Domestic Chilled Water (DCW) Piping Bid Package BP 2300 ldquoPlumbing andHVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $446500 for CR0710-LST-RFI 1727-AC humidifiersmissing DCW pipe The modified scope of work consists of additional domesticcold-water connections and piping for the AC units with humidifiers

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 1727

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the lump sum amount of $ 446500 Deduct from CMAR Phase 1 Contingency $ (324700) Deduct from CMAR Phase 1X Contingency $ (121800)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Minutes of the Construction Committee Meeting February 18 2020 Page 28 of 39

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $446500with funding from Passenger Facility Charges and General Airport Revenue Bonds

X Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0753-LST-RFI 2368-Duct Blanket R-Value 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-S3) at the OrlandoInternational Airport in the total deductive amount of ($6747700) to Kirlin Florida LLC for CR0753-LST-RFI 2368-Duct Blanket R-Value Bid Package BP 2300 Plumbing and HVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No 2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal deductive lump sum amount of ($6747700) for CR0753-LST-RFI 2368-DuctBlanket R-Value The modified scope of work consists of all additions anddeductions associated with the use of a 233-inch-thick 34-lbcu mineralfiberglass blanket instead of the specified 2-inch thick 15-lbcu mineralfiberglass blanket on HVAC duct systems per RFI 2368

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 2368

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the deductive lump sum amount of $ (6747700) Add to P1 Owner Contingency $ 4907600 Add to P1X Owner Contingency $ 1840100

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-DBEMWBELDBVBE) There is a reduction of 100 DBE participationassociated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin

Minutes of the Construction Committee Meeting February 18 2020 Page 29 of 39

Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total deductive lump sum amount of($6747700) with funding credited to Passenger Facility Charges and GeneralAirport Revenue Bonds

Y Subcontractor Modifications for BP-S00173 (GMP No 7-S3) with MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Mr Guirges presented the memorandum requesting approval forTurner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $985400 to MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Bid Package BP 2600 Electrical waspreviously awarded within GMP No 7-S3 to MC Dean Inc CC No 2018100211

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $575400 for CR06161-LST RFI 2611-Missing PACSEnclosures RFI 2611 requested information regarding routing of PACS (Physical Access Control System) door panels to IDF rooms innear US Customs and Border Protection (CBP) spaces The modified scope of work consists of all labor material and equipment associated with the addition of power for (11) PACS enclosures as captured in RFI 2611

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $410000 for CR0692-LST-Bulletin 31-Electrical Themodified scope of work consists of all costs associated with the confirmed Electrical panel additions per new circuit descriptions andload updates

The approval of these subcontract modifications to MC Dean Inc as proposedin CR06161-LST RFI 2611-Missing PACS Enclosures resolves all requests forcosts and time associated with LST RFI 2611 for GMP No 7-S3 Electrical CR0616 CC No 20191217-3-1 resolved all cost and time for GMP No 7-S1 LowVoltage There will be no forthcoming CRs for RFI 2611

The approval of this subcontract modification as proposed to MC Dean inCR0692-LST-Bulletin 31-Electrical Inc resolves all requests for costs andtime associated with LST Bulletin 31 Electrical scope A CR for GMP No 7-S1Low voltage scope is forthcoming

TKJV has submitted documentation including the subcontractors 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 for CR06161 to MC Dean Inc in the lump sum amount of $ 575400 TKJV to issue a subcontract modification for CR0692 to MC Dean Inc in the lump sum amount of $ 410000 Deduct from PI Owner Contingency $ (985400)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on

Minutes of the Construction Committee Meeting February 18 2020 Page 30 of 39

BP-S00173 (GMP No 7-S3) for this subcontract modification is MC Dean Inc(Non-DBE) There is no small business participation associated with thismodification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue Subcontractor Modifications to MC Dean Inc on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $985400 withfunding from General Airport Revenue Bonds

Z Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0662-AFC-Power and Laydown Yard to QC Lab Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $2817800 to Kiewit Infrastructure South Cofor CR0662-AFC-Power and Laydown Yard to QC Lab Bid Package 34101 Site Electrical and Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $2817800 for CR0662-AFC-Power and Laydown Yard to QC Lab The scope of work consists of all labor material and equipmentrequired to install the power to the Quality Control (QC) lab located off Wiley Road from the Security Check Point and construct a lay-downparking areaat the QC lab and subsequently remove it when the lab is no longer needed The dimensions for the base material needed for the lay-downparking area are 50-foot by 50-foot next to the lab and 12-foot by 30-foot in front of the lab

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Power and Laydown Yard to QC Lab scope of work

TKJV has submitted documentation including the subcontractors 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 Kiewit Infrastructure South Co in the lump sum amount of $ 2817800 Deduct from P1 Owner Contingency $ (1551700) Deduct from P1X Owner Contingency $ (1266100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Minutes of the Construction Committee Meeting February 18 2020 Page 31 of 39

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $2817800 with fundingfrom General Airport Revenue Bonds

AA Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0672-AFC-Test Pit Remediation Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $6069900 to Kiewit Infrastructure South Co forCR0672-AFC-Asphalt Millings Shortage Bid Package 34101 Site Electricaland Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $6069900 for CR0672-AFC-Asphalt MillingsShortage The modified scope of work consists of all costs associated withasphalt milling RAP (Reclaimed Asphalt Pavement) for use on crane pads accessroad and pedestrian paths as tracked by the time and material (TampM) tickets

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Asphalt Millings Shortage

TKJV has submitted documentation including the subcontractors proposal to support their request An independent cost review 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 Kiewit Infrastructure South Co in the lump sum amount of $ 6069900 Deduct from P1 Owner Contingency $ (2724800) Deduct from P1X Owner Contingency $ (3345100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is 87 LDB participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $6069900 with fundingfrom General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 32 of 39

GENERAL

REQUEST FOR APPROVAL TO REIMBURSE THE HYATT FOR WORK PERFORMED DURING BP-00474HYATT REGENCY GUEST ROOMCORRIDOR RENOVATION AT THE ORLANDO INTERNATIONAL AIRPORT 4 Ms Grant presented the memorandum dated February 18 2020 along with aninvoice from Hyatt Regency dated September 30 2019 for BP-00474 Hyatt GuestRoomCorridor Renovation at the Orlando International Airport The invoice is to provide reimbursement for emergency work to clean the 7th Floor after a sprinkler activation repair cut phone lines in several rooms and clean rooms for turnover which was not completed by the General Contractor (GC) in time to turn over thoserooms

If approved this reimbursement would be effective February 18 2020

Ms Schneider asked if the contractor was back-billed for this Mr Ruohomaki answered no that this is a negotiated settlement Vice Chair Sharman stated that this was done to finish the renovations and open the areas earlier which was in the best interest of the Aviation Authority

Vice Chair Sharman asked if R W Block Consulting Inc had reviewed the invoiceand will sign-off on it Mr Kurek answered yes it will be signed

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve to Reimbursethe Hyatt Regency for Work performed during BP-00474 Hyatt Guest RoomCorridor Renovation for the total lump sum fee amount of $926994 with funding frompreviously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 107 TO THE CONTINUING PROGRAMAND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR A NO-COST STAFFING CHANGE FOR THE CONSTRUCTION PHASE OAR SERVICES FOR BP-00482 GATE E-50 AND CHECKPOINT CHARLIE DEVELOPMENT ATTHE ORLANDO INTERNATIONAL AIRPORT 5 Mr Sorondo presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 5 2020 for a No-Cost Staffing Change for the Construction Phase OAR Services forBP-00482 Gate E-50 and Checkpoint Charlie Development at the Orlando International Airport On September 24 2019 the Construction Committee approved Addendum No107 to the above-referenced agreement in the amount of $24677100 for ConstructionPhase OAR Services Since that time a no-cost staffing change is being requested to replace the JMATT Construction Services LLC Senior Inspector who is stillengaged on another project with an A2 Group Inc Inspector and a Geotech Consultants International Inc dba GCI Inc Senior Inspector as furthered described in the Consultantrsquos proposal

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contractrsquos MWBELDBVBE specifications and determined that the proposed no-cost staffing change includes a reduction to JMATT Construction Services LLC (MWBE)in the amount of ($5355000) and an add to A2 Group Inc (DBE) in the amount of$2100000 resulting in an overall 28 MWBE participation for this Addendum No 107 and Amendment Nos 1 and 2

Vice Chair Sharman asked if Geotech Consultants International Inc dba GCI Inc was switching subconsultants Mr Sorondo answered yes

Minutes of the Construction Committee Meeting February 18 2020 Page 33 of 39

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 107 to the Continuing Program and Project Management Services (OARPrime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for No-Cost Staffing Change for the Construction Phase OAR Services for BP-00482 Gate E-50 and Checkpoint Charlie Development there is no fiscal impact associatedwith this item

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN AMENDMENT TO PURCHASING CONTRACT 01-20 PERSONNEL SCREENING SERVICES WITH COVENANT AVIATION SECURITY AT THE ORLANDO INTERNATIONAL AIRPORT 6 Mr Shedek presented the memorandum dated February 18 2020 for Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC at the Orlando International Airport On January 7 2020 the Construction Committee approved Agenda Item No 11 for anAmendment to Purchasing Contract 01-20 Personnel Screening Services with CovenantAviation Security LLC for Personnel Screening Services on BP-00491 West Security Screening Checkpoint Expansion - Package 2 for a total not-to-exceed expense amountof $200000 with funding from project funds (ie previously-approved CapitalExpenditure Funds and General Airport Revenue Bonds) Since then it has been determined that these services will not be required

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC there is no fiscal impact associatedwith this item

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR E-00264 NORTH PARK PLACE LIGHT POLE REPLACEMENT AT THE ORLANDO INTERNATIONAL AIRPORT 7 Mr Graham presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for E-00264 North Park Place Light PoleReplacement at the Orlando International Airport The scope of the project is toremove and replace 49 parking lot light poles located in the North Park Place parkinglot re-install the existing light fixtures and provide ancillary replacement parts as necessary at the Orlando International Airport

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 42 MWBE participation on this Addendum

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for E-00264 North Park Place Light Pole Replacement for the total not-to-exceed fee amount of $2396100 with funding from previously-approved Discretionary Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 34 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE TICKET LOBBY MODIFICATIONS ANDIMPROVEMENTS AGREEMENT WITH CT HSU amp ASSOCIATES PA FOR CONSTRUCTION ADMINISTRATION SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 8 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from CT Hsu amp Associates PA dated January 30 2020 to provide Construction Administration Services for V-00906 West Checkpoint Video Walls a the Orlando International Airport Services will include CA services shop drawing review and coordination for the installation of the four LED video walls under the Chilirsquos Restaurant at the West Security Checkpoint A and B Sides

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that CT Hsu ampAssociates PA proposes 604 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Ticket Lobby Modifications and Improvements Agreement with CT Hsuamp Associates PA for Construction Administration Services for V-00906 West Checkpoint Video Walls for the total amount of $5624000 which includes the not-to-exceed fee amount of $5511700 and the not-to-exceed reimbursable expense amount of $112300 with funding from previously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 9 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for the above referenced project This project provides two large and two small Video Walls in the West Checkpoint area ofthe Great Hall on Landside Level 3

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 694 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for Construction Phase OAR Services for V-00906 West Checkpoint Video Walls for the total not-to-exceed fee amount of $4771500 with funding from previously-approved Capital Expenditure Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 35 of 39

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 19 TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT (OAR PRIME ENTITY) SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC TO PROVIDE ADDITIONAL CONSTRUCTION PHASE OAR SERVICES FOR V-00933 PODS A AND B FLOOR REPAIR AT THE ORLANDO INTERNATIONAL AIRPORT 10 Mr Willems presented the memorandum dated February 18 2020 along with aproposal from AECOM Technical Services Inc dated January 23 2020 to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair at the Orlando International Airport On November 19 2019 the Construction Committee approved Addendum No 19 in the amount of $714400 to the above-referencedagreement Since that time it has been determined that additional Construction Phase OAR Services are required as furthered described in the Consultantrsquos proposal dated January 23 2020

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the required services AECOM Technical Services Inc does not propose any MWBE LDB or VBE participation on this Amendment

Mr Patterson asked if this work will be ending next week Mr Willems answered yes

Mr Patterson stated that the timing of the work needed to be coordinated withOperations to avoid the holiday rush Mr Ruohomaki stated that due to these timingissues the OAR (AECOM Technical Services Inc) needs additional time to continue providing OAR Services on the project through close-out

Vice Chair Sharman asked if RW Block Consulting Inc had any outstanding issues with this request Ms Rainey responded that a change order on V-00933 requestinga time extension has not been received Mr Willems stated that the Contractor has not yet requested additional time but that a change order can be submitted to asubsequent Construction Committee Meeting Vice Chair Sharman asked if RW Block Consulting Inc would be amenable to this request once the change order is receivedMs Rainey answered yes [Subsequent to the Construction Committee meeting following review by the Contractor and OAR it was determined that a time extension change order would not be required RW Block Consulting Inc finds this item acceptable]

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 19 to the Continuing Program and Project Management (OAR Prime Entity) Services Agreement with AECOM Technical Services Inc to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair for thetotal not-to-exceed fee amount of $676800 with funding from previously-approvedOperation and Maintenance Funds

REQUEST FOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH HW DAVIS CONSTRUCTION INC FORV-00957 REPAIR SUB-CANOPIES LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 11 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from HW Davis Construction Inc dated October 23 2019 for V-00957Repair Sub-Canopies Level 3 A and B Enplane Drive at the Orlando InternationalAirport Project scope is to provide all labor equipment and materials to fabricatedeliver and install new fabric cover strips at diagonal steel braces at the sub-canopies rain protection covers at nine canopy locations and repair two separatedcable pockets at Canopy Nos 6 and 16 at the Orlando International Airport The duration of the project is 30 calendar days for Substantial Completion and 30

Minutes of the Construction Committee Meeting February 18 2020 Page 36 of 39

calendar days for Final Completion with a contemplated Notice to Proceed (NTP) date of February 24 2020

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that due to the limited scope of the required services HW Davis Construction Inc does notpropose any MWBELDBVBE participation on this Job Order Construction Services Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve a JobOrder Construction Services Addendum to the Continuing Vertical Construction Services Agreement with HW Davis Construction Inc for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total direct-negotiated amount of $3573300 andwaive the requirement for Performance and Payment Bonds with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR V-00957 REPAIR SUB-CANOPIES AT LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 12 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated January 31 2020 is to provide Construction Phase OAR Services on the above-referenced project

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the services to be provided Geotech Consultants International Inc dba GCI Inc does not propose any MWBELDBVBE participation on this Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total not-to-exceed fee amount of $290700 with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH GOMEZ CONSTRUCTION COMPANY FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) AT THE ORLANDO INTERNATIONAL AIRPORT 13 This item was deferred

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) ATTHE ORLANDO INTERNATIONAL AIRPORT 14 This item was deferred

Minutes of the Construction Committee Meeting February 18 2020 Page 37 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING ENVIRONMENTAL ENGINEERING CONSULTANT SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC FOR INSTALLATIONOF NEW MONITORING WELLS IMPLEMENTATION OF ONE SEMI-ANNUAL POST-ACTIVE REMEDIATIONMONITORING (PARM) AND PREPARATION OF ONE PARM REPORT AT THE FORMER DAYRON FACILITYFOR W-00072 OEA REMEDIATION OF DAYRON PLUME AT THE ORLANDO EXECUTIVE AIRPORT 15 Mr Carrington presented the memorandum dated February 18 2020 along with a proposal from AECOM Technical Services Inc dated February 10 2020 to provide for the installation of eleven new monitoring wells implementation of one semi-annual groundwater Post-Active Remediation Monitoring (PARM) and the preparation and submission of one PARM report at the former Dayron Facility at the OrlandoExecutive Airport The one semi-annual PARM monitoring event to be performed in late March or early April 2020

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that AECOM Technical Services Inc proposes 331 MWBE and 80 LDB participation on this Addendum

Mr Ruohomaki asked if this was in pursuit of a NFA designation (No Further Action)Mr Carrington answered yes

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve an Addendum to the Continuing Environmental Engineering Consultant Services Agreement with AECOMTechnical Services Inc for Installation of New Monitoring Wells Implementation of One Semi-Annual Post-Active Remediation Monitoring (PARM) and Preparation of One PARM Report at the Former Dayron Facility for W-00072 OEA Remediation of DayronPlume at the Orlando Executive Airport for the total amount of $7150000 which includes the not-to-exceed fee amount of $4112700 and the not-to-exceed reimbursable expense amount of $3037300 with funding from OEA Environmental Liability Funds

REQUEST FOR RECOMMENDATION OF APPROVAL OF NO-COST ADDENDA TO THE CONTINUING TRANSPORTATION PLANNING CONSULTING SERVICES AGREEMENTS TO EXERCISE THE SECOND AND FINAL ONE-YEAR RENEWAL OPTION 16 Ms Anderson presented the memorandum dated February 18 2020 requesting the recommendation of approval of No-Cost Addenda to the Continuing Transportation Planning Consulting Services Agreements to exercise the second and final one-year renewal option In June 2016 the Aviation Authority Board approved ContinuingTransportation Planning Consulting Services Agreement with the below firms Theprovisions in the agreement include a base three-year term with two subsequent optional one-year renewal periods upon mutual agreement of the parties

Each firmrsquos first one-year renewal expires as follows

Firm Expiration Date HNTB Corporation July 26 2020 HDR Engineering Inc September 12 2020

In order to maintain these services on an as-needed basis for routine operations staff requires the services of the above-referenced firms The firms were requested to provide their concurrence to exercise the second and final one-year renewal option

Upon motion of Mr Patterson second by Mr Hunt vote carried to recommend to theAviation Authority Board approval of No-Cost Addenda to the Continuing Transportation

Minutes of the Construction Committee Meeting February 18 2020 Page 38 of 39

Planning Consulting Services Agreements to Exercise the Second and Final One-Year Renewal Option there is no fiscal impact associated with this item

REQUEST FOR APPROVAL OF CONTRACTORrsquoS FINAL PAYMENT TO HL PRUITT CORPORATION FOR E-00212 INVENTORY AND MARKING OF AIRFIELD LIGHTING AT THE ORLANDO INTERNATIONALAIRPORT 17 Mr Patterson presented the memorandum dated February 18 2020 requesting the Contractorrsquos Final Payment to HL Pruitt Corporation for E-00212 Inventory andMarking of Airfield Lighting at the Orlando International Airport The Construction Contract for the referenced project has been completed and all issues involving the Contractor have been addressed and resolved

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve theContractorrsquos Final Payment Authorization to HL Pruitt Corporation for E-00212Inventory and marking of Airfield Lighting at the Orlando International Airport

INFORMATION ITEMS

18 The following items were presented for information only

A Field Change Order (FCO) Log

B Revised Supporting Documentation for Change Order PS-00329-11 Parking Access and Revenue Control System (PARCS) Replacement at The OrlandoInternational Airport [From Construction Committee on July 30 2019 ItemNo 1-F] [The Construction Committee determined that this information item should be converted to an action item and it was motioned with Item No 2-B]

C Revised Coversheet for Hensel Phelps Construction to issue a SubcontractModification to Inland Construction and Engineering Inc for BP-S00144South Terminal C Phase 1 - Airside Enclosure amp Exterior Finishes (GMPNo 6-S2) at The Orlando International Airport [From ConstructionCommittee on November 26 2019 Item No 2-D]

D Additional Supporting Documentation for Request for Recommendation ofApproval of an Amendment to Addendum No 7 to the Construction Management at Risk (CMR) Entity Services for the South Terminal C Phase 1 (STC-P1)Agreement with Turner-Kiewit Joint Venture for BP-S00150 South TerminalC Phase 1 ndash Parking Facility (GMP 9-S) at The Orlando International Airport [From Construction Committee on December 17 2019 Item No 5]

E Revised Coversheet for Request for Approval of an Addendum to the Technology and Multi-Media Specialty Engineer for the South Terminal CPhase 1 Agreement with Burns Engineering Inc for Design Services related to Customs Border and Patrol (CBP) final review for W-S00113 South Terminal C Phase 1 ndash Experiential Media Environment (EME) at The OrlandoInternational Airport [From Construction Committee on February 4 2020Item No 10]

F Office of Small Business Participation Memorandum for the Request forRecommendation of Approval of the FFampE and IT Estimate Procurement Plan and Process for Updating the Construction Committee for W-S00145 SouthTerminal C Phase 1 and Phase 1X (STC-P1 and P1X) Owner Furnished FFampE and IT Items at The Orlando International Airport [From ConstructionCommittee on February 4 2020 Item No 11]

______________________________

Minutes of the Construction Committee Meeting February 18 2020 Page 39 of 39

ADJOURNMENT

19 There being no further business for discussion the meeting was adjourned at 910 am

Kathleen Sharman Vice Chair Construction Committee Chief Financial Officer

Page 18: On TUESDAY, FEBRUARY 18, 2020 , the CONSTRUCTION … · Mike Patterson, Director of Construction . Gary Hunt, Director of Maintenance . ... Steve Pue, GOAA Maintenance . Vendla Davermann,

Minutes of the Construction Committee Meeting February 18 2020 Page 18 of 39

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-S1) for this subcontract modification is MSE2 Inc dba Mader Southeast (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue Subcontractor Modifications to MSE2 Inc dba Mader Southeast on BP-S00147 South Terminal C Phase 1 - LandsideTerminal Remaining Structures and Systems (GMP No 7-S1) for the total lumpsum amount of $834800 with funding from Passenger Facility Charges and General Airport Revenue Bonds

M Subcontractor Modifications for BP-S00150 (GMP No 9-S) with Skybuilders USA LLC for CR0362-PKG-Rental Extension Temporary Wall Protection Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando InternationalAirport in the total amount of $3903600 to Skybuilders USA LLC for CR0362-PKG-Rental Extension Temporary Wall Protection Bid Package 3100 Demolition was previously awarded within GMP No 9-S to Skybuilders USA LLC CC No 2017101016

TKJV is proposing a subcontract modification to Skybuilders USA LLC in thetotal lump sum amount of $3903600 for CR0362-PKG-Rental Extension TemporaryWall Protection he modified scope of work consists of all additional costsassociated with the rental extension of temporary wall protection for 8 months from October 18 2019 to June 20 2020 for 2478 LF of temporary panels 2195 LF of windscreen and 533 sandbags and rental extension for 4 months from February 20 2020 to June 20 2020 for 444 LF of temporary panels andwindscreen and 150 sandbags in various locations in the parking garage

The approval of this subcontract modification to Skybuilders USA LLC resolves all requests for costs and time resulting from the scope of work associated with CR0362

TKJV has submitted documentation including the subcontractors 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 Skybuilders USA LLC in the lump sum amount of $ 3903600 Deduct from CMAR Contingency $ (3903600)

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 Skybuilders USA LLC (MWBELDB) There is a 100 MWBE participation associated with this modification

Minutes of the Construction Committee Meeting February 18 2020 Page 19 of 39

Vice Chair Sharman asked if the completed eligibility was received for thisitem Ms Hinds answered yes

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Skybuilders USA LLC on BP-S00150 South Terminal C Phase 1 - Parking Facility- Phase 1 (GMP No 9-S) for the total lump sum amount of $3903600 with funding from Customer Facility Charges and General Airport Revenue Bonds

N Subcontractor Modification for BP-S00150 (GMP No 9-S) with Gulf Mechanical Contractors LLC for CR0492-PKG-RFI 1968-Electrical Room Door Size ChangesMr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando International Airport in the total amount of $167700 to Gulf Mechanical Contractors LLC for CR0492-PKG-RFI 1968 Series-Electrical Room Door SizeChanges Bid Package for 2200 Plumbing was previously awarded within GMPNo 9-S to Gulf Mechanical Contractors LLC CC No 20171010016

TKJV is proposing a subcontract modification to Gulf Mechanical ContractorsLLC in the total lump sum amount of $167700 for CR0492-PKG-RFI1968 Series-Electrical Room Door Size Changes The modified scope of work consists of all labor and material to trench and excavate reconfigured PVC pipes and fittingsrequired to accommodate a changed door opening dimension due to the responsefrom RFI 1968

The approval of this subcontract modification to Gulf Mechanical Contractors LLC resolves all requests for cost and time associated with RFI 1968 series for GMP No 9-S Remaining costs for RFI 1968 were previously submitted under GMP No 9-S1 as CR04921-PKG-RFI 1968-Electrical Room Door Size Changes

TKJV has submitted documentation including the subcontractors 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 cost or time

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

TKJV to issue subcontract modification to Gulf Mechanical Contractors LLC in the lump sum amount of $ 167700 Deduct from Owner Contingency $ (167700)

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 Gulf Mechanical Contractors LLC (Non-MWBELDBVBE) There is no small businessparticipation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Gulf

Minutes of the Construction Committee Meeting February 18 2020 Page 20 of 39

Mechanical Contractors LLC on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $167700 with funding from Customer Facility Charges and General Airport Revenue Bonds

O Subcontractor Modification for BP-S00150 (GMP No 9-S) with CCK ConstructionServices Inc for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU Mr Guirges presented the memorandum requesting approvalfor Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando International Airport in the total amount of $816800 to CCK Construction Services Inc for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU Bid Package 30 Concrete was previouslyawarded within GMP No 9-S to CCK Construction Services Inc CC No2017101016

TKJV is proposing a subcontract modification to CCK Construction ServicesInc in the total lump sum amount $816800 for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU The modified scope consists ofall materials and labor required for the additional footer and the Cast inPlace (CIP) tie beams as per RFI 1877

The approval of this subcontract modification resolves all requests for cost and time associated with RFI 1877 for GMP No 9-S Costs for Miscellaneous metals subcontractors will be submitted under CR 05531 for GMP No 9-S1

TKJV has submitted documentation including the subcontractors 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 CCK Construction Services Inc in the lump sum amount of $ 816800 Deduct from Owner Contingency $ (816800)

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 CCK Construction Services Inc (Non-MWBELDBVBE) There is 189 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to CCK Construction Services Inc on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $816800 with funding from Customer Facility Charges and General Airport Revenue Bonds

P Subcontract Award for BP-S00150 (GMP No 9-S) with Fine Tune Services LLC for CR0630-PKG-Rough and Final Cleaning Award Mr Guirges presented thememorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) toissue a Subcontract Award on BP-S00150 South Terminal C Phase 1 ParkingFacility - Phase 1 (GMP No 9-S) at the Orlando International Airport in thetotal amount of $15450000 to Fine Tune Enterprises Inc for CR0630-PKG-

Minutes of the Construction Committee Meeting February 18 2020 Page 21 of 39

Rough and Final Cleaning Award Bid Package for BP-S150 Parking FacilityPhase 1 was previously awarded to TKJV reference CC No 2017101016

TKJV is proposing a subcontract award for CR0630-PKG-Rough and Final Cleaning The scope of the award is for the cleaning of all concrete structures floorselevators and finished areas for the parking garage phase 2 in accordance with bid package 174 dated August 1 2019 and documents through PKG DSI 4 andCWS Bulletin 12 and as described in the Fine Tune Enterprises Inc proposal

The approval of this subcontract award to Fine Tune Enterprises Inc resolvesall costs associated with PKG Bid Package 174 and documents through DSI 4 andCWS Bulletin 12

TKJV has submitted documentation including the subcontractors 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 Subcontract Award for this project is as follows

TKJV to issue Subcontract Award to Fine Tune Enterprises Inc in the lump sum amount of $ 15450000 GMP Line Item 17 current balance $ (7500000) Deduct from P1 CMAR Contingency $ (6921000) Deduct from CWE CMAR Contingency $ (1029000) GMP Line Item 17 remaining balance $ 000

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 award is Fine Tune Enterprises Inc (MWBELDB) There is 100 MWBE participation associated with this award

Vice Chair Sharman asked if this request includes the cost for cleaning the canopies Mr Guirges stated that although the canopies are not installedyet this item includes final cleaning under the canopy area Ms Stockerl agreed that the estimate included the cost of final cleaning once the canopies are installed Vice Chair Sharman stated that funding is partially from the Campus Wide Improvements project Mr Ruohomaki stated that the funding sources can be re-evaluated if necessary Vice Chair Sharman agreed that the funding can be revised if needed

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontract Award to Fine Tune Enterprises Inc on BP-S00150 South Terminal C Phase 1 - Parking Facility- Phase 1 (GMP No 9-S) for the total lump sum amount of $15450000 withfunding from Customer Facility Charges and General Airport Revenue Bonds

Q Subcontractor Modification for BP-S00150 (GMP No 9-S) with CCK ConstructionServices Inc for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement 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 $156000 to CCK Construction

Minutes of the Construction Committee Meeting February 18 2020 Page 22 of 39

Services Inc for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement Bid Package 30 Concrete was previously awarded within GMP No 9-S to CCKConstruction Services Inc CC No 2017101016

TKJV is proposing a subcontract modification to CCK Construction ServicesInc in the total lump sum amount $156000 for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement The modified scope consists of additional laborand material to cut splice and adjust the promenade slab reinforcement

The approval of this subcontract modification resolves all requests for cost and time associated with PKG RFI 19851

TKJV has submitted documentation including the subcontractors 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 CCK Construction Services Incin the lump sum amount of $ 156000 Deduct from CMAR Contingency $ (156000)

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 CCK Construction Services Inc (Non-MWBELDBVBE) There is no small businessparticipation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to CCK Construction Services Inc on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $156000 with funding from Customer Facility Charges and General Airport Revenue Bonds

R Subcontractor Modification for BP-S00151 (GMP No 9-S1) with Quality Cable Contractors Inc for CR04301-PKG-Bulletin 10 and RFI 2690-Low Voltage Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00151 South Terminal C Phase 1 - Parking Facility Phase 2 (GMP No 9-S1) at the Orlando International Airport in the total amount of $5225700 to Quality Cable Contractors Inc for CR04301-PKG-Bulletin 10 and RFI 2690-Low Voltage Bid package 2800 Low Voltage Electrical was previously awarded within GMP No 9-S1 Parking Facility Phase 2 to Quality Cable Contractors Inc CC No2018092525A

TKJV) is proposing a subcontract modification to Quality Cable Contractors Inc in the total lump sum amount of $5225700 for CR04301-PKG-Bulletin 10and RFI 2690-Low Voltage The modified scope of work consists of additional materials labor and equipment for ten (10) additional access controls at PKGdoors and the credit associated with the blue phone and camera outletsrevisions per PKG Bulletin 10 and RFI 2690

Minutes of the Construction Committee Meeting February 18 2020 Page 23 of 39

The approval of this subcontract modifications to Quality Cable ContractorsInc resolves all requests for costs and time resulting from PKG Bulletin 10 and RFI 2690 for GMP No 9-S1 CR0430 was submitted for GMP No 9-S CC No20190910021 This request resolves all requests for cost and time for RFI2690 for Low Voltage costs for the hardware changes for Taylor Cotton amp Ridley Inc GMP No 9-S1 was submitted under CR0776

TKJV has submitted documentation including the subcontractors 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 award to Quality Cable Contractors Inc in the lump sum amount of $ 5225700 Deduct from Owner Contingency $ (5225700)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00151 (GMP No 9-S1) for this subcontractor modificationis Quality Cable Contractors Inc (MWBELDB) There is 100 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Quality Cable Contractors Inc on BP-S00151 South Terminal C Phase 1 - ParkingFacility Phase 2 (GMP No 9-S1) for the total lump sum amount of $5225700 with funding from Customer Facility Charges and General Airport Revenue Bonds

S Subcontractor Modification for BP-S00163 (GMP No 5-S5) with The Middlesex Corporation for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place (CIP)Rectangular Beam Canopy Anchor Bolt Locations Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) toissue a Subcontract Modification on BP-S00163 South Terminal C Phase 1 -EnplaneDeplane Bridge and Roadways Balance of Work - FDOT (GMP No 65-S5)at the Orlando International Airport in the total amount of $2295700 to The Middlesex Corporation for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place(CIP) Rectangular Beam Canopy Anchor Bolt Locations Bid Package 3400 EnplaneDeplane Bridge-Combined Piers and Piles was previously awarded within GMP No 5-S5 EnplaneDeplane Bridge and Roadways Balance of Work -FDOT to The Middlesex Corporation CC No 20180605007

TKJV is proposing a subcontract modification to The Middlesex Corporation in the total lump sum amount of $2295700 for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place (CIP) Rectangular Beam Canopy Anchor Bolt Locations The CIP beams were formed and rebar installed but were found to have a discrepancy between the LSC (Landside Civil) and LST (Landside Terminal) drawings with thecanopy anchor bolt locations RFI 3051 response confirmed that the proposed structural adjustment to drill and epoxy the rebar inside the limits of the CIP rectangular beam is acceptable RFI 30511 response confirmed that the proposed epoxy product is acceptable RFI 3249 response provided the details of alternative reinforcement at the canopy column locations The modifiedscope of work consists of all the labor material and equipment costs

Minutes of the Construction Committee Meeting February 18 2020 Page 24 of 39

associated with the relocation of the anchor bolts and the structural adjustments required as per the EOR responses to RFIs 3051 30511 and 3249

The approval of this subcontract modification to The Middlesex Corporationresolves all requests for cost and time resulting from RFIs 3051 30511 and3249

TKJV has submitted documentation including the subcontractors 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 $ 2295700 Deduct from Phase 1 CMAR Contingency $ (2295700)

Due to the funding source of this GMP No 5-S5 Turner-Kiewit Joint Ventureproposed a 20 DBE participation goal for Bid Package 3400 EnplaneDeplane Bridge and Roadways Balance of Work - FDOT in lieu of MWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by this modification The subcontractor identified and committed to participate on BP-S00163 (GMP No 5-S5) for this subcontract modification is The Middlesex Corporation(Non-DBE) There is no DBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to The Middlesex Corporation on BP-S00163 South Terminal C Phase 1 - EnplaneDeplane Bridge and Roadways Balance of Work - FDOT (GMP No 5-S5) for the total lumpsum amount of $2295700 with funding from Passenger Facility Charges

T Subcontractor Modification for BP-S00168 (GMP No 6-S4) with MC Dean Inc for CR03382-6S4 ASC RFI 1621 Emergency Communications System (ECS) Speakersndash Low Voltage Mr Guirges presented the memorandum requesting approval forHensel Phelps Construction (HPC) to issue Subcontract Modifications on BP-S00168 South Terminal C Phase 1 - Interior Finishes and Specialties (GMPNo 6-S4) at the Orlando International Airport in the total amount of $2102300 to MC Dean Inc for CR03382-6S4 ASC RFI1621 EmergencyCommunications System (ECS) Speakers - Low Voltage Bid Package BP-S168 2701ASC Low Voltage Systems was previously awarded within the GMP No 6-S4 toMC Dean Inc CC No 20181002010

HPC is requesting to issue a Subcontractor Modification to MC Dean Inc in the total Lump Sum amount of $2102300 for CR03382-6S4 ASC RFI 1621 Emergency Communications System (ECS) Speakers - Low Voltage The response to RFI 1621 provided updated Technology drawings and schedule showing the Low VoltageRequirements for the Type 4 Wall Mount Emergency Communications SystemsSpeakers in Transfer Level Areas 16 and 17 The modified scope of work consistsof the costs associated with the additional conduits and 1-port Cat 6 cables required to those speakers for the low voltage scope per RFI 1621 response and sketches

Minutes of the Construction Committee Meeting February 18 2020 Page 25 of 39

The approval of this Subcontractor Modification to MC Dean Inc resolves all requests for cost and time resulting from RFI 1621 in GMP No 6-S4 Cost impacts for Electrical work associated with RFI 1621 in GMP No 6-S2 will besubmitted via CR03381-6S2-0143 There is no cost impact for RFI 1621 in GMP Nos 6-S 6-S1 6-S3 6-S5 or 6-S6

HPC has submitted documentation including the subcontractors 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 MC Dean Inc in the lump sum amount of $ 2102300 Deduct from Owner Contingency $(2102300)

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-S4) for this subcontract modification is MC Dean Inc (Non-MWBELDBVBE) There is 835 MWBE participationassociated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue Subcontractor Modifications to MC Dean Inc on BP-S00168 South Terminal C Phase 1 - Interior Finishes andSpecialties (GMP No 6-S4) for the total lump sum amount of $2102300 with funding from Passenger Facility Charges and General Airport Revenue Bonds

U Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0609-LST-RFIs 2513 25131 and 25132-Sink type per Location Verification Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $295100 to Kirlin Florida LLC for CR0609-LST-RFIs 2513 25131 and 25132- Sink type per Location Verification Bid Package BP 2300 Plumbing andHVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $295100 for CR0609-LST-RFIs 2513 25131 and 25132- Sink type per Location Verification The modified scope of work consists ofall costs associated with the change in fixture specification for the AG Lab sink from the S-2 tag to a custom steel two-bay sink with two drain boards disposal cone washout spray vacuum breaker solenoid valve and piping as captured in RFI 2513 confirmation of custom sink model number per RFI 25131 and the confirmation of the disposal waste drain opening size in RFI 25132

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFIs 2513 25131 and 25132

TKJV has submitted documentation including the subcontractors proposal to support their request An independent cost estimate is included By approving

Minutes of the Construction Committee Meeting February 18 2020 Page 26 of 39

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 Kirlin Florida LLC in the lump sum amount of $ 295100 Deduct from Owner Contingency $ (295100)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $295100with funding from General Airport Revenue Bonds

V Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0621-LST-RFI 2544- Missing Civil Storm Pipe Correction Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the OrlandoInternational Airport in the total amount of $563200 to Kirlin Florida LLCfor CR0621-LST-RFI 2544-Missing Civil Storm Pipe Connection Bid Package BP 2300 Plumbing and HVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No 2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $563200 for CR0621-LST-RFI 2544-Missing Civil Storm Pipe Connection The modified scope of work consists of all additional costsassociated with a net add of underground plumbing piping to correspond withthe new civil design between L1 and L2 per RFI 2544

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 2544

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the lump sum amount of $ 563200 Deduct from P1 Owner Contingency $ (563200)

Minutes of the Construction Committee Meeting February 18 2020 Page 27 of 39

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $563200with funding from Passenger Facility Charges and General Airport Revenue Bonds

W Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0710-LST-RFI 1727-AC Humidifiers Missing Domestic Chilled Water (DCW) Piping Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $446500 to Kirlin Florida LLC for CR0710-LST-RFI 1727-AC Humidifiers Missing Domestic Chilled Water (DCW) Piping Bid Package BP 2300 ldquoPlumbing andHVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $446500 for CR0710-LST-RFI 1727-AC humidifiersmissing DCW pipe The modified scope of work consists of additional domesticcold-water connections and piping for the AC units with humidifiers

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 1727

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the lump sum amount of $ 446500 Deduct from CMAR Phase 1 Contingency $ (324700) Deduct from CMAR Phase 1X Contingency $ (121800)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Minutes of the Construction Committee Meeting February 18 2020 Page 28 of 39

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $446500with funding from Passenger Facility Charges and General Airport Revenue Bonds

X Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0753-LST-RFI 2368-Duct Blanket R-Value 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-S3) at the OrlandoInternational Airport in the total deductive amount of ($6747700) to Kirlin Florida LLC for CR0753-LST-RFI 2368-Duct Blanket R-Value Bid Package BP 2300 Plumbing and HVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No 2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal deductive lump sum amount of ($6747700) for CR0753-LST-RFI 2368-DuctBlanket R-Value The modified scope of work consists of all additions anddeductions associated with the use of a 233-inch-thick 34-lbcu mineralfiberglass blanket instead of the specified 2-inch thick 15-lbcu mineralfiberglass blanket on HVAC duct systems per RFI 2368

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 2368

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the deductive lump sum amount of $ (6747700) Add to P1 Owner Contingency $ 4907600 Add to P1X Owner Contingency $ 1840100

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-DBEMWBELDBVBE) There is a reduction of 100 DBE participationassociated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin

Minutes of the Construction Committee Meeting February 18 2020 Page 29 of 39

Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total deductive lump sum amount of($6747700) with funding credited to Passenger Facility Charges and GeneralAirport Revenue Bonds

Y Subcontractor Modifications for BP-S00173 (GMP No 7-S3) with MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Mr Guirges presented the memorandum requesting approval forTurner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $985400 to MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Bid Package BP 2600 Electrical waspreviously awarded within GMP No 7-S3 to MC Dean Inc CC No 2018100211

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $575400 for CR06161-LST RFI 2611-Missing PACSEnclosures RFI 2611 requested information regarding routing of PACS (Physical Access Control System) door panels to IDF rooms innear US Customs and Border Protection (CBP) spaces The modified scope of work consists of all labor material and equipment associated with the addition of power for (11) PACS enclosures as captured in RFI 2611

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $410000 for CR0692-LST-Bulletin 31-Electrical Themodified scope of work consists of all costs associated with the confirmed Electrical panel additions per new circuit descriptions andload updates

The approval of these subcontract modifications to MC Dean Inc as proposedin CR06161-LST RFI 2611-Missing PACS Enclosures resolves all requests forcosts and time associated with LST RFI 2611 for GMP No 7-S3 Electrical CR0616 CC No 20191217-3-1 resolved all cost and time for GMP No 7-S1 LowVoltage There will be no forthcoming CRs for RFI 2611

The approval of this subcontract modification as proposed to MC Dean inCR0692-LST-Bulletin 31-Electrical Inc resolves all requests for costs andtime associated with LST Bulletin 31 Electrical scope A CR for GMP No 7-S1Low voltage scope is forthcoming

TKJV has submitted documentation including the subcontractors 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 for CR06161 to MC Dean Inc in the lump sum amount of $ 575400 TKJV to issue a subcontract modification for CR0692 to MC Dean Inc in the lump sum amount of $ 410000 Deduct from PI Owner Contingency $ (985400)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on

Minutes of the Construction Committee Meeting February 18 2020 Page 30 of 39

BP-S00173 (GMP No 7-S3) for this subcontract modification is MC Dean Inc(Non-DBE) There is no small business participation associated with thismodification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue Subcontractor Modifications to MC Dean Inc on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $985400 withfunding from General Airport Revenue Bonds

Z Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0662-AFC-Power and Laydown Yard to QC Lab Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $2817800 to Kiewit Infrastructure South Cofor CR0662-AFC-Power and Laydown Yard to QC Lab Bid Package 34101 Site Electrical and Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $2817800 for CR0662-AFC-Power and Laydown Yard to QC Lab The scope of work consists of all labor material and equipmentrequired to install the power to the Quality Control (QC) lab located off Wiley Road from the Security Check Point and construct a lay-downparking areaat the QC lab and subsequently remove it when the lab is no longer needed The dimensions for the base material needed for the lay-downparking area are 50-foot by 50-foot next to the lab and 12-foot by 30-foot in front of the lab

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Power and Laydown Yard to QC Lab scope of work

TKJV has submitted documentation including the subcontractors 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 Kiewit Infrastructure South Co in the lump sum amount of $ 2817800 Deduct from P1 Owner Contingency $ (1551700) Deduct from P1X Owner Contingency $ (1266100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Minutes of the Construction Committee Meeting February 18 2020 Page 31 of 39

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $2817800 with fundingfrom General Airport Revenue Bonds

AA Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0672-AFC-Test Pit Remediation Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $6069900 to Kiewit Infrastructure South Co forCR0672-AFC-Asphalt Millings Shortage Bid Package 34101 Site Electricaland Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $6069900 for CR0672-AFC-Asphalt MillingsShortage The modified scope of work consists of all costs associated withasphalt milling RAP (Reclaimed Asphalt Pavement) for use on crane pads accessroad and pedestrian paths as tracked by the time and material (TampM) tickets

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Asphalt Millings Shortage

TKJV has submitted documentation including the subcontractors proposal to support their request An independent cost review 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 Kiewit Infrastructure South Co in the lump sum amount of $ 6069900 Deduct from P1 Owner Contingency $ (2724800) Deduct from P1X Owner Contingency $ (3345100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is 87 LDB participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $6069900 with fundingfrom General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 32 of 39

GENERAL

REQUEST FOR APPROVAL TO REIMBURSE THE HYATT FOR WORK PERFORMED DURING BP-00474HYATT REGENCY GUEST ROOMCORRIDOR RENOVATION AT THE ORLANDO INTERNATIONAL AIRPORT 4 Ms Grant presented the memorandum dated February 18 2020 along with aninvoice from Hyatt Regency dated September 30 2019 for BP-00474 Hyatt GuestRoomCorridor Renovation at the Orlando International Airport The invoice is to provide reimbursement for emergency work to clean the 7th Floor after a sprinkler activation repair cut phone lines in several rooms and clean rooms for turnover which was not completed by the General Contractor (GC) in time to turn over thoserooms

If approved this reimbursement would be effective February 18 2020

Ms Schneider asked if the contractor was back-billed for this Mr Ruohomaki answered no that this is a negotiated settlement Vice Chair Sharman stated that this was done to finish the renovations and open the areas earlier which was in the best interest of the Aviation Authority

Vice Chair Sharman asked if R W Block Consulting Inc had reviewed the invoiceand will sign-off on it Mr Kurek answered yes it will be signed

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve to Reimbursethe Hyatt Regency for Work performed during BP-00474 Hyatt Guest RoomCorridor Renovation for the total lump sum fee amount of $926994 with funding frompreviously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 107 TO THE CONTINUING PROGRAMAND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR A NO-COST STAFFING CHANGE FOR THE CONSTRUCTION PHASE OAR SERVICES FOR BP-00482 GATE E-50 AND CHECKPOINT CHARLIE DEVELOPMENT ATTHE ORLANDO INTERNATIONAL AIRPORT 5 Mr Sorondo presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 5 2020 for a No-Cost Staffing Change for the Construction Phase OAR Services forBP-00482 Gate E-50 and Checkpoint Charlie Development at the Orlando International Airport On September 24 2019 the Construction Committee approved Addendum No107 to the above-referenced agreement in the amount of $24677100 for ConstructionPhase OAR Services Since that time a no-cost staffing change is being requested to replace the JMATT Construction Services LLC Senior Inspector who is stillengaged on another project with an A2 Group Inc Inspector and a Geotech Consultants International Inc dba GCI Inc Senior Inspector as furthered described in the Consultantrsquos proposal

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contractrsquos MWBELDBVBE specifications and determined that the proposed no-cost staffing change includes a reduction to JMATT Construction Services LLC (MWBE)in the amount of ($5355000) and an add to A2 Group Inc (DBE) in the amount of$2100000 resulting in an overall 28 MWBE participation for this Addendum No 107 and Amendment Nos 1 and 2

Vice Chair Sharman asked if Geotech Consultants International Inc dba GCI Inc was switching subconsultants Mr Sorondo answered yes

Minutes of the Construction Committee Meeting February 18 2020 Page 33 of 39

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 107 to the Continuing Program and Project Management Services (OARPrime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for No-Cost Staffing Change for the Construction Phase OAR Services for BP-00482 Gate E-50 and Checkpoint Charlie Development there is no fiscal impact associatedwith this item

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN AMENDMENT TO PURCHASING CONTRACT 01-20 PERSONNEL SCREENING SERVICES WITH COVENANT AVIATION SECURITY AT THE ORLANDO INTERNATIONAL AIRPORT 6 Mr Shedek presented the memorandum dated February 18 2020 for Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC at the Orlando International Airport On January 7 2020 the Construction Committee approved Agenda Item No 11 for anAmendment to Purchasing Contract 01-20 Personnel Screening Services with CovenantAviation Security LLC for Personnel Screening Services on BP-00491 West Security Screening Checkpoint Expansion - Package 2 for a total not-to-exceed expense amountof $200000 with funding from project funds (ie previously-approved CapitalExpenditure Funds and General Airport Revenue Bonds) Since then it has been determined that these services will not be required

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC there is no fiscal impact associatedwith this item

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR E-00264 NORTH PARK PLACE LIGHT POLE REPLACEMENT AT THE ORLANDO INTERNATIONAL AIRPORT 7 Mr Graham presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for E-00264 North Park Place Light PoleReplacement at the Orlando International Airport The scope of the project is toremove and replace 49 parking lot light poles located in the North Park Place parkinglot re-install the existing light fixtures and provide ancillary replacement parts as necessary at the Orlando International Airport

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 42 MWBE participation on this Addendum

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for E-00264 North Park Place Light Pole Replacement for the total not-to-exceed fee amount of $2396100 with funding from previously-approved Discretionary Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 34 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE TICKET LOBBY MODIFICATIONS ANDIMPROVEMENTS AGREEMENT WITH CT HSU amp ASSOCIATES PA FOR CONSTRUCTION ADMINISTRATION SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 8 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from CT Hsu amp Associates PA dated January 30 2020 to provide Construction Administration Services for V-00906 West Checkpoint Video Walls a the Orlando International Airport Services will include CA services shop drawing review and coordination for the installation of the four LED video walls under the Chilirsquos Restaurant at the West Security Checkpoint A and B Sides

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that CT Hsu ampAssociates PA proposes 604 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Ticket Lobby Modifications and Improvements Agreement with CT Hsuamp Associates PA for Construction Administration Services for V-00906 West Checkpoint Video Walls for the total amount of $5624000 which includes the not-to-exceed fee amount of $5511700 and the not-to-exceed reimbursable expense amount of $112300 with funding from previously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 9 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for the above referenced project This project provides two large and two small Video Walls in the West Checkpoint area ofthe Great Hall on Landside Level 3

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 694 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for Construction Phase OAR Services for V-00906 West Checkpoint Video Walls for the total not-to-exceed fee amount of $4771500 with funding from previously-approved Capital Expenditure Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 35 of 39

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 19 TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT (OAR PRIME ENTITY) SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC TO PROVIDE ADDITIONAL CONSTRUCTION PHASE OAR SERVICES FOR V-00933 PODS A AND B FLOOR REPAIR AT THE ORLANDO INTERNATIONAL AIRPORT 10 Mr Willems presented the memorandum dated February 18 2020 along with aproposal from AECOM Technical Services Inc dated January 23 2020 to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair at the Orlando International Airport On November 19 2019 the Construction Committee approved Addendum No 19 in the amount of $714400 to the above-referencedagreement Since that time it has been determined that additional Construction Phase OAR Services are required as furthered described in the Consultantrsquos proposal dated January 23 2020

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the required services AECOM Technical Services Inc does not propose any MWBE LDB or VBE participation on this Amendment

Mr Patterson asked if this work will be ending next week Mr Willems answered yes

Mr Patterson stated that the timing of the work needed to be coordinated withOperations to avoid the holiday rush Mr Ruohomaki stated that due to these timingissues the OAR (AECOM Technical Services Inc) needs additional time to continue providing OAR Services on the project through close-out

Vice Chair Sharman asked if RW Block Consulting Inc had any outstanding issues with this request Ms Rainey responded that a change order on V-00933 requestinga time extension has not been received Mr Willems stated that the Contractor has not yet requested additional time but that a change order can be submitted to asubsequent Construction Committee Meeting Vice Chair Sharman asked if RW Block Consulting Inc would be amenable to this request once the change order is receivedMs Rainey answered yes [Subsequent to the Construction Committee meeting following review by the Contractor and OAR it was determined that a time extension change order would not be required RW Block Consulting Inc finds this item acceptable]

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 19 to the Continuing Program and Project Management (OAR Prime Entity) Services Agreement with AECOM Technical Services Inc to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair for thetotal not-to-exceed fee amount of $676800 with funding from previously-approvedOperation and Maintenance Funds

REQUEST FOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH HW DAVIS CONSTRUCTION INC FORV-00957 REPAIR SUB-CANOPIES LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 11 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from HW Davis Construction Inc dated October 23 2019 for V-00957Repair Sub-Canopies Level 3 A and B Enplane Drive at the Orlando InternationalAirport Project scope is to provide all labor equipment and materials to fabricatedeliver and install new fabric cover strips at diagonal steel braces at the sub-canopies rain protection covers at nine canopy locations and repair two separatedcable pockets at Canopy Nos 6 and 16 at the Orlando International Airport The duration of the project is 30 calendar days for Substantial Completion and 30

Minutes of the Construction Committee Meeting February 18 2020 Page 36 of 39

calendar days for Final Completion with a contemplated Notice to Proceed (NTP) date of February 24 2020

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that due to the limited scope of the required services HW Davis Construction Inc does notpropose any MWBELDBVBE participation on this Job Order Construction Services Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve a JobOrder Construction Services Addendum to the Continuing Vertical Construction Services Agreement with HW Davis Construction Inc for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total direct-negotiated amount of $3573300 andwaive the requirement for Performance and Payment Bonds with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR V-00957 REPAIR SUB-CANOPIES AT LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 12 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated January 31 2020 is to provide Construction Phase OAR Services on the above-referenced project

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the services to be provided Geotech Consultants International Inc dba GCI Inc does not propose any MWBELDBVBE participation on this Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total not-to-exceed fee amount of $290700 with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH GOMEZ CONSTRUCTION COMPANY FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) AT THE ORLANDO INTERNATIONAL AIRPORT 13 This item was deferred

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) ATTHE ORLANDO INTERNATIONAL AIRPORT 14 This item was deferred

Minutes of the Construction Committee Meeting February 18 2020 Page 37 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING ENVIRONMENTAL ENGINEERING CONSULTANT SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC FOR INSTALLATIONOF NEW MONITORING WELLS IMPLEMENTATION OF ONE SEMI-ANNUAL POST-ACTIVE REMEDIATIONMONITORING (PARM) AND PREPARATION OF ONE PARM REPORT AT THE FORMER DAYRON FACILITYFOR W-00072 OEA REMEDIATION OF DAYRON PLUME AT THE ORLANDO EXECUTIVE AIRPORT 15 Mr Carrington presented the memorandum dated February 18 2020 along with a proposal from AECOM Technical Services Inc dated February 10 2020 to provide for the installation of eleven new monitoring wells implementation of one semi-annual groundwater Post-Active Remediation Monitoring (PARM) and the preparation and submission of one PARM report at the former Dayron Facility at the OrlandoExecutive Airport The one semi-annual PARM monitoring event to be performed in late March or early April 2020

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that AECOM Technical Services Inc proposes 331 MWBE and 80 LDB participation on this Addendum

Mr Ruohomaki asked if this was in pursuit of a NFA designation (No Further Action)Mr Carrington answered yes

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve an Addendum to the Continuing Environmental Engineering Consultant Services Agreement with AECOMTechnical Services Inc for Installation of New Monitoring Wells Implementation of One Semi-Annual Post-Active Remediation Monitoring (PARM) and Preparation of One PARM Report at the Former Dayron Facility for W-00072 OEA Remediation of DayronPlume at the Orlando Executive Airport for the total amount of $7150000 which includes the not-to-exceed fee amount of $4112700 and the not-to-exceed reimbursable expense amount of $3037300 with funding from OEA Environmental Liability Funds

REQUEST FOR RECOMMENDATION OF APPROVAL OF NO-COST ADDENDA TO THE CONTINUING TRANSPORTATION PLANNING CONSULTING SERVICES AGREEMENTS TO EXERCISE THE SECOND AND FINAL ONE-YEAR RENEWAL OPTION 16 Ms Anderson presented the memorandum dated February 18 2020 requesting the recommendation of approval of No-Cost Addenda to the Continuing Transportation Planning Consulting Services Agreements to exercise the second and final one-year renewal option In June 2016 the Aviation Authority Board approved ContinuingTransportation Planning Consulting Services Agreement with the below firms Theprovisions in the agreement include a base three-year term with two subsequent optional one-year renewal periods upon mutual agreement of the parties

Each firmrsquos first one-year renewal expires as follows

Firm Expiration Date HNTB Corporation July 26 2020 HDR Engineering Inc September 12 2020

In order to maintain these services on an as-needed basis for routine operations staff requires the services of the above-referenced firms The firms were requested to provide their concurrence to exercise the second and final one-year renewal option

Upon motion of Mr Patterson second by Mr Hunt vote carried to recommend to theAviation Authority Board approval of No-Cost Addenda to the Continuing Transportation

Minutes of the Construction Committee Meeting February 18 2020 Page 38 of 39

Planning Consulting Services Agreements to Exercise the Second and Final One-Year Renewal Option there is no fiscal impact associated with this item

REQUEST FOR APPROVAL OF CONTRACTORrsquoS FINAL PAYMENT TO HL PRUITT CORPORATION FOR E-00212 INVENTORY AND MARKING OF AIRFIELD LIGHTING AT THE ORLANDO INTERNATIONALAIRPORT 17 Mr Patterson presented the memorandum dated February 18 2020 requesting the Contractorrsquos Final Payment to HL Pruitt Corporation for E-00212 Inventory andMarking of Airfield Lighting at the Orlando International Airport The Construction Contract for the referenced project has been completed and all issues involving the Contractor have been addressed and resolved

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve theContractorrsquos Final Payment Authorization to HL Pruitt Corporation for E-00212Inventory and marking of Airfield Lighting at the Orlando International Airport

INFORMATION ITEMS

18 The following items were presented for information only

A Field Change Order (FCO) Log

B Revised Supporting Documentation for Change Order PS-00329-11 Parking Access and Revenue Control System (PARCS) Replacement at The OrlandoInternational Airport [From Construction Committee on July 30 2019 ItemNo 1-F] [The Construction Committee determined that this information item should be converted to an action item and it was motioned with Item No 2-B]

C Revised Coversheet for Hensel Phelps Construction to issue a SubcontractModification to Inland Construction and Engineering Inc for BP-S00144South Terminal C Phase 1 - Airside Enclosure amp Exterior Finishes (GMPNo 6-S2) at The Orlando International Airport [From ConstructionCommittee on November 26 2019 Item No 2-D]

D Additional Supporting Documentation for Request for Recommendation ofApproval of an Amendment to Addendum No 7 to the Construction Management at Risk (CMR) Entity Services for the South Terminal C Phase 1 (STC-P1)Agreement with Turner-Kiewit Joint Venture for BP-S00150 South TerminalC Phase 1 ndash Parking Facility (GMP 9-S) at The Orlando International Airport [From Construction Committee on December 17 2019 Item No 5]

E Revised Coversheet for Request for Approval of an Addendum to the Technology and Multi-Media Specialty Engineer for the South Terminal CPhase 1 Agreement with Burns Engineering Inc for Design Services related to Customs Border and Patrol (CBP) final review for W-S00113 South Terminal C Phase 1 ndash Experiential Media Environment (EME) at The OrlandoInternational Airport [From Construction Committee on February 4 2020Item No 10]

F Office of Small Business Participation Memorandum for the Request forRecommendation of Approval of the FFampE and IT Estimate Procurement Plan and Process for Updating the Construction Committee for W-S00145 SouthTerminal C Phase 1 and Phase 1X (STC-P1 and P1X) Owner Furnished FFampE and IT Items at The Orlando International Airport [From ConstructionCommittee on February 4 2020 Item No 11]

______________________________

Minutes of the Construction Committee Meeting February 18 2020 Page 39 of 39

ADJOURNMENT

19 There being no further business for discussion the meeting was adjourned at 910 am

Kathleen Sharman Vice Chair Construction Committee Chief Financial Officer

Page 19: On TUESDAY, FEBRUARY 18, 2020 , the CONSTRUCTION … · Mike Patterson, Director of Construction . Gary Hunt, Director of Maintenance . ... Steve Pue, GOAA Maintenance . Vendla Davermann,

Minutes of the Construction Committee Meeting February 18 2020 Page 19 of 39

Vice Chair Sharman asked if the completed eligibility was received for thisitem Ms Hinds answered yes

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Skybuilders USA LLC on BP-S00150 South Terminal C Phase 1 - Parking Facility- Phase 1 (GMP No 9-S) for the total lump sum amount of $3903600 with funding from Customer Facility Charges and General Airport Revenue Bonds

N Subcontractor Modification for BP-S00150 (GMP No 9-S) with Gulf Mechanical Contractors LLC for CR0492-PKG-RFI 1968-Electrical Room Door Size ChangesMr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando International Airport in the total amount of $167700 to Gulf Mechanical Contractors LLC for CR0492-PKG-RFI 1968 Series-Electrical Room Door SizeChanges Bid Package for 2200 Plumbing was previously awarded within GMPNo 9-S to Gulf Mechanical Contractors LLC CC No 20171010016

TKJV is proposing a subcontract modification to Gulf Mechanical ContractorsLLC in the total lump sum amount of $167700 for CR0492-PKG-RFI1968 Series-Electrical Room Door Size Changes The modified scope of work consists of all labor and material to trench and excavate reconfigured PVC pipes and fittingsrequired to accommodate a changed door opening dimension due to the responsefrom RFI 1968

The approval of this subcontract modification to Gulf Mechanical Contractors LLC resolves all requests for cost and time associated with RFI 1968 series for GMP No 9-S Remaining costs for RFI 1968 were previously submitted under GMP No 9-S1 as CR04921-PKG-RFI 1968-Electrical Room Door Size Changes

TKJV has submitted documentation including the subcontractors 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 cost or time

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

TKJV to issue subcontract modification to Gulf Mechanical Contractors LLC in the lump sum amount of $ 167700 Deduct from Owner Contingency $ (167700)

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 Gulf Mechanical Contractors LLC (Non-MWBELDBVBE) There is no small businessparticipation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Gulf

Minutes of the Construction Committee Meeting February 18 2020 Page 20 of 39

Mechanical Contractors LLC on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $167700 with funding from Customer Facility Charges and General Airport Revenue Bonds

O Subcontractor Modification for BP-S00150 (GMP No 9-S) with CCK ConstructionServices Inc for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU Mr Guirges presented the memorandum requesting approvalfor Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando International Airport in the total amount of $816800 to CCK Construction Services Inc for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU Bid Package 30 Concrete was previouslyawarded within GMP No 9-S to CCK Construction Services Inc CC No2017101016

TKJV is proposing a subcontract modification to CCK Construction ServicesInc in the total lump sum amount $816800 for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU The modified scope consists ofall materials and labor required for the additional footer and the Cast inPlace (CIP) tie beams as per RFI 1877

The approval of this subcontract modification resolves all requests for cost and time associated with RFI 1877 for GMP No 9-S Costs for Miscellaneous metals subcontractors will be submitted under CR 05531 for GMP No 9-S1

TKJV has submitted documentation including the subcontractors 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 CCK Construction Services Inc in the lump sum amount of $ 816800 Deduct from Owner Contingency $ (816800)

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 CCK Construction Services Inc (Non-MWBELDBVBE) There is 189 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to CCK Construction Services Inc on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $816800 with funding from Customer Facility Charges and General Airport Revenue Bonds

P Subcontract Award for BP-S00150 (GMP No 9-S) with Fine Tune Services LLC for CR0630-PKG-Rough and Final Cleaning Award Mr Guirges presented thememorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) toissue a Subcontract Award on BP-S00150 South Terminal C Phase 1 ParkingFacility - Phase 1 (GMP No 9-S) at the Orlando International Airport in thetotal amount of $15450000 to Fine Tune Enterprises Inc for CR0630-PKG-

Minutes of the Construction Committee Meeting February 18 2020 Page 21 of 39

Rough and Final Cleaning Award Bid Package for BP-S150 Parking FacilityPhase 1 was previously awarded to TKJV reference CC No 2017101016

TKJV is proposing a subcontract award for CR0630-PKG-Rough and Final Cleaning The scope of the award is for the cleaning of all concrete structures floorselevators and finished areas for the parking garage phase 2 in accordance with bid package 174 dated August 1 2019 and documents through PKG DSI 4 andCWS Bulletin 12 and as described in the Fine Tune Enterprises Inc proposal

The approval of this subcontract award to Fine Tune Enterprises Inc resolvesall costs associated with PKG Bid Package 174 and documents through DSI 4 andCWS Bulletin 12

TKJV has submitted documentation including the subcontractors 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 Subcontract Award for this project is as follows

TKJV to issue Subcontract Award to Fine Tune Enterprises Inc in the lump sum amount of $ 15450000 GMP Line Item 17 current balance $ (7500000) Deduct from P1 CMAR Contingency $ (6921000) Deduct from CWE CMAR Contingency $ (1029000) GMP Line Item 17 remaining balance $ 000

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 award is Fine Tune Enterprises Inc (MWBELDB) There is 100 MWBE participation associated with this award

Vice Chair Sharman asked if this request includes the cost for cleaning the canopies Mr Guirges stated that although the canopies are not installedyet this item includes final cleaning under the canopy area Ms Stockerl agreed that the estimate included the cost of final cleaning once the canopies are installed Vice Chair Sharman stated that funding is partially from the Campus Wide Improvements project Mr Ruohomaki stated that the funding sources can be re-evaluated if necessary Vice Chair Sharman agreed that the funding can be revised if needed

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontract Award to Fine Tune Enterprises Inc on BP-S00150 South Terminal C Phase 1 - Parking Facility- Phase 1 (GMP No 9-S) for the total lump sum amount of $15450000 withfunding from Customer Facility Charges and General Airport Revenue Bonds

Q Subcontractor Modification for BP-S00150 (GMP No 9-S) with CCK ConstructionServices Inc for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement 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 $156000 to CCK Construction

Minutes of the Construction Committee Meeting February 18 2020 Page 22 of 39

Services Inc for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement Bid Package 30 Concrete was previously awarded within GMP No 9-S to CCKConstruction Services Inc CC No 2017101016

TKJV is proposing a subcontract modification to CCK Construction ServicesInc in the total lump sum amount $156000 for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement The modified scope consists of additional laborand material to cut splice and adjust the promenade slab reinforcement

The approval of this subcontract modification resolves all requests for cost and time associated with PKG RFI 19851

TKJV has submitted documentation including the subcontractors 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 CCK Construction Services Incin the lump sum amount of $ 156000 Deduct from CMAR Contingency $ (156000)

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 CCK Construction Services Inc (Non-MWBELDBVBE) There is no small businessparticipation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to CCK Construction Services Inc on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $156000 with funding from Customer Facility Charges and General Airport Revenue Bonds

R Subcontractor Modification for BP-S00151 (GMP No 9-S1) with Quality Cable Contractors Inc for CR04301-PKG-Bulletin 10 and RFI 2690-Low Voltage Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00151 South Terminal C Phase 1 - Parking Facility Phase 2 (GMP No 9-S1) at the Orlando International Airport in the total amount of $5225700 to Quality Cable Contractors Inc for CR04301-PKG-Bulletin 10 and RFI 2690-Low Voltage Bid package 2800 Low Voltage Electrical was previously awarded within GMP No 9-S1 Parking Facility Phase 2 to Quality Cable Contractors Inc CC No2018092525A

TKJV) is proposing a subcontract modification to Quality Cable Contractors Inc in the total lump sum amount of $5225700 for CR04301-PKG-Bulletin 10and RFI 2690-Low Voltage The modified scope of work consists of additional materials labor and equipment for ten (10) additional access controls at PKGdoors and the credit associated with the blue phone and camera outletsrevisions per PKG Bulletin 10 and RFI 2690

Minutes of the Construction Committee Meeting February 18 2020 Page 23 of 39

The approval of this subcontract modifications to Quality Cable ContractorsInc resolves all requests for costs and time resulting from PKG Bulletin 10 and RFI 2690 for GMP No 9-S1 CR0430 was submitted for GMP No 9-S CC No20190910021 This request resolves all requests for cost and time for RFI2690 for Low Voltage costs for the hardware changes for Taylor Cotton amp Ridley Inc GMP No 9-S1 was submitted under CR0776

TKJV has submitted documentation including the subcontractors 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 award to Quality Cable Contractors Inc in the lump sum amount of $ 5225700 Deduct from Owner Contingency $ (5225700)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00151 (GMP No 9-S1) for this subcontractor modificationis Quality Cable Contractors Inc (MWBELDB) There is 100 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Quality Cable Contractors Inc on BP-S00151 South Terminal C Phase 1 - ParkingFacility Phase 2 (GMP No 9-S1) for the total lump sum amount of $5225700 with funding from Customer Facility Charges and General Airport Revenue Bonds

S Subcontractor Modification for BP-S00163 (GMP No 5-S5) with The Middlesex Corporation for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place (CIP)Rectangular Beam Canopy Anchor Bolt Locations Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) toissue a Subcontract Modification on BP-S00163 South Terminal C Phase 1 -EnplaneDeplane Bridge and Roadways Balance of Work - FDOT (GMP No 65-S5)at the Orlando International Airport in the total amount of $2295700 to The Middlesex Corporation for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place(CIP) Rectangular Beam Canopy Anchor Bolt Locations Bid Package 3400 EnplaneDeplane Bridge-Combined Piers and Piles was previously awarded within GMP No 5-S5 EnplaneDeplane Bridge and Roadways Balance of Work -FDOT to The Middlesex Corporation CC No 20180605007

TKJV is proposing a subcontract modification to The Middlesex Corporation in the total lump sum amount of $2295700 for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place (CIP) Rectangular Beam Canopy Anchor Bolt Locations The CIP beams were formed and rebar installed but were found to have a discrepancy between the LSC (Landside Civil) and LST (Landside Terminal) drawings with thecanopy anchor bolt locations RFI 3051 response confirmed that the proposed structural adjustment to drill and epoxy the rebar inside the limits of the CIP rectangular beam is acceptable RFI 30511 response confirmed that the proposed epoxy product is acceptable RFI 3249 response provided the details of alternative reinforcement at the canopy column locations The modifiedscope of work consists of all the labor material and equipment costs

Minutes of the Construction Committee Meeting February 18 2020 Page 24 of 39

associated with the relocation of the anchor bolts and the structural adjustments required as per the EOR responses to RFIs 3051 30511 and 3249

The approval of this subcontract modification to The Middlesex Corporationresolves all requests for cost and time resulting from RFIs 3051 30511 and3249

TKJV has submitted documentation including the subcontractors 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 $ 2295700 Deduct from Phase 1 CMAR Contingency $ (2295700)

Due to the funding source of this GMP No 5-S5 Turner-Kiewit Joint Ventureproposed a 20 DBE participation goal for Bid Package 3400 EnplaneDeplane Bridge and Roadways Balance of Work - FDOT in lieu of MWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by this modification The subcontractor identified and committed to participate on BP-S00163 (GMP No 5-S5) for this subcontract modification is The Middlesex Corporation(Non-DBE) There is no DBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to The Middlesex Corporation on BP-S00163 South Terminal C Phase 1 - EnplaneDeplane Bridge and Roadways Balance of Work - FDOT (GMP No 5-S5) for the total lumpsum amount of $2295700 with funding from Passenger Facility Charges

T Subcontractor Modification for BP-S00168 (GMP No 6-S4) with MC Dean Inc for CR03382-6S4 ASC RFI 1621 Emergency Communications System (ECS) Speakersndash Low Voltage Mr Guirges presented the memorandum requesting approval forHensel Phelps Construction (HPC) to issue Subcontract Modifications on BP-S00168 South Terminal C Phase 1 - Interior Finishes and Specialties (GMPNo 6-S4) at the Orlando International Airport in the total amount of $2102300 to MC Dean Inc for CR03382-6S4 ASC RFI1621 EmergencyCommunications System (ECS) Speakers - Low Voltage Bid Package BP-S168 2701ASC Low Voltage Systems was previously awarded within the GMP No 6-S4 toMC Dean Inc CC No 20181002010

HPC is requesting to issue a Subcontractor Modification to MC Dean Inc in the total Lump Sum amount of $2102300 for CR03382-6S4 ASC RFI 1621 Emergency Communications System (ECS) Speakers - Low Voltage The response to RFI 1621 provided updated Technology drawings and schedule showing the Low VoltageRequirements for the Type 4 Wall Mount Emergency Communications SystemsSpeakers in Transfer Level Areas 16 and 17 The modified scope of work consistsof the costs associated with the additional conduits and 1-port Cat 6 cables required to those speakers for the low voltage scope per RFI 1621 response and sketches

Minutes of the Construction Committee Meeting February 18 2020 Page 25 of 39

The approval of this Subcontractor Modification to MC Dean Inc resolves all requests for cost and time resulting from RFI 1621 in GMP No 6-S4 Cost impacts for Electrical work associated with RFI 1621 in GMP No 6-S2 will besubmitted via CR03381-6S2-0143 There is no cost impact for RFI 1621 in GMP Nos 6-S 6-S1 6-S3 6-S5 or 6-S6

HPC has submitted documentation including the subcontractors 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 MC Dean Inc in the lump sum amount of $ 2102300 Deduct from Owner Contingency $(2102300)

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-S4) for this subcontract modification is MC Dean Inc (Non-MWBELDBVBE) There is 835 MWBE participationassociated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue Subcontractor Modifications to MC Dean Inc on BP-S00168 South Terminal C Phase 1 - Interior Finishes andSpecialties (GMP No 6-S4) for the total lump sum amount of $2102300 with funding from Passenger Facility Charges and General Airport Revenue Bonds

U Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0609-LST-RFIs 2513 25131 and 25132-Sink type per Location Verification Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $295100 to Kirlin Florida LLC for CR0609-LST-RFIs 2513 25131 and 25132- Sink type per Location Verification Bid Package BP 2300 Plumbing andHVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $295100 for CR0609-LST-RFIs 2513 25131 and 25132- Sink type per Location Verification The modified scope of work consists ofall costs associated with the change in fixture specification for the AG Lab sink from the S-2 tag to a custom steel two-bay sink with two drain boards disposal cone washout spray vacuum breaker solenoid valve and piping as captured in RFI 2513 confirmation of custom sink model number per RFI 25131 and the confirmation of the disposal waste drain opening size in RFI 25132

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFIs 2513 25131 and 25132

TKJV has submitted documentation including the subcontractors proposal to support their request An independent cost estimate is included By approving

Minutes of the Construction Committee Meeting February 18 2020 Page 26 of 39

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 Kirlin Florida LLC in the lump sum amount of $ 295100 Deduct from Owner Contingency $ (295100)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $295100with funding from General Airport Revenue Bonds

V Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0621-LST-RFI 2544- Missing Civil Storm Pipe Correction Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the OrlandoInternational Airport in the total amount of $563200 to Kirlin Florida LLCfor CR0621-LST-RFI 2544-Missing Civil Storm Pipe Connection Bid Package BP 2300 Plumbing and HVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No 2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $563200 for CR0621-LST-RFI 2544-Missing Civil Storm Pipe Connection The modified scope of work consists of all additional costsassociated with a net add of underground plumbing piping to correspond withthe new civil design between L1 and L2 per RFI 2544

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 2544

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the lump sum amount of $ 563200 Deduct from P1 Owner Contingency $ (563200)

Minutes of the Construction Committee Meeting February 18 2020 Page 27 of 39

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $563200with funding from Passenger Facility Charges and General Airport Revenue Bonds

W Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0710-LST-RFI 1727-AC Humidifiers Missing Domestic Chilled Water (DCW) Piping Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $446500 to Kirlin Florida LLC for CR0710-LST-RFI 1727-AC Humidifiers Missing Domestic Chilled Water (DCW) Piping Bid Package BP 2300 ldquoPlumbing andHVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $446500 for CR0710-LST-RFI 1727-AC humidifiersmissing DCW pipe The modified scope of work consists of additional domesticcold-water connections and piping for the AC units with humidifiers

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 1727

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the lump sum amount of $ 446500 Deduct from CMAR Phase 1 Contingency $ (324700) Deduct from CMAR Phase 1X Contingency $ (121800)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Minutes of the Construction Committee Meeting February 18 2020 Page 28 of 39

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $446500with funding from Passenger Facility Charges and General Airport Revenue Bonds

X Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0753-LST-RFI 2368-Duct Blanket R-Value 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-S3) at the OrlandoInternational Airport in the total deductive amount of ($6747700) to Kirlin Florida LLC for CR0753-LST-RFI 2368-Duct Blanket R-Value Bid Package BP 2300 Plumbing and HVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No 2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal deductive lump sum amount of ($6747700) for CR0753-LST-RFI 2368-DuctBlanket R-Value The modified scope of work consists of all additions anddeductions associated with the use of a 233-inch-thick 34-lbcu mineralfiberglass blanket instead of the specified 2-inch thick 15-lbcu mineralfiberglass blanket on HVAC duct systems per RFI 2368

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 2368

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the deductive lump sum amount of $ (6747700) Add to P1 Owner Contingency $ 4907600 Add to P1X Owner Contingency $ 1840100

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-DBEMWBELDBVBE) There is a reduction of 100 DBE participationassociated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin

Minutes of the Construction Committee Meeting February 18 2020 Page 29 of 39

Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total deductive lump sum amount of($6747700) with funding credited to Passenger Facility Charges and GeneralAirport Revenue Bonds

Y Subcontractor Modifications for BP-S00173 (GMP No 7-S3) with MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Mr Guirges presented the memorandum requesting approval forTurner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $985400 to MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Bid Package BP 2600 Electrical waspreviously awarded within GMP No 7-S3 to MC Dean Inc CC No 2018100211

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $575400 for CR06161-LST RFI 2611-Missing PACSEnclosures RFI 2611 requested information regarding routing of PACS (Physical Access Control System) door panels to IDF rooms innear US Customs and Border Protection (CBP) spaces The modified scope of work consists of all labor material and equipment associated with the addition of power for (11) PACS enclosures as captured in RFI 2611

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $410000 for CR0692-LST-Bulletin 31-Electrical Themodified scope of work consists of all costs associated with the confirmed Electrical panel additions per new circuit descriptions andload updates

The approval of these subcontract modifications to MC Dean Inc as proposedin CR06161-LST RFI 2611-Missing PACS Enclosures resolves all requests forcosts and time associated with LST RFI 2611 for GMP No 7-S3 Electrical CR0616 CC No 20191217-3-1 resolved all cost and time for GMP No 7-S1 LowVoltage There will be no forthcoming CRs for RFI 2611

The approval of this subcontract modification as proposed to MC Dean inCR0692-LST-Bulletin 31-Electrical Inc resolves all requests for costs andtime associated with LST Bulletin 31 Electrical scope A CR for GMP No 7-S1Low voltage scope is forthcoming

TKJV has submitted documentation including the subcontractors 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 for CR06161 to MC Dean Inc in the lump sum amount of $ 575400 TKJV to issue a subcontract modification for CR0692 to MC Dean Inc in the lump sum amount of $ 410000 Deduct from PI Owner Contingency $ (985400)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on

Minutes of the Construction Committee Meeting February 18 2020 Page 30 of 39

BP-S00173 (GMP No 7-S3) for this subcontract modification is MC Dean Inc(Non-DBE) There is no small business participation associated with thismodification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue Subcontractor Modifications to MC Dean Inc on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $985400 withfunding from General Airport Revenue Bonds

Z Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0662-AFC-Power and Laydown Yard to QC Lab Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $2817800 to Kiewit Infrastructure South Cofor CR0662-AFC-Power and Laydown Yard to QC Lab Bid Package 34101 Site Electrical and Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $2817800 for CR0662-AFC-Power and Laydown Yard to QC Lab The scope of work consists of all labor material and equipmentrequired to install the power to the Quality Control (QC) lab located off Wiley Road from the Security Check Point and construct a lay-downparking areaat the QC lab and subsequently remove it when the lab is no longer needed The dimensions for the base material needed for the lay-downparking area are 50-foot by 50-foot next to the lab and 12-foot by 30-foot in front of the lab

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Power and Laydown Yard to QC Lab scope of work

TKJV has submitted documentation including the subcontractors 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 Kiewit Infrastructure South Co in the lump sum amount of $ 2817800 Deduct from P1 Owner Contingency $ (1551700) Deduct from P1X Owner Contingency $ (1266100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Minutes of the Construction Committee Meeting February 18 2020 Page 31 of 39

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $2817800 with fundingfrom General Airport Revenue Bonds

AA Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0672-AFC-Test Pit Remediation Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $6069900 to Kiewit Infrastructure South Co forCR0672-AFC-Asphalt Millings Shortage Bid Package 34101 Site Electricaland Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $6069900 for CR0672-AFC-Asphalt MillingsShortage The modified scope of work consists of all costs associated withasphalt milling RAP (Reclaimed Asphalt Pavement) for use on crane pads accessroad and pedestrian paths as tracked by the time and material (TampM) tickets

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Asphalt Millings Shortage

TKJV has submitted documentation including the subcontractors proposal to support their request An independent cost review 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 Kiewit Infrastructure South Co in the lump sum amount of $ 6069900 Deduct from P1 Owner Contingency $ (2724800) Deduct from P1X Owner Contingency $ (3345100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is 87 LDB participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $6069900 with fundingfrom General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 32 of 39

GENERAL

REQUEST FOR APPROVAL TO REIMBURSE THE HYATT FOR WORK PERFORMED DURING BP-00474HYATT REGENCY GUEST ROOMCORRIDOR RENOVATION AT THE ORLANDO INTERNATIONAL AIRPORT 4 Ms Grant presented the memorandum dated February 18 2020 along with aninvoice from Hyatt Regency dated September 30 2019 for BP-00474 Hyatt GuestRoomCorridor Renovation at the Orlando International Airport The invoice is to provide reimbursement for emergency work to clean the 7th Floor after a sprinkler activation repair cut phone lines in several rooms and clean rooms for turnover which was not completed by the General Contractor (GC) in time to turn over thoserooms

If approved this reimbursement would be effective February 18 2020

Ms Schneider asked if the contractor was back-billed for this Mr Ruohomaki answered no that this is a negotiated settlement Vice Chair Sharman stated that this was done to finish the renovations and open the areas earlier which was in the best interest of the Aviation Authority

Vice Chair Sharman asked if R W Block Consulting Inc had reviewed the invoiceand will sign-off on it Mr Kurek answered yes it will be signed

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve to Reimbursethe Hyatt Regency for Work performed during BP-00474 Hyatt Guest RoomCorridor Renovation for the total lump sum fee amount of $926994 with funding frompreviously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 107 TO THE CONTINUING PROGRAMAND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR A NO-COST STAFFING CHANGE FOR THE CONSTRUCTION PHASE OAR SERVICES FOR BP-00482 GATE E-50 AND CHECKPOINT CHARLIE DEVELOPMENT ATTHE ORLANDO INTERNATIONAL AIRPORT 5 Mr Sorondo presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 5 2020 for a No-Cost Staffing Change for the Construction Phase OAR Services forBP-00482 Gate E-50 and Checkpoint Charlie Development at the Orlando International Airport On September 24 2019 the Construction Committee approved Addendum No107 to the above-referenced agreement in the amount of $24677100 for ConstructionPhase OAR Services Since that time a no-cost staffing change is being requested to replace the JMATT Construction Services LLC Senior Inspector who is stillengaged on another project with an A2 Group Inc Inspector and a Geotech Consultants International Inc dba GCI Inc Senior Inspector as furthered described in the Consultantrsquos proposal

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contractrsquos MWBELDBVBE specifications and determined that the proposed no-cost staffing change includes a reduction to JMATT Construction Services LLC (MWBE)in the amount of ($5355000) and an add to A2 Group Inc (DBE) in the amount of$2100000 resulting in an overall 28 MWBE participation for this Addendum No 107 and Amendment Nos 1 and 2

Vice Chair Sharman asked if Geotech Consultants International Inc dba GCI Inc was switching subconsultants Mr Sorondo answered yes

Minutes of the Construction Committee Meeting February 18 2020 Page 33 of 39

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 107 to the Continuing Program and Project Management Services (OARPrime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for No-Cost Staffing Change for the Construction Phase OAR Services for BP-00482 Gate E-50 and Checkpoint Charlie Development there is no fiscal impact associatedwith this item

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN AMENDMENT TO PURCHASING CONTRACT 01-20 PERSONNEL SCREENING SERVICES WITH COVENANT AVIATION SECURITY AT THE ORLANDO INTERNATIONAL AIRPORT 6 Mr Shedek presented the memorandum dated February 18 2020 for Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC at the Orlando International Airport On January 7 2020 the Construction Committee approved Agenda Item No 11 for anAmendment to Purchasing Contract 01-20 Personnel Screening Services with CovenantAviation Security LLC for Personnel Screening Services on BP-00491 West Security Screening Checkpoint Expansion - Package 2 for a total not-to-exceed expense amountof $200000 with funding from project funds (ie previously-approved CapitalExpenditure Funds and General Airport Revenue Bonds) Since then it has been determined that these services will not be required

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC there is no fiscal impact associatedwith this item

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR E-00264 NORTH PARK PLACE LIGHT POLE REPLACEMENT AT THE ORLANDO INTERNATIONAL AIRPORT 7 Mr Graham presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for E-00264 North Park Place Light PoleReplacement at the Orlando International Airport The scope of the project is toremove and replace 49 parking lot light poles located in the North Park Place parkinglot re-install the existing light fixtures and provide ancillary replacement parts as necessary at the Orlando International Airport

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 42 MWBE participation on this Addendum

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for E-00264 North Park Place Light Pole Replacement for the total not-to-exceed fee amount of $2396100 with funding from previously-approved Discretionary Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 34 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE TICKET LOBBY MODIFICATIONS ANDIMPROVEMENTS AGREEMENT WITH CT HSU amp ASSOCIATES PA FOR CONSTRUCTION ADMINISTRATION SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 8 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from CT Hsu amp Associates PA dated January 30 2020 to provide Construction Administration Services for V-00906 West Checkpoint Video Walls a the Orlando International Airport Services will include CA services shop drawing review and coordination for the installation of the four LED video walls under the Chilirsquos Restaurant at the West Security Checkpoint A and B Sides

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that CT Hsu ampAssociates PA proposes 604 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Ticket Lobby Modifications and Improvements Agreement with CT Hsuamp Associates PA for Construction Administration Services for V-00906 West Checkpoint Video Walls for the total amount of $5624000 which includes the not-to-exceed fee amount of $5511700 and the not-to-exceed reimbursable expense amount of $112300 with funding from previously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 9 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for the above referenced project This project provides two large and two small Video Walls in the West Checkpoint area ofthe Great Hall on Landside Level 3

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 694 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for Construction Phase OAR Services for V-00906 West Checkpoint Video Walls for the total not-to-exceed fee amount of $4771500 with funding from previously-approved Capital Expenditure Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 35 of 39

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 19 TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT (OAR PRIME ENTITY) SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC TO PROVIDE ADDITIONAL CONSTRUCTION PHASE OAR SERVICES FOR V-00933 PODS A AND B FLOOR REPAIR AT THE ORLANDO INTERNATIONAL AIRPORT 10 Mr Willems presented the memorandum dated February 18 2020 along with aproposal from AECOM Technical Services Inc dated January 23 2020 to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair at the Orlando International Airport On November 19 2019 the Construction Committee approved Addendum No 19 in the amount of $714400 to the above-referencedagreement Since that time it has been determined that additional Construction Phase OAR Services are required as furthered described in the Consultantrsquos proposal dated January 23 2020

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the required services AECOM Technical Services Inc does not propose any MWBE LDB or VBE participation on this Amendment

Mr Patterson asked if this work will be ending next week Mr Willems answered yes

Mr Patterson stated that the timing of the work needed to be coordinated withOperations to avoid the holiday rush Mr Ruohomaki stated that due to these timingissues the OAR (AECOM Technical Services Inc) needs additional time to continue providing OAR Services on the project through close-out

Vice Chair Sharman asked if RW Block Consulting Inc had any outstanding issues with this request Ms Rainey responded that a change order on V-00933 requestinga time extension has not been received Mr Willems stated that the Contractor has not yet requested additional time but that a change order can be submitted to asubsequent Construction Committee Meeting Vice Chair Sharman asked if RW Block Consulting Inc would be amenable to this request once the change order is receivedMs Rainey answered yes [Subsequent to the Construction Committee meeting following review by the Contractor and OAR it was determined that a time extension change order would not be required RW Block Consulting Inc finds this item acceptable]

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 19 to the Continuing Program and Project Management (OAR Prime Entity) Services Agreement with AECOM Technical Services Inc to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair for thetotal not-to-exceed fee amount of $676800 with funding from previously-approvedOperation and Maintenance Funds

REQUEST FOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH HW DAVIS CONSTRUCTION INC FORV-00957 REPAIR SUB-CANOPIES LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 11 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from HW Davis Construction Inc dated October 23 2019 for V-00957Repair Sub-Canopies Level 3 A and B Enplane Drive at the Orlando InternationalAirport Project scope is to provide all labor equipment and materials to fabricatedeliver and install new fabric cover strips at diagonal steel braces at the sub-canopies rain protection covers at nine canopy locations and repair two separatedcable pockets at Canopy Nos 6 and 16 at the Orlando International Airport The duration of the project is 30 calendar days for Substantial Completion and 30

Minutes of the Construction Committee Meeting February 18 2020 Page 36 of 39

calendar days for Final Completion with a contemplated Notice to Proceed (NTP) date of February 24 2020

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that due to the limited scope of the required services HW Davis Construction Inc does notpropose any MWBELDBVBE participation on this Job Order Construction Services Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve a JobOrder Construction Services Addendum to the Continuing Vertical Construction Services Agreement with HW Davis Construction Inc for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total direct-negotiated amount of $3573300 andwaive the requirement for Performance and Payment Bonds with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR V-00957 REPAIR SUB-CANOPIES AT LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 12 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated January 31 2020 is to provide Construction Phase OAR Services on the above-referenced project

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the services to be provided Geotech Consultants International Inc dba GCI Inc does not propose any MWBELDBVBE participation on this Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total not-to-exceed fee amount of $290700 with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH GOMEZ CONSTRUCTION COMPANY FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) AT THE ORLANDO INTERNATIONAL AIRPORT 13 This item was deferred

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) ATTHE ORLANDO INTERNATIONAL AIRPORT 14 This item was deferred

Minutes of the Construction Committee Meeting February 18 2020 Page 37 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING ENVIRONMENTAL ENGINEERING CONSULTANT SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC FOR INSTALLATIONOF NEW MONITORING WELLS IMPLEMENTATION OF ONE SEMI-ANNUAL POST-ACTIVE REMEDIATIONMONITORING (PARM) AND PREPARATION OF ONE PARM REPORT AT THE FORMER DAYRON FACILITYFOR W-00072 OEA REMEDIATION OF DAYRON PLUME AT THE ORLANDO EXECUTIVE AIRPORT 15 Mr Carrington presented the memorandum dated February 18 2020 along with a proposal from AECOM Technical Services Inc dated February 10 2020 to provide for the installation of eleven new monitoring wells implementation of one semi-annual groundwater Post-Active Remediation Monitoring (PARM) and the preparation and submission of one PARM report at the former Dayron Facility at the OrlandoExecutive Airport The one semi-annual PARM monitoring event to be performed in late March or early April 2020

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that AECOM Technical Services Inc proposes 331 MWBE and 80 LDB participation on this Addendum

Mr Ruohomaki asked if this was in pursuit of a NFA designation (No Further Action)Mr Carrington answered yes

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve an Addendum to the Continuing Environmental Engineering Consultant Services Agreement with AECOMTechnical Services Inc for Installation of New Monitoring Wells Implementation of One Semi-Annual Post-Active Remediation Monitoring (PARM) and Preparation of One PARM Report at the Former Dayron Facility for W-00072 OEA Remediation of DayronPlume at the Orlando Executive Airport for the total amount of $7150000 which includes the not-to-exceed fee amount of $4112700 and the not-to-exceed reimbursable expense amount of $3037300 with funding from OEA Environmental Liability Funds

REQUEST FOR RECOMMENDATION OF APPROVAL OF NO-COST ADDENDA TO THE CONTINUING TRANSPORTATION PLANNING CONSULTING SERVICES AGREEMENTS TO EXERCISE THE SECOND AND FINAL ONE-YEAR RENEWAL OPTION 16 Ms Anderson presented the memorandum dated February 18 2020 requesting the recommendation of approval of No-Cost Addenda to the Continuing Transportation Planning Consulting Services Agreements to exercise the second and final one-year renewal option In June 2016 the Aviation Authority Board approved ContinuingTransportation Planning Consulting Services Agreement with the below firms Theprovisions in the agreement include a base three-year term with two subsequent optional one-year renewal periods upon mutual agreement of the parties

Each firmrsquos first one-year renewal expires as follows

Firm Expiration Date HNTB Corporation July 26 2020 HDR Engineering Inc September 12 2020

In order to maintain these services on an as-needed basis for routine operations staff requires the services of the above-referenced firms The firms were requested to provide their concurrence to exercise the second and final one-year renewal option

Upon motion of Mr Patterson second by Mr Hunt vote carried to recommend to theAviation Authority Board approval of No-Cost Addenda to the Continuing Transportation

Minutes of the Construction Committee Meeting February 18 2020 Page 38 of 39

Planning Consulting Services Agreements to Exercise the Second and Final One-Year Renewal Option there is no fiscal impact associated with this item

REQUEST FOR APPROVAL OF CONTRACTORrsquoS FINAL PAYMENT TO HL PRUITT CORPORATION FOR E-00212 INVENTORY AND MARKING OF AIRFIELD LIGHTING AT THE ORLANDO INTERNATIONALAIRPORT 17 Mr Patterson presented the memorandum dated February 18 2020 requesting the Contractorrsquos Final Payment to HL Pruitt Corporation for E-00212 Inventory andMarking of Airfield Lighting at the Orlando International Airport The Construction Contract for the referenced project has been completed and all issues involving the Contractor have been addressed and resolved

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve theContractorrsquos Final Payment Authorization to HL Pruitt Corporation for E-00212Inventory and marking of Airfield Lighting at the Orlando International Airport

INFORMATION ITEMS

18 The following items were presented for information only

A Field Change Order (FCO) Log

B Revised Supporting Documentation for Change Order PS-00329-11 Parking Access and Revenue Control System (PARCS) Replacement at The OrlandoInternational Airport [From Construction Committee on July 30 2019 ItemNo 1-F] [The Construction Committee determined that this information item should be converted to an action item and it was motioned with Item No 2-B]

C Revised Coversheet for Hensel Phelps Construction to issue a SubcontractModification to Inland Construction and Engineering Inc for BP-S00144South Terminal C Phase 1 - Airside Enclosure amp Exterior Finishes (GMPNo 6-S2) at The Orlando International Airport [From ConstructionCommittee on November 26 2019 Item No 2-D]

D Additional Supporting Documentation for Request for Recommendation ofApproval of an Amendment to Addendum No 7 to the Construction Management at Risk (CMR) Entity Services for the South Terminal C Phase 1 (STC-P1)Agreement with Turner-Kiewit Joint Venture for BP-S00150 South TerminalC Phase 1 ndash Parking Facility (GMP 9-S) at The Orlando International Airport [From Construction Committee on December 17 2019 Item No 5]

E Revised Coversheet for Request for Approval of an Addendum to the Technology and Multi-Media Specialty Engineer for the South Terminal CPhase 1 Agreement with Burns Engineering Inc for Design Services related to Customs Border and Patrol (CBP) final review for W-S00113 South Terminal C Phase 1 ndash Experiential Media Environment (EME) at The OrlandoInternational Airport [From Construction Committee on February 4 2020Item No 10]

F Office of Small Business Participation Memorandum for the Request forRecommendation of Approval of the FFampE and IT Estimate Procurement Plan and Process for Updating the Construction Committee for W-S00145 SouthTerminal C Phase 1 and Phase 1X (STC-P1 and P1X) Owner Furnished FFampE and IT Items at The Orlando International Airport [From ConstructionCommittee on February 4 2020 Item No 11]

______________________________

Minutes of the Construction Committee Meeting February 18 2020 Page 39 of 39

ADJOURNMENT

19 There being no further business for discussion the meeting was adjourned at 910 am

Kathleen Sharman Vice Chair Construction Committee Chief Financial Officer

Page 20: On TUESDAY, FEBRUARY 18, 2020 , the CONSTRUCTION … · Mike Patterson, Director of Construction . Gary Hunt, Director of Maintenance . ... Steve Pue, GOAA Maintenance . Vendla Davermann,

Minutes of the Construction Committee Meeting February 18 2020 Page 20 of 39

Mechanical Contractors LLC on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $167700 with funding from Customer Facility Charges and General Airport Revenue Bonds

O Subcontractor Modification for BP-S00150 (GMP No 9-S) with CCK ConstructionServices Inc for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU Mr Guirges presented the memorandum requesting approvalfor Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00150 South Terminal C Phase 1 Parking Facility - Phase 1 (GMP No 9-S) at the Orlando International Airport in the total amount of $816800 to CCK Construction Services Inc for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU Bid Package 30 Concrete was previouslyawarded within GMP No 9-S to CCK Construction Services Inc CC No2017101016

TKJV is proposing a subcontract modification to CCK Construction ServicesInc in the total lump sum amount $816800 for CR0553-PKG-RFI 1877-Additional Footer at Escalator and CIP Tie Beam at CMU The modified scope consists ofall materials and labor required for the additional footer and the Cast inPlace (CIP) tie beams as per RFI 1877

The approval of this subcontract modification resolves all requests for cost and time associated with RFI 1877 for GMP No 9-S Costs for Miscellaneous metals subcontractors will be submitted under CR 05531 for GMP No 9-S1

TKJV has submitted documentation including the subcontractors 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 CCK Construction Services Inc in the lump sum amount of $ 816800 Deduct from Owner Contingency $ (816800)

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 CCK Construction Services Inc (Non-MWBELDBVBE) There is 189 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to CCK Construction Services Inc on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $816800 with funding from Customer Facility Charges and General Airport Revenue Bonds

P Subcontract Award for BP-S00150 (GMP No 9-S) with Fine Tune Services LLC for CR0630-PKG-Rough and Final Cleaning Award Mr Guirges presented thememorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) toissue a Subcontract Award on BP-S00150 South Terminal C Phase 1 ParkingFacility - Phase 1 (GMP No 9-S) at the Orlando International Airport in thetotal amount of $15450000 to Fine Tune Enterprises Inc for CR0630-PKG-

Minutes of the Construction Committee Meeting February 18 2020 Page 21 of 39

Rough and Final Cleaning Award Bid Package for BP-S150 Parking FacilityPhase 1 was previously awarded to TKJV reference CC No 2017101016

TKJV is proposing a subcontract award for CR0630-PKG-Rough and Final Cleaning The scope of the award is for the cleaning of all concrete structures floorselevators and finished areas for the parking garage phase 2 in accordance with bid package 174 dated August 1 2019 and documents through PKG DSI 4 andCWS Bulletin 12 and as described in the Fine Tune Enterprises Inc proposal

The approval of this subcontract award to Fine Tune Enterprises Inc resolvesall costs associated with PKG Bid Package 174 and documents through DSI 4 andCWS Bulletin 12

TKJV has submitted documentation including the subcontractors 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 Subcontract Award for this project is as follows

TKJV to issue Subcontract Award to Fine Tune Enterprises Inc in the lump sum amount of $ 15450000 GMP Line Item 17 current balance $ (7500000) Deduct from P1 CMAR Contingency $ (6921000) Deduct from CWE CMAR Contingency $ (1029000) GMP Line Item 17 remaining balance $ 000

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 award is Fine Tune Enterprises Inc (MWBELDB) There is 100 MWBE participation associated with this award

Vice Chair Sharman asked if this request includes the cost for cleaning the canopies Mr Guirges stated that although the canopies are not installedyet this item includes final cleaning under the canopy area Ms Stockerl agreed that the estimate included the cost of final cleaning once the canopies are installed Vice Chair Sharman stated that funding is partially from the Campus Wide Improvements project Mr Ruohomaki stated that the funding sources can be re-evaluated if necessary Vice Chair Sharman agreed that the funding can be revised if needed

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontract Award to Fine Tune Enterprises Inc on BP-S00150 South Terminal C Phase 1 - Parking Facility- Phase 1 (GMP No 9-S) for the total lump sum amount of $15450000 withfunding from Customer Facility Charges and General Airport Revenue Bonds

Q Subcontractor Modification for BP-S00150 (GMP No 9-S) with CCK ConstructionServices Inc for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement 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 $156000 to CCK Construction

Minutes of the Construction Committee Meeting February 18 2020 Page 22 of 39

Services Inc for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement Bid Package 30 Concrete was previously awarded within GMP No 9-S to CCKConstruction Services Inc CC No 2017101016

TKJV is proposing a subcontract modification to CCK Construction ServicesInc in the total lump sum amount $156000 for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement The modified scope consists of additional laborand material to cut splice and adjust the promenade slab reinforcement

The approval of this subcontract modification resolves all requests for cost and time associated with PKG RFI 19851

TKJV has submitted documentation including the subcontractors 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 CCK Construction Services Incin the lump sum amount of $ 156000 Deduct from CMAR Contingency $ (156000)

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 CCK Construction Services Inc (Non-MWBELDBVBE) There is no small businessparticipation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to CCK Construction Services Inc on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $156000 with funding from Customer Facility Charges and General Airport Revenue Bonds

R Subcontractor Modification for BP-S00151 (GMP No 9-S1) with Quality Cable Contractors Inc for CR04301-PKG-Bulletin 10 and RFI 2690-Low Voltage Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00151 South Terminal C Phase 1 - Parking Facility Phase 2 (GMP No 9-S1) at the Orlando International Airport in the total amount of $5225700 to Quality Cable Contractors Inc for CR04301-PKG-Bulletin 10 and RFI 2690-Low Voltage Bid package 2800 Low Voltage Electrical was previously awarded within GMP No 9-S1 Parking Facility Phase 2 to Quality Cable Contractors Inc CC No2018092525A

TKJV) is proposing a subcontract modification to Quality Cable Contractors Inc in the total lump sum amount of $5225700 for CR04301-PKG-Bulletin 10and RFI 2690-Low Voltage The modified scope of work consists of additional materials labor and equipment for ten (10) additional access controls at PKGdoors and the credit associated with the blue phone and camera outletsrevisions per PKG Bulletin 10 and RFI 2690

Minutes of the Construction Committee Meeting February 18 2020 Page 23 of 39

The approval of this subcontract modifications to Quality Cable ContractorsInc resolves all requests for costs and time resulting from PKG Bulletin 10 and RFI 2690 for GMP No 9-S1 CR0430 was submitted for GMP No 9-S CC No20190910021 This request resolves all requests for cost and time for RFI2690 for Low Voltage costs for the hardware changes for Taylor Cotton amp Ridley Inc GMP No 9-S1 was submitted under CR0776

TKJV has submitted documentation including the subcontractors 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 award to Quality Cable Contractors Inc in the lump sum amount of $ 5225700 Deduct from Owner Contingency $ (5225700)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00151 (GMP No 9-S1) for this subcontractor modificationis Quality Cable Contractors Inc (MWBELDB) There is 100 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Quality Cable Contractors Inc on BP-S00151 South Terminal C Phase 1 - ParkingFacility Phase 2 (GMP No 9-S1) for the total lump sum amount of $5225700 with funding from Customer Facility Charges and General Airport Revenue Bonds

S Subcontractor Modification for BP-S00163 (GMP No 5-S5) with The Middlesex Corporation for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place (CIP)Rectangular Beam Canopy Anchor Bolt Locations Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) toissue a Subcontract Modification on BP-S00163 South Terminal C Phase 1 -EnplaneDeplane Bridge and Roadways Balance of Work - FDOT (GMP No 65-S5)at the Orlando International Airport in the total amount of $2295700 to The Middlesex Corporation for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place(CIP) Rectangular Beam Canopy Anchor Bolt Locations Bid Package 3400 EnplaneDeplane Bridge-Combined Piers and Piles was previously awarded within GMP No 5-S5 EnplaneDeplane Bridge and Roadways Balance of Work -FDOT to The Middlesex Corporation CC No 20180605007

TKJV is proposing a subcontract modification to The Middlesex Corporation in the total lump sum amount of $2295700 for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place (CIP) Rectangular Beam Canopy Anchor Bolt Locations The CIP beams were formed and rebar installed but were found to have a discrepancy between the LSC (Landside Civil) and LST (Landside Terminal) drawings with thecanopy anchor bolt locations RFI 3051 response confirmed that the proposed structural adjustment to drill and epoxy the rebar inside the limits of the CIP rectangular beam is acceptable RFI 30511 response confirmed that the proposed epoxy product is acceptable RFI 3249 response provided the details of alternative reinforcement at the canopy column locations The modifiedscope of work consists of all the labor material and equipment costs

Minutes of the Construction Committee Meeting February 18 2020 Page 24 of 39

associated with the relocation of the anchor bolts and the structural adjustments required as per the EOR responses to RFIs 3051 30511 and 3249

The approval of this subcontract modification to The Middlesex Corporationresolves all requests for cost and time resulting from RFIs 3051 30511 and3249

TKJV has submitted documentation including the subcontractors 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 $ 2295700 Deduct from Phase 1 CMAR Contingency $ (2295700)

Due to the funding source of this GMP No 5-S5 Turner-Kiewit Joint Ventureproposed a 20 DBE participation goal for Bid Package 3400 EnplaneDeplane Bridge and Roadways Balance of Work - FDOT in lieu of MWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by this modification The subcontractor identified and committed to participate on BP-S00163 (GMP No 5-S5) for this subcontract modification is The Middlesex Corporation(Non-DBE) There is no DBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to The Middlesex Corporation on BP-S00163 South Terminal C Phase 1 - EnplaneDeplane Bridge and Roadways Balance of Work - FDOT (GMP No 5-S5) for the total lumpsum amount of $2295700 with funding from Passenger Facility Charges

T Subcontractor Modification for BP-S00168 (GMP No 6-S4) with MC Dean Inc for CR03382-6S4 ASC RFI 1621 Emergency Communications System (ECS) Speakersndash Low Voltage Mr Guirges presented the memorandum requesting approval forHensel Phelps Construction (HPC) to issue Subcontract Modifications on BP-S00168 South Terminal C Phase 1 - Interior Finishes and Specialties (GMPNo 6-S4) at the Orlando International Airport in the total amount of $2102300 to MC Dean Inc for CR03382-6S4 ASC RFI1621 EmergencyCommunications System (ECS) Speakers - Low Voltage Bid Package BP-S168 2701ASC Low Voltage Systems was previously awarded within the GMP No 6-S4 toMC Dean Inc CC No 20181002010

HPC is requesting to issue a Subcontractor Modification to MC Dean Inc in the total Lump Sum amount of $2102300 for CR03382-6S4 ASC RFI 1621 Emergency Communications System (ECS) Speakers - Low Voltage The response to RFI 1621 provided updated Technology drawings and schedule showing the Low VoltageRequirements for the Type 4 Wall Mount Emergency Communications SystemsSpeakers in Transfer Level Areas 16 and 17 The modified scope of work consistsof the costs associated with the additional conduits and 1-port Cat 6 cables required to those speakers for the low voltage scope per RFI 1621 response and sketches

Minutes of the Construction Committee Meeting February 18 2020 Page 25 of 39

The approval of this Subcontractor Modification to MC Dean Inc resolves all requests for cost and time resulting from RFI 1621 in GMP No 6-S4 Cost impacts for Electrical work associated with RFI 1621 in GMP No 6-S2 will besubmitted via CR03381-6S2-0143 There is no cost impact for RFI 1621 in GMP Nos 6-S 6-S1 6-S3 6-S5 or 6-S6

HPC has submitted documentation including the subcontractors 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 MC Dean Inc in the lump sum amount of $ 2102300 Deduct from Owner Contingency $(2102300)

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-S4) for this subcontract modification is MC Dean Inc (Non-MWBELDBVBE) There is 835 MWBE participationassociated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue Subcontractor Modifications to MC Dean Inc on BP-S00168 South Terminal C Phase 1 - Interior Finishes andSpecialties (GMP No 6-S4) for the total lump sum amount of $2102300 with funding from Passenger Facility Charges and General Airport Revenue Bonds

U Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0609-LST-RFIs 2513 25131 and 25132-Sink type per Location Verification Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $295100 to Kirlin Florida LLC for CR0609-LST-RFIs 2513 25131 and 25132- Sink type per Location Verification Bid Package BP 2300 Plumbing andHVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $295100 for CR0609-LST-RFIs 2513 25131 and 25132- Sink type per Location Verification The modified scope of work consists ofall costs associated with the change in fixture specification for the AG Lab sink from the S-2 tag to a custom steel two-bay sink with two drain boards disposal cone washout spray vacuum breaker solenoid valve and piping as captured in RFI 2513 confirmation of custom sink model number per RFI 25131 and the confirmation of the disposal waste drain opening size in RFI 25132

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFIs 2513 25131 and 25132

TKJV has submitted documentation including the subcontractors proposal to support their request An independent cost estimate is included By approving

Minutes of the Construction Committee Meeting February 18 2020 Page 26 of 39

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 Kirlin Florida LLC in the lump sum amount of $ 295100 Deduct from Owner Contingency $ (295100)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $295100with funding from General Airport Revenue Bonds

V Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0621-LST-RFI 2544- Missing Civil Storm Pipe Correction Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the OrlandoInternational Airport in the total amount of $563200 to Kirlin Florida LLCfor CR0621-LST-RFI 2544-Missing Civil Storm Pipe Connection Bid Package BP 2300 Plumbing and HVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No 2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $563200 for CR0621-LST-RFI 2544-Missing Civil Storm Pipe Connection The modified scope of work consists of all additional costsassociated with a net add of underground plumbing piping to correspond withthe new civil design between L1 and L2 per RFI 2544

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 2544

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the lump sum amount of $ 563200 Deduct from P1 Owner Contingency $ (563200)

Minutes of the Construction Committee Meeting February 18 2020 Page 27 of 39

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $563200with funding from Passenger Facility Charges and General Airport Revenue Bonds

W Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0710-LST-RFI 1727-AC Humidifiers Missing Domestic Chilled Water (DCW) Piping Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $446500 to Kirlin Florida LLC for CR0710-LST-RFI 1727-AC Humidifiers Missing Domestic Chilled Water (DCW) Piping Bid Package BP 2300 ldquoPlumbing andHVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $446500 for CR0710-LST-RFI 1727-AC humidifiersmissing DCW pipe The modified scope of work consists of additional domesticcold-water connections and piping for the AC units with humidifiers

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 1727

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the lump sum amount of $ 446500 Deduct from CMAR Phase 1 Contingency $ (324700) Deduct from CMAR Phase 1X Contingency $ (121800)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Minutes of the Construction Committee Meeting February 18 2020 Page 28 of 39

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $446500with funding from Passenger Facility Charges and General Airport Revenue Bonds

X Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0753-LST-RFI 2368-Duct Blanket R-Value 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-S3) at the OrlandoInternational Airport in the total deductive amount of ($6747700) to Kirlin Florida LLC for CR0753-LST-RFI 2368-Duct Blanket R-Value Bid Package BP 2300 Plumbing and HVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No 2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal deductive lump sum amount of ($6747700) for CR0753-LST-RFI 2368-DuctBlanket R-Value The modified scope of work consists of all additions anddeductions associated with the use of a 233-inch-thick 34-lbcu mineralfiberglass blanket instead of the specified 2-inch thick 15-lbcu mineralfiberglass blanket on HVAC duct systems per RFI 2368

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 2368

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the deductive lump sum amount of $ (6747700) Add to P1 Owner Contingency $ 4907600 Add to P1X Owner Contingency $ 1840100

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-DBEMWBELDBVBE) There is a reduction of 100 DBE participationassociated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin

Minutes of the Construction Committee Meeting February 18 2020 Page 29 of 39

Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total deductive lump sum amount of($6747700) with funding credited to Passenger Facility Charges and GeneralAirport Revenue Bonds

Y Subcontractor Modifications for BP-S00173 (GMP No 7-S3) with MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Mr Guirges presented the memorandum requesting approval forTurner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $985400 to MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Bid Package BP 2600 Electrical waspreviously awarded within GMP No 7-S3 to MC Dean Inc CC No 2018100211

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $575400 for CR06161-LST RFI 2611-Missing PACSEnclosures RFI 2611 requested information regarding routing of PACS (Physical Access Control System) door panels to IDF rooms innear US Customs and Border Protection (CBP) spaces The modified scope of work consists of all labor material and equipment associated with the addition of power for (11) PACS enclosures as captured in RFI 2611

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $410000 for CR0692-LST-Bulletin 31-Electrical Themodified scope of work consists of all costs associated with the confirmed Electrical panel additions per new circuit descriptions andload updates

The approval of these subcontract modifications to MC Dean Inc as proposedin CR06161-LST RFI 2611-Missing PACS Enclosures resolves all requests forcosts and time associated with LST RFI 2611 for GMP No 7-S3 Electrical CR0616 CC No 20191217-3-1 resolved all cost and time for GMP No 7-S1 LowVoltage There will be no forthcoming CRs for RFI 2611

The approval of this subcontract modification as proposed to MC Dean inCR0692-LST-Bulletin 31-Electrical Inc resolves all requests for costs andtime associated with LST Bulletin 31 Electrical scope A CR for GMP No 7-S1Low voltage scope is forthcoming

TKJV has submitted documentation including the subcontractors 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 for CR06161 to MC Dean Inc in the lump sum amount of $ 575400 TKJV to issue a subcontract modification for CR0692 to MC Dean Inc in the lump sum amount of $ 410000 Deduct from PI Owner Contingency $ (985400)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on

Minutes of the Construction Committee Meeting February 18 2020 Page 30 of 39

BP-S00173 (GMP No 7-S3) for this subcontract modification is MC Dean Inc(Non-DBE) There is no small business participation associated with thismodification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue Subcontractor Modifications to MC Dean Inc on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $985400 withfunding from General Airport Revenue Bonds

Z Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0662-AFC-Power and Laydown Yard to QC Lab Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $2817800 to Kiewit Infrastructure South Cofor CR0662-AFC-Power and Laydown Yard to QC Lab Bid Package 34101 Site Electrical and Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $2817800 for CR0662-AFC-Power and Laydown Yard to QC Lab The scope of work consists of all labor material and equipmentrequired to install the power to the Quality Control (QC) lab located off Wiley Road from the Security Check Point and construct a lay-downparking areaat the QC lab and subsequently remove it when the lab is no longer needed The dimensions for the base material needed for the lay-downparking area are 50-foot by 50-foot next to the lab and 12-foot by 30-foot in front of the lab

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Power and Laydown Yard to QC Lab scope of work

TKJV has submitted documentation including the subcontractors 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 Kiewit Infrastructure South Co in the lump sum amount of $ 2817800 Deduct from P1 Owner Contingency $ (1551700) Deduct from P1X Owner Contingency $ (1266100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Minutes of the Construction Committee Meeting February 18 2020 Page 31 of 39

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $2817800 with fundingfrom General Airport Revenue Bonds

AA Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0672-AFC-Test Pit Remediation Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $6069900 to Kiewit Infrastructure South Co forCR0672-AFC-Asphalt Millings Shortage Bid Package 34101 Site Electricaland Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $6069900 for CR0672-AFC-Asphalt MillingsShortage The modified scope of work consists of all costs associated withasphalt milling RAP (Reclaimed Asphalt Pavement) for use on crane pads accessroad and pedestrian paths as tracked by the time and material (TampM) tickets

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Asphalt Millings Shortage

TKJV has submitted documentation including the subcontractors proposal to support their request An independent cost review 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 Kiewit Infrastructure South Co in the lump sum amount of $ 6069900 Deduct from P1 Owner Contingency $ (2724800) Deduct from P1X Owner Contingency $ (3345100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is 87 LDB participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $6069900 with fundingfrom General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 32 of 39

GENERAL

REQUEST FOR APPROVAL TO REIMBURSE THE HYATT FOR WORK PERFORMED DURING BP-00474HYATT REGENCY GUEST ROOMCORRIDOR RENOVATION AT THE ORLANDO INTERNATIONAL AIRPORT 4 Ms Grant presented the memorandum dated February 18 2020 along with aninvoice from Hyatt Regency dated September 30 2019 for BP-00474 Hyatt GuestRoomCorridor Renovation at the Orlando International Airport The invoice is to provide reimbursement for emergency work to clean the 7th Floor after a sprinkler activation repair cut phone lines in several rooms and clean rooms for turnover which was not completed by the General Contractor (GC) in time to turn over thoserooms

If approved this reimbursement would be effective February 18 2020

Ms Schneider asked if the contractor was back-billed for this Mr Ruohomaki answered no that this is a negotiated settlement Vice Chair Sharman stated that this was done to finish the renovations and open the areas earlier which was in the best interest of the Aviation Authority

Vice Chair Sharman asked if R W Block Consulting Inc had reviewed the invoiceand will sign-off on it Mr Kurek answered yes it will be signed

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve to Reimbursethe Hyatt Regency for Work performed during BP-00474 Hyatt Guest RoomCorridor Renovation for the total lump sum fee amount of $926994 with funding frompreviously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 107 TO THE CONTINUING PROGRAMAND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR A NO-COST STAFFING CHANGE FOR THE CONSTRUCTION PHASE OAR SERVICES FOR BP-00482 GATE E-50 AND CHECKPOINT CHARLIE DEVELOPMENT ATTHE ORLANDO INTERNATIONAL AIRPORT 5 Mr Sorondo presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 5 2020 for a No-Cost Staffing Change for the Construction Phase OAR Services forBP-00482 Gate E-50 and Checkpoint Charlie Development at the Orlando International Airport On September 24 2019 the Construction Committee approved Addendum No107 to the above-referenced agreement in the amount of $24677100 for ConstructionPhase OAR Services Since that time a no-cost staffing change is being requested to replace the JMATT Construction Services LLC Senior Inspector who is stillengaged on another project with an A2 Group Inc Inspector and a Geotech Consultants International Inc dba GCI Inc Senior Inspector as furthered described in the Consultantrsquos proposal

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contractrsquos MWBELDBVBE specifications and determined that the proposed no-cost staffing change includes a reduction to JMATT Construction Services LLC (MWBE)in the amount of ($5355000) and an add to A2 Group Inc (DBE) in the amount of$2100000 resulting in an overall 28 MWBE participation for this Addendum No 107 and Amendment Nos 1 and 2

Vice Chair Sharman asked if Geotech Consultants International Inc dba GCI Inc was switching subconsultants Mr Sorondo answered yes

Minutes of the Construction Committee Meeting February 18 2020 Page 33 of 39

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 107 to the Continuing Program and Project Management Services (OARPrime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for No-Cost Staffing Change for the Construction Phase OAR Services for BP-00482 Gate E-50 and Checkpoint Charlie Development there is no fiscal impact associatedwith this item

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN AMENDMENT TO PURCHASING CONTRACT 01-20 PERSONNEL SCREENING SERVICES WITH COVENANT AVIATION SECURITY AT THE ORLANDO INTERNATIONAL AIRPORT 6 Mr Shedek presented the memorandum dated February 18 2020 for Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC at the Orlando International Airport On January 7 2020 the Construction Committee approved Agenda Item No 11 for anAmendment to Purchasing Contract 01-20 Personnel Screening Services with CovenantAviation Security LLC for Personnel Screening Services on BP-00491 West Security Screening Checkpoint Expansion - Package 2 for a total not-to-exceed expense amountof $200000 with funding from project funds (ie previously-approved CapitalExpenditure Funds and General Airport Revenue Bonds) Since then it has been determined that these services will not be required

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC there is no fiscal impact associatedwith this item

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR E-00264 NORTH PARK PLACE LIGHT POLE REPLACEMENT AT THE ORLANDO INTERNATIONAL AIRPORT 7 Mr Graham presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for E-00264 North Park Place Light PoleReplacement at the Orlando International Airport The scope of the project is toremove and replace 49 parking lot light poles located in the North Park Place parkinglot re-install the existing light fixtures and provide ancillary replacement parts as necessary at the Orlando International Airport

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 42 MWBE participation on this Addendum

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for E-00264 North Park Place Light Pole Replacement for the total not-to-exceed fee amount of $2396100 with funding from previously-approved Discretionary Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 34 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE TICKET LOBBY MODIFICATIONS ANDIMPROVEMENTS AGREEMENT WITH CT HSU amp ASSOCIATES PA FOR CONSTRUCTION ADMINISTRATION SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 8 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from CT Hsu amp Associates PA dated January 30 2020 to provide Construction Administration Services for V-00906 West Checkpoint Video Walls a the Orlando International Airport Services will include CA services shop drawing review and coordination for the installation of the four LED video walls under the Chilirsquos Restaurant at the West Security Checkpoint A and B Sides

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that CT Hsu ampAssociates PA proposes 604 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Ticket Lobby Modifications and Improvements Agreement with CT Hsuamp Associates PA for Construction Administration Services for V-00906 West Checkpoint Video Walls for the total amount of $5624000 which includes the not-to-exceed fee amount of $5511700 and the not-to-exceed reimbursable expense amount of $112300 with funding from previously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 9 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for the above referenced project This project provides two large and two small Video Walls in the West Checkpoint area ofthe Great Hall on Landside Level 3

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 694 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for Construction Phase OAR Services for V-00906 West Checkpoint Video Walls for the total not-to-exceed fee amount of $4771500 with funding from previously-approved Capital Expenditure Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 35 of 39

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 19 TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT (OAR PRIME ENTITY) SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC TO PROVIDE ADDITIONAL CONSTRUCTION PHASE OAR SERVICES FOR V-00933 PODS A AND B FLOOR REPAIR AT THE ORLANDO INTERNATIONAL AIRPORT 10 Mr Willems presented the memorandum dated February 18 2020 along with aproposal from AECOM Technical Services Inc dated January 23 2020 to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair at the Orlando International Airport On November 19 2019 the Construction Committee approved Addendum No 19 in the amount of $714400 to the above-referencedagreement Since that time it has been determined that additional Construction Phase OAR Services are required as furthered described in the Consultantrsquos proposal dated January 23 2020

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the required services AECOM Technical Services Inc does not propose any MWBE LDB or VBE participation on this Amendment

Mr Patterson asked if this work will be ending next week Mr Willems answered yes

Mr Patterson stated that the timing of the work needed to be coordinated withOperations to avoid the holiday rush Mr Ruohomaki stated that due to these timingissues the OAR (AECOM Technical Services Inc) needs additional time to continue providing OAR Services on the project through close-out

Vice Chair Sharman asked if RW Block Consulting Inc had any outstanding issues with this request Ms Rainey responded that a change order on V-00933 requestinga time extension has not been received Mr Willems stated that the Contractor has not yet requested additional time but that a change order can be submitted to asubsequent Construction Committee Meeting Vice Chair Sharman asked if RW Block Consulting Inc would be amenable to this request once the change order is receivedMs Rainey answered yes [Subsequent to the Construction Committee meeting following review by the Contractor and OAR it was determined that a time extension change order would not be required RW Block Consulting Inc finds this item acceptable]

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 19 to the Continuing Program and Project Management (OAR Prime Entity) Services Agreement with AECOM Technical Services Inc to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair for thetotal not-to-exceed fee amount of $676800 with funding from previously-approvedOperation and Maintenance Funds

REQUEST FOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH HW DAVIS CONSTRUCTION INC FORV-00957 REPAIR SUB-CANOPIES LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 11 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from HW Davis Construction Inc dated October 23 2019 for V-00957Repair Sub-Canopies Level 3 A and B Enplane Drive at the Orlando InternationalAirport Project scope is to provide all labor equipment and materials to fabricatedeliver and install new fabric cover strips at diagonal steel braces at the sub-canopies rain protection covers at nine canopy locations and repair two separatedcable pockets at Canopy Nos 6 and 16 at the Orlando International Airport The duration of the project is 30 calendar days for Substantial Completion and 30

Minutes of the Construction Committee Meeting February 18 2020 Page 36 of 39

calendar days for Final Completion with a contemplated Notice to Proceed (NTP) date of February 24 2020

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that due to the limited scope of the required services HW Davis Construction Inc does notpropose any MWBELDBVBE participation on this Job Order Construction Services Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve a JobOrder Construction Services Addendum to the Continuing Vertical Construction Services Agreement with HW Davis Construction Inc for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total direct-negotiated amount of $3573300 andwaive the requirement for Performance and Payment Bonds with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR V-00957 REPAIR SUB-CANOPIES AT LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 12 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated January 31 2020 is to provide Construction Phase OAR Services on the above-referenced project

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the services to be provided Geotech Consultants International Inc dba GCI Inc does not propose any MWBELDBVBE participation on this Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total not-to-exceed fee amount of $290700 with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH GOMEZ CONSTRUCTION COMPANY FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) AT THE ORLANDO INTERNATIONAL AIRPORT 13 This item was deferred

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) ATTHE ORLANDO INTERNATIONAL AIRPORT 14 This item was deferred

Minutes of the Construction Committee Meeting February 18 2020 Page 37 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING ENVIRONMENTAL ENGINEERING CONSULTANT SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC FOR INSTALLATIONOF NEW MONITORING WELLS IMPLEMENTATION OF ONE SEMI-ANNUAL POST-ACTIVE REMEDIATIONMONITORING (PARM) AND PREPARATION OF ONE PARM REPORT AT THE FORMER DAYRON FACILITYFOR W-00072 OEA REMEDIATION OF DAYRON PLUME AT THE ORLANDO EXECUTIVE AIRPORT 15 Mr Carrington presented the memorandum dated February 18 2020 along with a proposal from AECOM Technical Services Inc dated February 10 2020 to provide for the installation of eleven new monitoring wells implementation of one semi-annual groundwater Post-Active Remediation Monitoring (PARM) and the preparation and submission of one PARM report at the former Dayron Facility at the OrlandoExecutive Airport The one semi-annual PARM monitoring event to be performed in late March or early April 2020

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that AECOM Technical Services Inc proposes 331 MWBE and 80 LDB participation on this Addendum

Mr Ruohomaki asked if this was in pursuit of a NFA designation (No Further Action)Mr Carrington answered yes

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve an Addendum to the Continuing Environmental Engineering Consultant Services Agreement with AECOMTechnical Services Inc for Installation of New Monitoring Wells Implementation of One Semi-Annual Post-Active Remediation Monitoring (PARM) and Preparation of One PARM Report at the Former Dayron Facility for W-00072 OEA Remediation of DayronPlume at the Orlando Executive Airport for the total amount of $7150000 which includes the not-to-exceed fee amount of $4112700 and the not-to-exceed reimbursable expense amount of $3037300 with funding from OEA Environmental Liability Funds

REQUEST FOR RECOMMENDATION OF APPROVAL OF NO-COST ADDENDA TO THE CONTINUING TRANSPORTATION PLANNING CONSULTING SERVICES AGREEMENTS TO EXERCISE THE SECOND AND FINAL ONE-YEAR RENEWAL OPTION 16 Ms Anderson presented the memorandum dated February 18 2020 requesting the recommendation of approval of No-Cost Addenda to the Continuing Transportation Planning Consulting Services Agreements to exercise the second and final one-year renewal option In June 2016 the Aviation Authority Board approved ContinuingTransportation Planning Consulting Services Agreement with the below firms Theprovisions in the agreement include a base three-year term with two subsequent optional one-year renewal periods upon mutual agreement of the parties

Each firmrsquos first one-year renewal expires as follows

Firm Expiration Date HNTB Corporation July 26 2020 HDR Engineering Inc September 12 2020

In order to maintain these services on an as-needed basis for routine operations staff requires the services of the above-referenced firms The firms were requested to provide their concurrence to exercise the second and final one-year renewal option

Upon motion of Mr Patterson second by Mr Hunt vote carried to recommend to theAviation Authority Board approval of No-Cost Addenda to the Continuing Transportation

Minutes of the Construction Committee Meeting February 18 2020 Page 38 of 39

Planning Consulting Services Agreements to Exercise the Second and Final One-Year Renewal Option there is no fiscal impact associated with this item

REQUEST FOR APPROVAL OF CONTRACTORrsquoS FINAL PAYMENT TO HL PRUITT CORPORATION FOR E-00212 INVENTORY AND MARKING OF AIRFIELD LIGHTING AT THE ORLANDO INTERNATIONALAIRPORT 17 Mr Patterson presented the memorandum dated February 18 2020 requesting the Contractorrsquos Final Payment to HL Pruitt Corporation for E-00212 Inventory andMarking of Airfield Lighting at the Orlando International Airport The Construction Contract for the referenced project has been completed and all issues involving the Contractor have been addressed and resolved

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve theContractorrsquos Final Payment Authorization to HL Pruitt Corporation for E-00212Inventory and marking of Airfield Lighting at the Orlando International Airport

INFORMATION ITEMS

18 The following items were presented for information only

A Field Change Order (FCO) Log

B Revised Supporting Documentation for Change Order PS-00329-11 Parking Access and Revenue Control System (PARCS) Replacement at The OrlandoInternational Airport [From Construction Committee on July 30 2019 ItemNo 1-F] [The Construction Committee determined that this information item should be converted to an action item and it was motioned with Item No 2-B]

C Revised Coversheet for Hensel Phelps Construction to issue a SubcontractModification to Inland Construction and Engineering Inc for BP-S00144South Terminal C Phase 1 - Airside Enclosure amp Exterior Finishes (GMPNo 6-S2) at The Orlando International Airport [From ConstructionCommittee on November 26 2019 Item No 2-D]

D Additional Supporting Documentation for Request for Recommendation ofApproval of an Amendment to Addendum No 7 to the Construction Management at Risk (CMR) Entity Services for the South Terminal C Phase 1 (STC-P1)Agreement with Turner-Kiewit Joint Venture for BP-S00150 South TerminalC Phase 1 ndash Parking Facility (GMP 9-S) at The Orlando International Airport [From Construction Committee on December 17 2019 Item No 5]

E Revised Coversheet for Request for Approval of an Addendum to the Technology and Multi-Media Specialty Engineer for the South Terminal CPhase 1 Agreement with Burns Engineering Inc for Design Services related to Customs Border and Patrol (CBP) final review for W-S00113 South Terminal C Phase 1 ndash Experiential Media Environment (EME) at The OrlandoInternational Airport [From Construction Committee on February 4 2020Item No 10]

F Office of Small Business Participation Memorandum for the Request forRecommendation of Approval of the FFampE and IT Estimate Procurement Plan and Process for Updating the Construction Committee for W-S00145 SouthTerminal C Phase 1 and Phase 1X (STC-P1 and P1X) Owner Furnished FFampE and IT Items at The Orlando International Airport [From ConstructionCommittee on February 4 2020 Item No 11]

______________________________

Minutes of the Construction Committee Meeting February 18 2020 Page 39 of 39

ADJOURNMENT

19 There being no further business for discussion the meeting was adjourned at 910 am

Kathleen Sharman Vice Chair Construction Committee Chief Financial Officer

Page 21: On TUESDAY, FEBRUARY 18, 2020 , the CONSTRUCTION … · Mike Patterson, Director of Construction . Gary Hunt, Director of Maintenance . ... Steve Pue, GOAA Maintenance . Vendla Davermann,

Minutes of the Construction Committee Meeting February 18 2020 Page 21 of 39

Rough and Final Cleaning Award Bid Package for BP-S150 Parking FacilityPhase 1 was previously awarded to TKJV reference CC No 2017101016

TKJV is proposing a subcontract award for CR0630-PKG-Rough and Final Cleaning The scope of the award is for the cleaning of all concrete structures floorselevators and finished areas for the parking garage phase 2 in accordance with bid package 174 dated August 1 2019 and documents through PKG DSI 4 andCWS Bulletin 12 and as described in the Fine Tune Enterprises Inc proposal

The approval of this subcontract award to Fine Tune Enterprises Inc resolvesall costs associated with PKG Bid Package 174 and documents through DSI 4 andCWS Bulletin 12

TKJV has submitted documentation including the subcontractors 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 Subcontract Award for this project is as follows

TKJV to issue Subcontract Award to Fine Tune Enterprises Inc in the lump sum amount of $ 15450000 GMP Line Item 17 current balance $ (7500000) Deduct from P1 CMAR Contingency $ (6921000) Deduct from CWE CMAR Contingency $ (1029000) GMP Line Item 17 remaining balance $ 000

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 award is Fine Tune Enterprises Inc (MWBELDB) There is 100 MWBE participation associated with this award

Vice Chair Sharman asked if this request includes the cost for cleaning the canopies Mr Guirges stated that although the canopies are not installedyet this item includes final cleaning under the canopy area Ms Stockerl agreed that the estimate included the cost of final cleaning once the canopies are installed Vice Chair Sharman stated that funding is partially from the Campus Wide Improvements project Mr Ruohomaki stated that the funding sources can be re-evaluated if necessary Vice Chair Sharman agreed that the funding can be revised if needed

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontract Award to Fine Tune Enterprises Inc on BP-S00150 South Terminal C Phase 1 - Parking Facility- Phase 1 (GMP No 9-S) for the total lump sum amount of $15450000 withfunding from Customer Facility Charges and General Airport Revenue Bonds

Q Subcontractor Modification for BP-S00150 (GMP No 9-S) with CCK ConstructionServices Inc for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement 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 $156000 to CCK Construction

Minutes of the Construction Committee Meeting February 18 2020 Page 22 of 39

Services Inc for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement Bid Package 30 Concrete was previously awarded within GMP No 9-S to CCKConstruction Services Inc CC No 2017101016

TKJV is proposing a subcontract modification to CCK Construction ServicesInc in the total lump sum amount $156000 for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement The modified scope consists of additional laborand material to cut splice and adjust the promenade slab reinforcement

The approval of this subcontract modification resolves all requests for cost and time associated with PKG RFI 19851

TKJV has submitted documentation including the subcontractors 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 CCK Construction Services Incin the lump sum amount of $ 156000 Deduct from CMAR Contingency $ (156000)

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 CCK Construction Services Inc (Non-MWBELDBVBE) There is no small businessparticipation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to CCK Construction Services Inc on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $156000 with funding from Customer Facility Charges and General Airport Revenue Bonds

R Subcontractor Modification for BP-S00151 (GMP No 9-S1) with Quality Cable Contractors Inc for CR04301-PKG-Bulletin 10 and RFI 2690-Low Voltage Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00151 South Terminal C Phase 1 - Parking Facility Phase 2 (GMP No 9-S1) at the Orlando International Airport in the total amount of $5225700 to Quality Cable Contractors Inc for CR04301-PKG-Bulletin 10 and RFI 2690-Low Voltage Bid package 2800 Low Voltage Electrical was previously awarded within GMP No 9-S1 Parking Facility Phase 2 to Quality Cable Contractors Inc CC No2018092525A

TKJV) is proposing a subcontract modification to Quality Cable Contractors Inc in the total lump sum amount of $5225700 for CR04301-PKG-Bulletin 10and RFI 2690-Low Voltage The modified scope of work consists of additional materials labor and equipment for ten (10) additional access controls at PKGdoors and the credit associated with the blue phone and camera outletsrevisions per PKG Bulletin 10 and RFI 2690

Minutes of the Construction Committee Meeting February 18 2020 Page 23 of 39

The approval of this subcontract modifications to Quality Cable ContractorsInc resolves all requests for costs and time resulting from PKG Bulletin 10 and RFI 2690 for GMP No 9-S1 CR0430 was submitted for GMP No 9-S CC No20190910021 This request resolves all requests for cost and time for RFI2690 for Low Voltage costs for the hardware changes for Taylor Cotton amp Ridley Inc GMP No 9-S1 was submitted under CR0776

TKJV has submitted documentation including the subcontractors 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 award to Quality Cable Contractors Inc in the lump sum amount of $ 5225700 Deduct from Owner Contingency $ (5225700)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00151 (GMP No 9-S1) for this subcontractor modificationis Quality Cable Contractors Inc (MWBELDB) There is 100 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Quality Cable Contractors Inc on BP-S00151 South Terminal C Phase 1 - ParkingFacility Phase 2 (GMP No 9-S1) for the total lump sum amount of $5225700 with funding from Customer Facility Charges and General Airport Revenue Bonds

S Subcontractor Modification for BP-S00163 (GMP No 5-S5) with The Middlesex Corporation for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place (CIP)Rectangular Beam Canopy Anchor Bolt Locations Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) toissue a Subcontract Modification on BP-S00163 South Terminal C Phase 1 -EnplaneDeplane Bridge and Roadways Balance of Work - FDOT (GMP No 65-S5)at the Orlando International Airport in the total amount of $2295700 to The Middlesex Corporation for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place(CIP) Rectangular Beam Canopy Anchor Bolt Locations Bid Package 3400 EnplaneDeplane Bridge-Combined Piers and Piles was previously awarded within GMP No 5-S5 EnplaneDeplane Bridge and Roadways Balance of Work -FDOT to The Middlesex Corporation CC No 20180605007

TKJV is proposing a subcontract modification to The Middlesex Corporation in the total lump sum amount of $2295700 for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place (CIP) Rectangular Beam Canopy Anchor Bolt Locations The CIP beams were formed and rebar installed but were found to have a discrepancy between the LSC (Landside Civil) and LST (Landside Terminal) drawings with thecanopy anchor bolt locations RFI 3051 response confirmed that the proposed structural adjustment to drill and epoxy the rebar inside the limits of the CIP rectangular beam is acceptable RFI 30511 response confirmed that the proposed epoxy product is acceptable RFI 3249 response provided the details of alternative reinforcement at the canopy column locations The modifiedscope of work consists of all the labor material and equipment costs

Minutes of the Construction Committee Meeting February 18 2020 Page 24 of 39

associated with the relocation of the anchor bolts and the structural adjustments required as per the EOR responses to RFIs 3051 30511 and 3249

The approval of this subcontract modification to The Middlesex Corporationresolves all requests for cost and time resulting from RFIs 3051 30511 and3249

TKJV has submitted documentation including the subcontractors 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 $ 2295700 Deduct from Phase 1 CMAR Contingency $ (2295700)

Due to the funding source of this GMP No 5-S5 Turner-Kiewit Joint Ventureproposed a 20 DBE participation goal for Bid Package 3400 EnplaneDeplane Bridge and Roadways Balance of Work - FDOT in lieu of MWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by this modification The subcontractor identified and committed to participate on BP-S00163 (GMP No 5-S5) for this subcontract modification is The Middlesex Corporation(Non-DBE) There is no DBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to The Middlesex Corporation on BP-S00163 South Terminal C Phase 1 - EnplaneDeplane Bridge and Roadways Balance of Work - FDOT (GMP No 5-S5) for the total lumpsum amount of $2295700 with funding from Passenger Facility Charges

T Subcontractor Modification for BP-S00168 (GMP No 6-S4) with MC Dean Inc for CR03382-6S4 ASC RFI 1621 Emergency Communications System (ECS) Speakersndash Low Voltage Mr Guirges presented the memorandum requesting approval forHensel Phelps Construction (HPC) to issue Subcontract Modifications on BP-S00168 South Terminal C Phase 1 - Interior Finishes and Specialties (GMPNo 6-S4) at the Orlando International Airport in the total amount of $2102300 to MC Dean Inc for CR03382-6S4 ASC RFI1621 EmergencyCommunications System (ECS) Speakers - Low Voltage Bid Package BP-S168 2701ASC Low Voltage Systems was previously awarded within the GMP No 6-S4 toMC Dean Inc CC No 20181002010

HPC is requesting to issue a Subcontractor Modification to MC Dean Inc in the total Lump Sum amount of $2102300 for CR03382-6S4 ASC RFI 1621 Emergency Communications System (ECS) Speakers - Low Voltage The response to RFI 1621 provided updated Technology drawings and schedule showing the Low VoltageRequirements for the Type 4 Wall Mount Emergency Communications SystemsSpeakers in Transfer Level Areas 16 and 17 The modified scope of work consistsof the costs associated with the additional conduits and 1-port Cat 6 cables required to those speakers for the low voltage scope per RFI 1621 response and sketches

Minutes of the Construction Committee Meeting February 18 2020 Page 25 of 39

The approval of this Subcontractor Modification to MC Dean Inc resolves all requests for cost and time resulting from RFI 1621 in GMP No 6-S4 Cost impacts for Electrical work associated with RFI 1621 in GMP No 6-S2 will besubmitted via CR03381-6S2-0143 There is no cost impact for RFI 1621 in GMP Nos 6-S 6-S1 6-S3 6-S5 or 6-S6

HPC has submitted documentation including the subcontractors 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 MC Dean Inc in the lump sum amount of $ 2102300 Deduct from Owner Contingency $(2102300)

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-S4) for this subcontract modification is MC Dean Inc (Non-MWBELDBVBE) There is 835 MWBE participationassociated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue Subcontractor Modifications to MC Dean Inc on BP-S00168 South Terminal C Phase 1 - Interior Finishes andSpecialties (GMP No 6-S4) for the total lump sum amount of $2102300 with funding from Passenger Facility Charges and General Airport Revenue Bonds

U Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0609-LST-RFIs 2513 25131 and 25132-Sink type per Location Verification Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $295100 to Kirlin Florida LLC for CR0609-LST-RFIs 2513 25131 and 25132- Sink type per Location Verification Bid Package BP 2300 Plumbing andHVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $295100 for CR0609-LST-RFIs 2513 25131 and 25132- Sink type per Location Verification The modified scope of work consists ofall costs associated with the change in fixture specification for the AG Lab sink from the S-2 tag to a custom steel two-bay sink with two drain boards disposal cone washout spray vacuum breaker solenoid valve and piping as captured in RFI 2513 confirmation of custom sink model number per RFI 25131 and the confirmation of the disposal waste drain opening size in RFI 25132

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFIs 2513 25131 and 25132

TKJV has submitted documentation including the subcontractors proposal to support their request An independent cost estimate is included By approving

Minutes of the Construction Committee Meeting February 18 2020 Page 26 of 39

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 Kirlin Florida LLC in the lump sum amount of $ 295100 Deduct from Owner Contingency $ (295100)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $295100with funding from General Airport Revenue Bonds

V Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0621-LST-RFI 2544- Missing Civil Storm Pipe Correction Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the OrlandoInternational Airport in the total amount of $563200 to Kirlin Florida LLCfor CR0621-LST-RFI 2544-Missing Civil Storm Pipe Connection Bid Package BP 2300 Plumbing and HVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No 2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $563200 for CR0621-LST-RFI 2544-Missing Civil Storm Pipe Connection The modified scope of work consists of all additional costsassociated with a net add of underground plumbing piping to correspond withthe new civil design between L1 and L2 per RFI 2544

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 2544

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the lump sum amount of $ 563200 Deduct from P1 Owner Contingency $ (563200)

Minutes of the Construction Committee Meeting February 18 2020 Page 27 of 39

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $563200with funding from Passenger Facility Charges and General Airport Revenue Bonds

W Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0710-LST-RFI 1727-AC Humidifiers Missing Domestic Chilled Water (DCW) Piping Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $446500 to Kirlin Florida LLC for CR0710-LST-RFI 1727-AC Humidifiers Missing Domestic Chilled Water (DCW) Piping Bid Package BP 2300 ldquoPlumbing andHVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $446500 for CR0710-LST-RFI 1727-AC humidifiersmissing DCW pipe The modified scope of work consists of additional domesticcold-water connections and piping for the AC units with humidifiers

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 1727

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the lump sum amount of $ 446500 Deduct from CMAR Phase 1 Contingency $ (324700) Deduct from CMAR Phase 1X Contingency $ (121800)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Minutes of the Construction Committee Meeting February 18 2020 Page 28 of 39

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $446500with funding from Passenger Facility Charges and General Airport Revenue Bonds

X Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0753-LST-RFI 2368-Duct Blanket R-Value 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-S3) at the OrlandoInternational Airport in the total deductive amount of ($6747700) to Kirlin Florida LLC for CR0753-LST-RFI 2368-Duct Blanket R-Value Bid Package BP 2300 Plumbing and HVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No 2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal deductive lump sum amount of ($6747700) for CR0753-LST-RFI 2368-DuctBlanket R-Value The modified scope of work consists of all additions anddeductions associated with the use of a 233-inch-thick 34-lbcu mineralfiberglass blanket instead of the specified 2-inch thick 15-lbcu mineralfiberglass blanket on HVAC duct systems per RFI 2368

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 2368

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the deductive lump sum amount of $ (6747700) Add to P1 Owner Contingency $ 4907600 Add to P1X Owner Contingency $ 1840100

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-DBEMWBELDBVBE) There is a reduction of 100 DBE participationassociated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin

Minutes of the Construction Committee Meeting February 18 2020 Page 29 of 39

Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total deductive lump sum amount of($6747700) with funding credited to Passenger Facility Charges and GeneralAirport Revenue Bonds

Y Subcontractor Modifications for BP-S00173 (GMP No 7-S3) with MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Mr Guirges presented the memorandum requesting approval forTurner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $985400 to MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Bid Package BP 2600 Electrical waspreviously awarded within GMP No 7-S3 to MC Dean Inc CC No 2018100211

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $575400 for CR06161-LST RFI 2611-Missing PACSEnclosures RFI 2611 requested information regarding routing of PACS (Physical Access Control System) door panels to IDF rooms innear US Customs and Border Protection (CBP) spaces The modified scope of work consists of all labor material and equipment associated with the addition of power for (11) PACS enclosures as captured in RFI 2611

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $410000 for CR0692-LST-Bulletin 31-Electrical Themodified scope of work consists of all costs associated with the confirmed Electrical panel additions per new circuit descriptions andload updates

The approval of these subcontract modifications to MC Dean Inc as proposedin CR06161-LST RFI 2611-Missing PACS Enclosures resolves all requests forcosts and time associated with LST RFI 2611 for GMP No 7-S3 Electrical CR0616 CC No 20191217-3-1 resolved all cost and time for GMP No 7-S1 LowVoltage There will be no forthcoming CRs for RFI 2611

The approval of this subcontract modification as proposed to MC Dean inCR0692-LST-Bulletin 31-Electrical Inc resolves all requests for costs andtime associated with LST Bulletin 31 Electrical scope A CR for GMP No 7-S1Low voltage scope is forthcoming

TKJV has submitted documentation including the subcontractors 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 for CR06161 to MC Dean Inc in the lump sum amount of $ 575400 TKJV to issue a subcontract modification for CR0692 to MC Dean Inc in the lump sum amount of $ 410000 Deduct from PI Owner Contingency $ (985400)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on

Minutes of the Construction Committee Meeting February 18 2020 Page 30 of 39

BP-S00173 (GMP No 7-S3) for this subcontract modification is MC Dean Inc(Non-DBE) There is no small business participation associated with thismodification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue Subcontractor Modifications to MC Dean Inc on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $985400 withfunding from General Airport Revenue Bonds

Z Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0662-AFC-Power and Laydown Yard to QC Lab Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $2817800 to Kiewit Infrastructure South Cofor CR0662-AFC-Power and Laydown Yard to QC Lab Bid Package 34101 Site Electrical and Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $2817800 for CR0662-AFC-Power and Laydown Yard to QC Lab The scope of work consists of all labor material and equipmentrequired to install the power to the Quality Control (QC) lab located off Wiley Road from the Security Check Point and construct a lay-downparking areaat the QC lab and subsequently remove it when the lab is no longer needed The dimensions for the base material needed for the lay-downparking area are 50-foot by 50-foot next to the lab and 12-foot by 30-foot in front of the lab

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Power and Laydown Yard to QC Lab scope of work

TKJV has submitted documentation including the subcontractors 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 Kiewit Infrastructure South Co in the lump sum amount of $ 2817800 Deduct from P1 Owner Contingency $ (1551700) Deduct from P1X Owner Contingency $ (1266100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Minutes of the Construction Committee Meeting February 18 2020 Page 31 of 39

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $2817800 with fundingfrom General Airport Revenue Bonds

AA Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0672-AFC-Test Pit Remediation Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $6069900 to Kiewit Infrastructure South Co forCR0672-AFC-Asphalt Millings Shortage Bid Package 34101 Site Electricaland Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $6069900 for CR0672-AFC-Asphalt MillingsShortage The modified scope of work consists of all costs associated withasphalt milling RAP (Reclaimed Asphalt Pavement) for use on crane pads accessroad and pedestrian paths as tracked by the time and material (TampM) tickets

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Asphalt Millings Shortage

TKJV has submitted documentation including the subcontractors proposal to support their request An independent cost review 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 Kiewit Infrastructure South Co in the lump sum amount of $ 6069900 Deduct from P1 Owner Contingency $ (2724800) Deduct from P1X Owner Contingency $ (3345100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is 87 LDB participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $6069900 with fundingfrom General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 32 of 39

GENERAL

REQUEST FOR APPROVAL TO REIMBURSE THE HYATT FOR WORK PERFORMED DURING BP-00474HYATT REGENCY GUEST ROOMCORRIDOR RENOVATION AT THE ORLANDO INTERNATIONAL AIRPORT 4 Ms Grant presented the memorandum dated February 18 2020 along with aninvoice from Hyatt Regency dated September 30 2019 for BP-00474 Hyatt GuestRoomCorridor Renovation at the Orlando International Airport The invoice is to provide reimbursement for emergency work to clean the 7th Floor after a sprinkler activation repair cut phone lines in several rooms and clean rooms for turnover which was not completed by the General Contractor (GC) in time to turn over thoserooms

If approved this reimbursement would be effective February 18 2020

Ms Schneider asked if the contractor was back-billed for this Mr Ruohomaki answered no that this is a negotiated settlement Vice Chair Sharman stated that this was done to finish the renovations and open the areas earlier which was in the best interest of the Aviation Authority

Vice Chair Sharman asked if R W Block Consulting Inc had reviewed the invoiceand will sign-off on it Mr Kurek answered yes it will be signed

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve to Reimbursethe Hyatt Regency for Work performed during BP-00474 Hyatt Guest RoomCorridor Renovation for the total lump sum fee amount of $926994 with funding frompreviously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 107 TO THE CONTINUING PROGRAMAND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR A NO-COST STAFFING CHANGE FOR THE CONSTRUCTION PHASE OAR SERVICES FOR BP-00482 GATE E-50 AND CHECKPOINT CHARLIE DEVELOPMENT ATTHE ORLANDO INTERNATIONAL AIRPORT 5 Mr Sorondo presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 5 2020 for a No-Cost Staffing Change for the Construction Phase OAR Services forBP-00482 Gate E-50 and Checkpoint Charlie Development at the Orlando International Airport On September 24 2019 the Construction Committee approved Addendum No107 to the above-referenced agreement in the amount of $24677100 for ConstructionPhase OAR Services Since that time a no-cost staffing change is being requested to replace the JMATT Construction Services LLC Senior Inspector who is stillengaged on another project with an A2 Group Inc Inspector and a Geotech Consultants International Inc dba GCI Inc Senior Inspector as furthered described in the Consultantrsquos proposal

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contractrsquos MWBELDBVBE specifications and determined that the proposed no-cost staffing change includes a reduction to JMATT Construction Services LLC (MWBE)in the amount of ($5355000) and an add to A2 Group Inc (DBE) in the amount of$2100000 resulting in an overall 28 MWBE participation for this Addendum No 107 and Amendment Nos 1 and 2

Vice Chair Sharman asked if Geotech Consultants International Inc dba GCI Inc was switching subconsultants Mr Sorondo answered yes

Minutes of the Construction Committee Meeting February 18 2020 Page 33 of 39

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 107 to the Continuing Program and Project Management Services (OARPrime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for No-Cost Staffing Change for the Construction Phase OAR Services for BP-00482 Gate E-50 and Checkpoint Charlie Development there is no fiscal impact associatedwith this item

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN AMENDMENT TO PURCHASING CONTRACT 01-20 PERSONNEL SCREENING SERVICES WITH COVENANT AVIATION SECURITY AT THE ORLANDO INTERNATIONAL AIRPORT 6 Mr Shedek presented the memorandum dated February 18 2020 for Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC at the Orlando International Airport On January 7 2020 the Construction Committee approved Agenda Item No 11 for anAmendment to Purchasing Contract 01-20 Personnel Screening Services with CovenantAviation Security LLC for Personnel Screening Services on BP-00491 West Security Screening Checkpoint Expansion - Package 2 for a total not-to-exceed expense amountof $200000 with funding from project funds (ie previously-approved CapitalExpenditure Funds and General Airport Revenue Bonds) Since then it has been determined that these services will not be required

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC there is no fiscal impact associatedwith this item

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR E-00264 NORTH PARK PLACE LIGHT POLE REPLACEMENT AT THE ORLANDO INTERNATIONAL AIRPORT 7 Mr Graham presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for E-00264 North Park Place Light PoleReplacement at the Orlando International Airport The scope of the project is toremove and replace 49 parking lot light poles located in the North Park Place parkinglot re-install the existing light fixtures and provide ancillary replacement parts as necessary at the Orlando International Airport

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 42 MWBE participation on this Addendum

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for E-00264 North Park Place Light Pole Replacement for the total not-to-exceed fee amount of $2396100 with funding from previously-approved Discretionary Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 34 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE TICKET LOBBY MODIFICATIONS ANDIMPROVEMENTS AGREEMENT WITH CT HSU amp ASSOCIATES PA FOR CONSTRUCTION ADMINISTRATION SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 8 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from CT Hsu amp Associates PA dated January 30 2020 to provide Construction Administration Services for V-00906 West Checkpoint Video Walls a the Orlando International Airport Services will include CA services shop drawing review and coordination for the installation of the four LED video walls under the Chilirsquos Restaurant at the West Security Checkpoint A and B Sides

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that CT Hsu ampAssociates PA proposes 604 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Ticket Lobby Modifications and Improvements Agreement with CT Hsuamp Associates PA for Construction Administration Services for V-00906 West Checkpoint Video Walls for the total amount of $5624000 which includes the not-to-exceed fee amount of $5511700 and the not-to-exceed reimbursable expense amount of $112300 with funding from previously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 9 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for the above referenced project This project provides two large and two small Video Walls in the West Checkpoint area ofthe Great Hall on Landside Level 3

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 694 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for Construction Phase OAR Services for V-00906 West Checkpoint Video Walls for the total not-to-exceed fee amount of $4771500 with funding from previously-approved Capital Expenditure Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 35 of 39

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 19 TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT (OAR PRIME ENTITY) SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC TO PROVIDE ADDITIONAL CONSTRUCTION PHASE OAR SERVICES FOR V-00933 PODS A AND B FLOOR REPAIR AT THE ORLANDO INTERNATIONAL AIRPORT 10 Mr Willems presented the memorandum dated February 18 2020 along with aproposal from AECOM Technical Services Inc dated January 23 2020 to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair at the Orlando International Airport On November 19 2019 the Construction Committee approved Addendum No 19 in the amount of $714400 to the above-referencedagreement Since that time it has been determined that additional Construction Phase OAR Services are required as furthered described in the Consultantrsquos proposal dated January 23 2020

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the required services AECOM Technical Services Inc does not propose any MWBE LDB or VBE participation on this Amendment

Mr Patterson asked if this work will be ending next week Mr Willems answered yes

Mr Patterson stated that the timing of the work needed to be coordinated withOperations to avoid the holiday rush Mr Ruohomaki stated that due to these timingissues the OAR (AECOM Technical Services Inc) needs additional time to continue providing OAR Services on the project through close-out

Vice Chair Sharman asked if RW Block Consulting Inc had any outstanding issues with this request Ms Rainey responded that a change order on V-00933 requestinga time extension has not been received Mr Willems stated that the Contractor has not yet requested additional time but that a change order can be submitted to asubsequent Construction Committee Meeting Vice Chair Sharman asked if RW Block Consulting Inc would be amenable to this request once the change order is receivedMs Rainey answered yes [Subsequent to the Construction Committee meeting following review by the Contractor and OAR it was determined that a time extension change order would not be required RW Block Consulting Inc finds this item acceptable]

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 19 to the Continuing Program and Project Management (OAR Prime Entity) Services Agreement with AECOM Technical Services Inc to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair for thetotal not-to-exceed fee amount of $676800 with funding from previously-approvedOperation and Maintenance Funds

REQUEST FOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH HW DAVIS CONSTRUCTION INC FORV-00957 REPAIR SUB-CANOPIES LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 11 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from HW Davis Construction Inc dated October 23 2019 for V-00957Repair Sub-Canopies Level 3 A and B Enplane Drive at the Orlando InternationalAirport Project scope is to provide all labor equipment and materials to fabricatedeliver and install new fabric cover strips at diagonal steel braces at the sub-canopies rain protection covers at nine canopy locations and repair two separatedcable pockets at Canopy Nos 6 and 16 at the Orlando International Airport The duration of the project is 30 calendar days for Substantial Completion and 30

Minutes of the Construction Committee Meeting February 18 2020 Page 36 of 39

calendar days for Final Completion with a contemplated Notice to Proceed (NTP) date of February 24 2020

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that due to the limited scope of the required services HW Davis Construction Inc does notpropose any MWBELDBVBE participation on this Job Order Construction Services Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve a JobOrder Construction Services Addendum to the Continuing Vertical Construction Services Agreement with HW Davis Construction Inc for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total direct-negotiated amount of $3573300 andwaive the requirement for Performance and Payment Bonds with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR V-00957 REPAIR SUB-CANOPIES AT LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 12 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated January 31 2020 is to provide Construction Phase OAR Services on the above-referenced project

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the services to be provided Geotech Consultants International Inc dba GCI Inc does not propose any MWBELDBVBE participation on this Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total not-to-exceed fee amount of $290700 with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH GOMEZ CONSTRUCTION COMPANY FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) AT THE ORLANDO INTERNATIONAL AIRPORT 13 This item was deferred

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) ATTHE ORLANDO INTERNATIONAL AIRPORT 14 This item was deferred

Minutes of the Construction Committee Meeting February 18 2020 Page 37 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING ENVIRONMENTAL ENGINEERING CONSULTANT SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC FOR INSTALLATIONOF NEW MONITORING WELLS IMPLEMENTATION OF ONE SEMI-ANNUAL POST-ACTIVE REMEDIATIONMONITORING (PARM) AND PREPARATION OF ONE PARM REPORT AT THE FORMER DAYRON FACILITYFOR W-00072 OEA REMEDIATION OF DAYRON PLUME AT THE ORLANDO EXECUTIVE AIRPORT 15 Mr Carrington presented the memorandum dated February 18 2020 along with a proposal from AECOM Technical Services Inc dated February 10 2020 to provide for the installation of eleven new monitoring wells implementation of one semi-annual groundwater Post-Active Remediation Monitoring (PARM) and the preparation and submission of one PARM report at the former Dayron Facility at the OrlandoExecutive Airport The one semi-annual PARM monitoring event to be performed in late March or early April 2020

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that AECOM Technical Services Inc proposes 331 MWBE and 80 LDB participation on this Addendum

Mr Ruohomaki asked if this was in pursuit of a NFA designation (No Further Action)Mr Carrington answered yes

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve an Addendum to the Continuing Environmental Engineering Consultant Services Agreement with AECOMTechnical Services Inc for Installation of New Monitoring Wells Implementation of One Semi-Annual Post-Active Remediation Monitoring (PARM) and Preparation of One PARM Report at the Former Dayron Facility for W-00072 OEA Remediation of DayronPlume at the Orlando Executive Airport for the total amount of $7150000 which includes the not-to-exceed fee amount of $4112700 and the not-to-exceed reimbursable expense amount of $3037300 with funding from OEA Environmental Liability Funds

REQUEST FOR RECOMMENDATION OF APPROVAL OF NO-COST ADDENDA TO THE CONTINUING TRANSPORTATION PLANNING CONSULTING SERVICES AGREEMENTS TO EXERCISE THE SECOND AND FINAL ONE-YEAR RENEWAL OPTION 16 Ms Anderson presented the memorandum dated February 18 2020 requesting the recommendation of approval of No-Cost Addenda to the Continuing Transportation Planning Consulting Services Agreements to exercise the second and final one-year renewal option In June 2016 the Aviation Authority Board approved ContinuingTransportation Planning Consulting Services Agreement with the below firms Theprovisions in the agreement include a base three-year term with two subsequent optional one-year renewal periods upon mutual agreement of the parties

Each firmrsquos first one-year renewal expires as follows

Firm Expiration Date HNTB Corporation July 26 2020 HDR Engineering Inc September 12 2020

In order to maintain these services on an as-needed basis for routine operations staff requires the services of the above-referenced firms The firms were requested to provide their concurrence to exercise the second and final one-year renewal option

Upon motion of Mr Patterson second by Mr Hunt vote carried to recommend to theAviation Authority Board approval of No-Cost Addenda to the Continuing Transportation

Minutes of the Construction Committee Meeting February 18 2020 Page 38 of 39

Planning Consulting Services Agreements to Exercise the Second and Final One-Year Renewal Option there is no fiscal impact associated with this item

REQUEST FOR APPROVAL OF CONTRACTORrsquoS FINAL PAYMENT TO HL PRUITT CORPORATION FOR E-00212 INVENTORY AND MARKING OF AIRFIELD LIGHTING AT THE ORLANDO INTERNATIONALAIRPORT 17 Mr Patterson presented the memorandum dated February 18 2020 requesting the Contractorrsquos Final Payment to HL Pruitt Corporation for E-00212 Inventory andMarking of Airfield Lighting at the Orlando International Airport The Construction Contract for the referenced project has been completed and all issues involving the Contractor have been addressed and resolved

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve theContractorrsquos Final Payment Authorization to HL Pruitt Corporation for E-00212Inventory and marking of Airfield Lighting at the Orlando International Airport

INFORMATION ITEMS

18 The following items were presented for information only

A Field Change Order (FCO) Log

B Revised Supporting Documentation for Change Order PS-00329-11 Parking Access and Revenue Control System (PARCS) Replacement at The OrlandoInternational Airport [From Construction Committee on July 30 2019 ItemNo 1-F] [The Construction Committee determined that this information item should be converted to an action item and it was motioned with Item No 2-B]

C Revised Coversheet for Hensel Phelps Construction to issue a SubcontractModification to Inland Construction and Engineering Inc for BP-S00144South Terminal C Phase 1 - Airside Enclosure amp Exterior Finishes (GMPNo 6-S2) at The Orlando International Airport [From ConstructionCommittee on November 26 2019 Item No 2-D]

D Additional Supporting Documentation for Request for Recommendation ofApproval of an Amendment to Addendum No 7 to the Construction Management at Risk (CMR) Entity Services for the South Terminal C Phase 1 (STC-P1)Agreement with Turner-Kiewit Joint Venture for BP-S00150 South TerminalC Phase 1 ndash Parking Facility (GMP 9-S) at The Orlando International Airport [From Construction Committee on December 17 2019 Item No 5]

E Revised Coversheet for Request for Approval of an Addendum to the Technology and Multi-Media Specialty Engineer for the South Terminal CPhase 1 Agreement with Burns Engineering Inc for Design Services related to Customs Border and Patrol (CBP) final review for W-S00113 South Terminal C Phase 1 ndash Experiential Media Environment (EME) at The OrlandoInternational Airport [From Construction Committee on February 4 2020Item No 10]

F Office of Small Business Participation Memorandum for the Request forRecommendation of Approval of the FFampE and IT Estimate Procurement Plan and Process for Updating the Construction Committee for W-S00145 SouthTerminal C Phase 1 and Phase 1X (STC-P1 and P1X) Owner Furnished FFampE and IT Items at The Orlando International Airport [From ConstructionCommittee on February 4 2020 Item No 11]

______________________________

Minutes of the Construction Committee Meeting February 18 2020 Page 39 of 39

ADJOURNMENT

19 There being no further business for discussion the meeting was adjourned at 910 am

Kathleen Sharman Vice Chair Construction Committee Chief Financial Officer

Page 22: On TUESDAY, FEBRUARY 18, 2020 , the CONSTRUCTION … · Mike Patterson, Director of Construction . Gary Hunt, Director of Maintenance . ... Steve Pue, GOAA Maintenance . Vendla Davermann,

Minutes of the Construction Committee Meeting February 18 2020 Page 22 of 39

Services Inc for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement Bid Package 30 Concrete was previously awarded within GMP No 9-S to CCKConstruction Services Inc CC No 2017101016

TKJV is proposing a subcontract modification to CCK Construction ServicesInc in the total lump sum amount $156000 for CR0763-PKG-RFI 19851-Promenade Slab Reinforcement The modified scope consists of additional laborand material to cut splice and adjust the promenade slab reinforcement

The approval of this subcontract modification resolves all requests for cost and time associated with PKG RFI 19851

TKJV has submitted documentation including the subcontractors 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 CCK Construction Services Incin the lump sum amount of $ 156000 Deduct from CMAR Contingency $ (156000)

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 CCK Construction Services Inc (Non-MWBELDBVBE) There is no small businessparticipation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to CCK Construction Services Inc on BP-S00150 South Terminal C Phase 1 - ParkingFacility - Phase 1 (GMP No 9-S) for the total lump sum amount of $156000 with funding from Customer Facility Charges and General Airport Revenue Bonds

R Subcontractor Modification for BP-S00151 (GMP No 9-S1) with Quality Cable Contractors Inc for CR04301-PKG-Bulletin 10 and RFI 2690-Low Voltage Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00151 South Terminal C Phase 1 - Parking Facility Phase 2 (GMP No 9-S1) at the Orlando International Airport in the total amount of $5225700 to Quality Cable Contractors Inc for CR04301-PKG-Bulletin 10 and RFI 2690-Low Voltage Bid package 2800 Low Voltage Electrical was previously awarded within GMP No 9-S1 Parking Facility Phase 2 to Quality Cable Contractors Inc CC No2018092525A

TKJV) is proposing a subcontract modification to Quality Cable Contractors Inc in the total lump sum amount of $5225700 for CR04301-PKG-Bulletin 10and RFI 2690-Low Voltage The modified scope of work consists of additional materials labor and equipment for ten (10) additional access controls at PKGdoors and the credit associated with the blue phone and camera outletsrevisions per PKG Bulletin 10 and RFI 2690

Minutes of the Construction Committee Meeting February 18 2020 Page 23 of 39

The approval of this subcontract modifications to Quality Cable ContractorsInc resolves all requests for costs and time resulting from PKG Bulletin 10 and RFI 2690 for GMP No 9-S1 CR0430 was submitted for GMP No 9-S CC No20190910021 This request resolves all requests for cost and time for RFI2690 for Low Voltage costs for the hardware changes for Taylor Cotton amp Ridley Inc GMP No 9-S1 was submitted under CR0776

TKJV has submitted documentation including the subcontractors 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 award to Quality Cable Contractors Inc in the lump sum amount of $ 5225700 Deduct from Owner Contingency $ (5225700)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00151 (GMP No 9-S1) for this subcontractor modificationis Quality Cable Contractors Inc (MWBELDB) There is 100 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Quality Cable Contractors Inc on BP-S00151 South Terminal C Phase 1 - ParkingFacility Phase 2 (GMP No 9-S1) for the total lump sum amount of $5225700 with funding from Customer Facility Charges and General Airport Revenue Bonds

S Subcontractor Modification for BP-S00163 (GMP No 5-S5) with The Middlesex Corporation for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place (CIP)Rectangular Beam Canopy Anchor Bolt Locations Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) toissue a Subcontract Modification on BP-S00163 South Terminal C Phase 1 -EnplaneDeplane Bridge and Roadways Balance of Work - FDOT (GMP No 65-S5)at the Orlando International Airport in the total amount of $2295700 to The Middlesex Corporation for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place(CIP) Rectangular Beam Canopy Anchor Bolt Locations Bid Package 3400 EnplaneDeplane Bridge-Combined Piers and Piles was previously awarded within GMP No 5-S5 EnplaneDeplane Bridge and Roadways Balance of Work -FDOT to The Middlesex Corporation CC No 20180605007

TKJV is proposing a subcontract modification to The Middlesex Corporation in the total lump sum amount of $2295700 for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place (CIP) Rectangular Beam Canopy Anchor Bolt Locations The CIP beams were formed and rebar installed but were found to have a discrepancy between the LSC (Landside Civil) and LST (Landside Terminal) drawings with thecanopy anchor bolt locations RFI 3051 response confirmed that the proposed structural adjustment to drill and epoxy the rebar inside the limits of the CIP rectangular beam is acceptable RFI 30511 response confirmed that the proposed epoxy product is acceptable RFI 3249 response provided the details of alternative reinforcement at the canopy column locations The modifiedscope of work consists of all the labor material and equipment costs

Minutes of the Construction Committee Meeting February 18 2020 Page 24 of 39

associated with the relocation of the anchor bolts and the structural adjustments required as per the EOR responses to RFIs 3051 30511 and 3249

The approval of this subcontract modification to The Middlesex Corporationresolves all requests for cost and time resulting from RFIs 3051 30511 and3249

TKJV has submitted documentation including the subcontractors 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 $ 2295700 Deduct from Phase 1 CMAR Contingency $ (2295700)

Due to the funding source of this GMP No 5-S5 Turner-Kiewit Joint Ventureproposed a 20 DBE participation goal for Bid Package 3400 EnplaneDeplane Bridge and Roadways Balance of Work - FDOT in lieu of MWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by this modification The subcontractor identified and committed to participate on BP-S00163 (GMP No 5-S5) for this subcontract modification is The Middlesex Corporation(Non-DBE) There is no DBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to The Middlesex Corporation on BP-S00163 South Terminal C Phase 1 - EnplaneDeplane Bridge and Roadways Balance of Work - FDOT (GMP No 5-S5) for the total lumpsum amount of $2295700 with funding from Passenger Facility Charges

T Subcontractor Modification for BP-S00168 (GMP No 6-S4) with MC Dean Inc for CR03382-6S4 ASC RFI 1621 Emergency Communications System (ECS) Speakersndash Low Voltage Mr Guirges presented the memorandum requesting approval forHensel Phelps Construction (HPC) to issue Subcontract Modifications on BP-S00168 South Terminal C Phase 1 - Interior Finishes and Specialties (GMPNo 6-S4) at the Orlando International Airport in the total amount of $2102300 to MC Dean Inc for CR03382-6S4 ASC RFI1621 EmergencyCommunications System (ECS) Speakers - Low Voltage Bid Package BP-S168 2701ASC Low Voltage Systems was previously awarded within the GMP No 6-S4 toMC Dean Inc CC No 20181002010

HPC is requesting to issue a Subcontractor Modification to MC Dean Inc in the total Lump Sum amount of $2102300 for CR03382-6S4 ASC RFI 1621 Emergency Communications System (ECS) Speakers - Low Voltage The response to RFI 1621 provided updated Technology drawings and schedule showing the Low VoltageRequirements for the Type 4 Wall Mount Emergency Communications SystemsSpeakers in Transfer Level Areas 16 and 17 The modified scope of work consistsof the costs associated with the additional conduits and 1-port Cat 6 cables required to those speakers for the low voltage scope per RFI 1621 response and sketches

Minutes of the Construction Committee Meeting February 18 2020 Page 25 of 39

The approval of this Subcontractor Modification to MC Dean Inc resolves all requests for cost and time resulting from RFI 1621 in GMP No 6-S4 Cost impacts for Electrical work associated with RFI 1621 in GMP No 6-S2 will besubmitted via CR03381-6S2-0143 There is no cost impact for RFI 1621 in GMP Nos 6-S 6-S1 6-S3 6-S5 or 6-S6

HPC has submitted documentation including the subcontractors 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 MC Dean Inc in the lump sum amount of $ 2102300 Deduct from Owner Contingency $(2102300)

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-S4) for this subcontract modification is MC Dean Inc (Non-MWBELDBVBE) There is 835 MWBE participationassociated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue Subcontractor Modifications to MC Dean Inc on BP-S00168 South Terminal C Phase 1 - Interior Finishes andSpecialties (GMP No 6-S4) for the total lump sum amount of $2102300 with funding from Passenger Facility Charges and General Airport Revenue Bonds

U Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0609-LST-RFIs 2513 25131 and 25132-Sink type per Location Verification Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $295100 to Kirlin Florida LLC for CR0609-LST-RFIs 2513 25131 and 25132- Sink type per Location Verification Bid Package BP 2300 Plumbing andHVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $295100 for CR0609-LST-RFIs 2513 25131 and 25132- Sink type per Location Verification The modified scope of work consists ofall costs associated with the change in fixture specification for the AG Lab sink from the S-2 tag to a custom steel two-bay sink with two drain boards disposal cone washout spray vacuum breaker solenoid valve and piping as captured in RFI 2513 confirmation of custom sink model number per RFI 25131 and the confirmation of the disposal waste drain opening size in RFI 25132

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFIs 2513 25131 and 25132

TKJV has submitted documentation including the subcontractors proposal to support their request An independent cost estimate is included By approving

Minutes of the Construction Committee Meeting February 18 2020 Page 26 of 39

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 Kirlin Florida LLC in the lump sum amount of $ 295100 Deduct from Owner Contingency $ (295100)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $295100with funding from General Airport Revenue Bonds

V Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0621-LST-RFI 2544- Missing Civil Storm Pipe Correction Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the OrlandoInternational Airport in the total amount of $563200 to Kirlin Florida LLCfor CR0621-LST-RFI 2544-Missing Civil Storm Pipe Connection Bid Package BP 2300 Plumbing and HVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No 2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $563200 for CR0621-LST-RFI 2544-Missing Civil Storm Pipe Connection The modified scope of work consists of all additional costsassociated with a net add of underground plumbing piping to correspond withthe new civil design between L1 and L2 per RFI 2544

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 2544

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the lump sum amount of $ 563200 Deduct from P1 Owner Contingency $ (563200)

Minutes of the Construction Committee Meeting February 18 2020 Page 27 of 39

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $563200with funding from Passenger Facility Charges and General Airport Revenue Bonds

W Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0710-LST-RFI 1727-AC Humidifiers Missing Domestic Chilled Water (DCW) Piping Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $446500 to Kirlin Florida LLC for CR0710-LST-RFI 1727-AC Humidifiers Missing Domestic Chilled Water (DCW) Piping Bid Package BP 2300 ldquoPlumbing andHVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $446500 for CR0710-LST-RFI 1727-AC humidifiersmissing DCW pipe The modified scope of work consists of additional domesticcold-water connections and piping for the AC units with humidifiers

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 1727

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the lump sum amount of $ 446500 Deduct from CMAR Phase 1 Contingency $ (324700) Deduct from CMAR Phase 1X Contingency $ (121800)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Minutes of the Construction Committee Meeting February 18 2020 Page 28 of 39

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $446500with funding from Passenger Facility Charges and General Airport Revenue Bonds

X Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0753-LST-RFI 2368-Duct Blanket R-Value 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-S3) at the OrlandoInternational Airport in the total deductive amount of ($6747700) to Kirlin Florida LLC for CR0753-LST-RFI 2368-Duct Blanket R-Value Bid Package BP 2300 Plumbing and HVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No 2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal deductive lump sum amount of ($6747700) for CR0753-LST-RFI 2368-DuctBlanket R-Value The modified scope of work consists of all additions anddeductions associated with the use of a 233-inch-thick 34-lbcu mineralfiberglass blanket instead of the specified 2-inch thick 15-lbcu mineralfiberglass blanket on HVAC duct systems per RFI 2368

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 2368

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the deductive lump sum amount of $ (6747700) Add to P1 Owner Contingency $ 4907600 Add to P1X Owner Contingency $ 1840100

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-DBEMWBELDBVBE) There is a reduction of 100 DBE participationassociated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin

Minutes of the Construction Committee Meeting February 18 2020 Page 29 of 39

Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total deductive lump sum amount of($6747700) with funding credited to Passenger Facility Charges and GeneralAirport Revenue Bonds

Y Subcontractor Modifications for BP-S00173 (GMP No 7-S3) with MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Mr Guirges presented the memorandum requesting approval forTurner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $985400 to MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Bid Package BP 2600 Electrical waspreviously awarded within GMP No 7-S3 to MC Dean Inc CC No 2018100211

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $575400 for CR06161-LST RFI 2611-Missing PACSEnclosures RFI 2611 requested information regarding routing of PACS (Physical Access Control System) door panels to IDF rooms innear US Customs and Border Protection (CBP) spaces The modified scope of work consists of all labor material and equipment associated with the addition of power for (11) PACS enclosures as captured in RFI 2611

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $410000 for CR0692-LST-Bulletin 31-Electrical Themodified scope of work consists of all costs associated with the confirmed Electrical panel additions per new circuit descriptions andload updates

The approval of these subcontract modifications to MC Dean Inc as proposedin CR06161-LST RFI 2611-Missing PACS Enclosures resolves all requests forcosts and time associated with LST RFI 2611 for GMP No 7-S3 Electrical CR0616 CC No 20191217-3-1 resolved all cost and time for GMP No 7-S1 LowVoltage There will be no forthcoming CRs for RFI 2611

The approval of this subcontract modification as proposed to MC Dean inCR0692-LST-Bulletin 31-Electrical Inc resolves all requests for costs andtime associated with LST Bulletin 31 Electrical scope A CR for GMP No 7-S1Low voltage scope is forthcoming

TKJV has submitted documentation including the subcontractors 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 for CR06161 to MC Dean Inc in the lump sum amount of $ 575400 TKJV to issue a subcontract modification for CR0692 to MC Dean Inc in the lump sum amount of $ 410000 Deduct from PI Owner Contingency $ (985400)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on

Minutes of the Construction Committee Meeting February 18 2020 Page 30 of 39

BP-S00173 (GMP No 7-S3) for this subcontract modification is MC Dean Inc(Non-DBE) There is no small business participation associated with thismodification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue Subcontractor Modifications to MC Dean Inc on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $985400 withfunding from General Airport Revenue Bonds

Z Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0662-AFC-Power and Laydown Yard to QC Lab Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $2817800 to Kiewit Infrastructure South Cofor CR0662-AFC-Power and Laydown Yard to QC Lab Bid Package 34101 Site Electrical and Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $2817800 for CR0662-AFC-Power and Laydown Yard to QC Lab The scope of work consists of all labor material and equipmentrequired to install the power to the Quality Control (QC) lab located off Wiley Road from the Security Check Point and construct a lay-downparking areaat the QC lab and subsequently remove it when the lab is no longer needed The dimensions for the base material needed for the lay-downparking area are 50-foot by 50-foot next to the lab and 12-foot by 30-foot in front of the lab

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Power and Laydown Yard to QC Lab scope of work

TKJV has submitted documentation including the subcontractors 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 Kiewit Infrastructure South Co in the lump sum amount of $ 2817800 Deduct from P1 Owner Contingency $ (1551700) Deduct from P1X Owner Contingency $ (1266100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Minutes of the Construction Committee Meeting February 18 2020 Page 31 of 39

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $2817800 with fundingfrom General Airport Revenue Bonds

AA Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0672-AFC-Test Pit Remediation Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $6069900 to Kiewit Infrastructure South Co forCR0672-AFC-Asphalt Millings Shortage Bid Package 34101 Site Electricaland Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $6069900 for CR0672-AFC-Asphalt MillingsShortage The modified scope of work consists of all costs associated withasphalt milling RAP (Reclaimed Asphalt Pavement) for use on crane pads accessroad and pedestrian paths as tracked by the time and material (TampM) tickets

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Asphalt Millings Shortage

TKJV has submitted documentation including the subcontractors proposal to support their request An independent cost review 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 Kiewit Infrastructure South Co in the lump sum amount of $ 6069900 Deduct from P1 Owner Contingency $ (2724800) Deduct from P1X Owner Contingency $ (3345100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is 87 LDB participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $6069900 with fundingfrom General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 32 of 39

GENERAL

REQUEST FOR APPROVAL TO REIMBURSE THE HYATT FOR WORK PERFORMED DURING BP-00474HYATT REGENCY GUEST ROOMCORRIDOR RENOVATION AT THE ORLANDO INTERNATIONAL AIRPORT 4 Ms Grant presented the memorandum dated February 18 2020 along with aninvoice from Hyatt Regency dated September 30 2019 for BP-00474 Hyatt GuestRoomCorridor Renovation at the Orlando International Airport The invoice is to provide reimbursement for emergency work to clean the 7th Floor after a sprinkler activation repair cut phone lines in several rooms and clean rooms for turnover which was not completed by the General Contractor (GC) in time to turn over thoserooms

If approved this reimbursement would be effective February 18 2020

Ms Schneider asked if the contractor was back-billed for this Mr Ruohomaki answered no that this is a negotiated settlement Vice Chair Sharman stated that this was done to finish the renovations and open the areas earlier which was in the best interest of the Aviation Authority

Vice Chair Sharman asked if R W Block Consulting Inc had reviewed the invoiceand will sign-off on it Mr Kurek answered yes it will be signed

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve to Reimbursethe Hyatt Regency for Work performed during BP-00474 Hyatt Guest RoomCorridor Renovation for the total lump sum fee amount of $926994 with funding frompreviously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 107 TO THE CONTINUING PROGRAMAND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR A NO-COST STAFFING CHANGE FOR THE CONSTRUCTION PHASE OAR SERVICES FOR BP-00482 GATE E-50 AND CHECKPOINT CHARLIE DEVELOPMENT ATTHE ORLANDO INTERNATIONAL AIRPORT 5 Mr Sorondo presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 5 2020 for a No-Cost Staffing Change for the Construction Phase OAR Services forBP-00482 Gate E-50 and Checkpoint Charlie Development at the Orlando International Airport On September 24 2019 the Construction Committee approved Addendum No107 to the above-referenced agreement in the amount of $24677100 for ConstructionPhase OAR Services Since that time a no-cost staffing change is being requested to replace the JMATT Construction Services LLC Senior Inspector who is stillengaged on another project with an A2 Group Inc Inspector and a Geotech Consultants International Inc dba GCI Inc Senior Inspector as furthered described in the Consultantrsquos proposal

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contractrsquos MWBELDBVBE specifications and determined that the proposed no-cost staffing change includes a reduction to JMATT Construction Services LLC (MWBE)in the amount of ($5355000) and an add to A2 Group Inc (DBE) in the amount of$2100000 resulting in an overall 28 MWBE participation for this Addendum No 107 and Amendment Nos 1 and 2

Vice Chair Sharman asked if Geotech Consultants International Inc dba GCI Inc was switching subconsultants Mr Sorondo answered yes

Minutes of the Construction Committee Meeting February 18 2020 Page 33 of 39

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 107 to the Continuing Program and Project Management Services (OARPrime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for No-Cost Staffing Change for the Construction Phase OAR Services for BP-00482 Gate E-50 and Checkpoint Charlie Development there is no fiscal impact associatedwith this item

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN AMENDMENT TO PURCHASING CONTRACT 01-20 PERSONNEL SCREENING SERVICES WITH COVENANT AVIATION SECURITY AT THE ORLANDO INTERNATIONAL AIRPORT 6 Mr Shedek presented the memorandum dated February 18 2020 for Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC at the Orlando International Airport On January 7 2020 the Construction Committee approved Agenda Item No 11 for anAmendment to Purchasing Contract 01-20 Personnel Screening Services with CovenantAviation Security LLC for Personnel Screening Services on BP-00491 West Security Screening Checkpoint Expansion - Package 2 for a total not-to-exceed expense amountof $200000 with funding from project funds (ie previously-approved CapitalExpenditure Funds and General Airport Revenue Bonds) Since then it has been determined that these services will not be required

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC there is no fiscal impact associatedwith this item

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR E-00264 NORTH PARK PLACE LIGHT POLE REPLACEMENT AT THE ORLANDO INTERNATIONAL AIRPORT 7 Mr Graham presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for E-00264 North Park Place Light PoleReplacement at the Orlando International Airport The scope of the project is toremove and replace 49 parking lot light poles located in the North Park Place parkinglot re-install the existing light fixtures and provide ancillary replacement parts as necessary at the Orlando International Airport

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 42 MWBE participation on this Addendum

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for E-00264 North Park Place Light Pole Replacement for the total not-to-exceed fee amount of $2396100 with funding from previously-approved Discretionary Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 34 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE TICKET LOBBY MODIFICATIONS ANDIMPROVEMENTS AGREEMENT WITH CT HSU amp ASSOCIATES PA FOR CONSTRUCTION ADMINISTRATION SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 8 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from CT Hsu amp Associates PA dated January 30 2020 to provide Construction Administration Services for V-00906 West Checkpoint Video Walls a the Orlando International Airport Services will include CA services shop drawing review and coordination for the installation of the four LED video walls under the Chilirsquos Restaurant at the West Security Checkpoint A and B Sides

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that CT Hsu ampAssociates PA proposes 604 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Ticket Lobby Modifications and Improvements Agreement with CT Hsuamp Associates PA for Construction Administration Services for V-00906 West Checkpoint Video Walls for the total amount of $5624000 which includes the not-to-exceed fee amount of $5511700 and the not-to-exceed reimbursable expense amount of $112300 with funding from previously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 9 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for the above referenced project This project provides two large and two small Video Walls in the West Checkpoint area ofthe Great Hall on Landside Level 3

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 694 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for Construction Phase OAR Services for V-00906 West Checkpoint Video Walls for the total not-to-exceed fee amount of $4771500 with funding from previously-approved Capital Expenditure Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 35 of 39

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 19 TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT (OAR PRIME ENTITY) SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC TO PROVIDE ADDITIONAL CONSTRUCTION PHASE OAR SERVICES FOR V-00933 PODS A AND B FLOOR REPAIR AT THE ORLANDO INTERNATIONAL AIRPORT 10 Mr Willems presented the memorandum dated February 18 2020 along with aproposal from AECOM Technical Services Inc dated January 23 2020 to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair at the Orlando International Airport On November 19 2019 the Construction Committee approved Addendum No 19 in the amount of $714400 to the above-referencedagreement Since that time it has been determined that additional Construction Phase OAR Services are required as furthered described in the Consultantrsquos proposal dated January 23 2020

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the required services AECOM Technical Services Inc does not propose any MWBE LDB or VBE participation on this Amendment

Mr Patterson asked if this work will be ending next week Mr Willems answered yes

Mr Patterson stated that the timing of the work needed to be coordinated withOperations to avoid the holiday rush Mr Ruohomaki stated that due to these timingissues the OAR (AECOM Technical Services Inc) needs additional time to continue providing OAR Services on the project through close-out

Vice Chair Sharman asked if RW Block Consulting Inc had any outstanding issues with this request Ms Rainey responded that a change order on V-00933 requestinga time extension has not been received Mr Willems stated that the Contractor has not yet requested additional time but that a change order can be submitted to asubsequent Construction Committee Meeting Vice Chair Sharman asked if RW Block Consulting Inc would be amenable to this request once the change order is receivedMs Rainey answered yes [Subsequent to the Construction Committee meeting following review by the Contractor and OAR it was determined that a time extension change order would not be required RW Block Consulting Inc finds this item acceptable]

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 19 to the Continuing Program and Project Management (OAR Prime Entity) Services Agreement with AECOM Technical Services Inc to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair for thetotal not-to-exceed fee amount of $676800 with funding from previously-approvedOperation and Maintenance Funds

REQUEST FOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH HW DAVIS CONSTRUCTION INC FORV-00957 REPAIR SUB-CANOPIES LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 11 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from HW Davis Construction Inc dated October 23 2019 for V-00957Repair Sub-Canopies Level 3 A and B Enplane Drive at the Orlando InternationalAirport Project scope is to provide all labor equipment and materials to fabricatedeliver and install new fabric cover strips at diagonal steel braces at the sub-canopies rain protection covers at nine canopy locations and repair two separatedcable pockets at Canopy Nos 6 and 16 at the Orlando International Airport The duration of the project is 30 calendar days for Substantial Completion and 30

Minutes of the Construction Committee Meeting February 18 2020 Page 36 of 39

calendar days for Final Completion with a contemplated Notice to Proceed (NTP) date of February 24 2020

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that due to the limited scope of the required services HW Davis Construction Inc does notpropose any MWBELDBVBE participation on this Job Order Construction Services Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve a JobOrder Construction Services Addendum to the Continuing Vertical Construction Services Agreement with HW Davis Construction Inc for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total direct-negotiated amount of $3573300 andwaive the requirement for Performance and Payment Bonds with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR V-00957 REPAIR SUB-CANOPIES AT LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 12 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated January 31 2020 is to provide Construction Phase OAR Services on the above-referenced project

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the services to be provided Geotech Consultants International Inc dba GCI Inc does not propose any MWBELDBVBE participation on this Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total not-to-exceed fee amount of $290700 with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH GOMEZ CONSTRUCTION COMPANY FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) AT THE ORLANDO INTERNATIONAL AIRPORT 13 This item was deferred

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) ATTHE ORLANDO INTERNATIONAL AIRPORT 14 This item was deferred

Minutes of the Construction Committee Meeting February 18 2020 Page 37 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING ENVIRONMENTAL ENGINEERING CONSULTANT SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC FOR INSTALLATIONOF NEW MONITORING WELLS IMPLEMENTATION OF ONE SEMI-ANNUAL POST-ACTIVE REMEDIATIONMONITORING (PARM) AND PREPARATION OF ONE PARM REPORT AT THE FORMER DAYRON FACILITYFOR W-00072 OEA REMEDIATION OF DAYRON PLUME AT THE ORLANDO EXECUTIVE AIRPORT 15 Mr Carrington presented the memorandum dated February 18 2020 along with a proposal from AECOM Technical Services Inc dated February 10 2020 to provide for the installation of eleven new monitoring wells implementation of one semi-annual groundwater Post-Active Remediation Monitoring (PARM) and the preparation and submission of one PARM report at the former Dayron Facility at the OrlandoExecutive Airport The one semi-annual PARM monitoring event to be performed in late March or early April 2020

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that AECOM Technical Services Inc proposes 331 MWBE and 80 LDB participation on this Addendum

Mr Ruohomaki asked if this was in pursuit of a NFA designation (No Further Action)Mr Carrington answered yes

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve an Addendum to the Continuing Environmental Engineering Consultant Services Agreement with AECOMTechnical Services Inc for Installation of New Monitoring Wells Implementation of One Semi-Annual Post-Active Remediation Monitoring (PARM) and Preparation of One PARM Report at the Former Dayron Facility for W-00072 OEA Remediation of DayronPlume at the Orlando Executive Airport for the total amount of $7150000 which includes the not-to-exceed fee amount of $4112700 and the not-to-exceed reimbursable expense amount of $3037300 with funding from OEA Environmental Liability Funds

REQUEST FOR RECOMMENDATION OF APPROVAL OF NO-COST ADDENDA TO THE CONTINUING TRANSPORTATION PLANNING CONSULTING SERVICES AGREEMENTS TO EXERCISE THE SECOND AND FINAL ONE-YEAR RENEWAL OPTION 16 Ms Anderson presented the memorandum dated February 18 2020 requesting the recommendation of approval of No-Cost Addenda to the Continuing Transportation Planning Consulting Services Agreements to exercise the second and final one-year renewal option In June 2016 the Aviation Authority Board approved ContinuingTransportation Planning Consulting Services Agreement with the below firms Theprovisions in the agreement include a base three-year term with two subsequent optional one-year renewal periods upon mutual agreement of the parties

Each firmrsquos first one-year renewal expires as follows

Firm Expiration Date HNTB Corporation July 26 2020 HDR Engineering Inc September 12 2020

In order to maintain these services on an as-needed basis for routine operations staff requires the services of the above-referenced firms The firms were requested to provide their concurrence to exercise the second and final one-year renewal option

Upon motion of Mr Patterson second by Mr Hunt vote carried to recommend to theAviation Authority Board approval of No-Cost Addenda to the Continuing Transportation

Minutes of the Construction Committee Meeting February 18 2020 Page 38 of 39

Planning Consulting Services Agreements to Exercise the Second and Final One-Year Renewal Option there is no fiscal impact associated with this item

REQUEST FOR APPROVAL OF CONTRACTORrsquoS FINAL PAYMENT TO HL PRUITT CORPORATION FOR E-00212 INVENTORY AND MARKING OF AIRFIELD LIGHTING AT THE ORLANDO INTERNATIONALAIRPORT 17 Mr Patterson presented the memorandum dated February 18 2020 requesting the Contractorrsquos Final Payment to HL Pruitt Corporation for E-00212 Inventory andMarking of Airfield Lighting at the Orlando International Airport The Construction Contract for the referenced project has been completed and all issues involving the Contractor have been addressed and resolved

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve theContractorrsquos Final Payment Authorization to HL Pruitt Corporation for E-00212Inventory and marking of Airfield Lighting at the Orlando International Airport

INFORMATION ITEMS

18 The following items were presented for information only

A Field Change Order (FCO) Log

B Revised Supporting Documentation for Change Order PS-00329-11 Parking Access and Revenue Control System (PARCS) Replacement at The OrlandoInternational Airport [From Construction Committee on July 30 2019 ItemNo 1-F] [The Construction Committee determined that this information item should be converted to an action item and it was motioned with Item No 2-B]

C Revised Coversheet for Hensel Phelps Construction to issue a SubcontractModification to Inland Construction and Engineering Inc for BP-S00144South Terminal C Phase 1 - Airside Enclosure amp Exterior Finishes (GMPNo 6-S2) at The Orlando International Airport [From ConstructionCommittee on November 26 2019 Item No 2-D]

D Additional Supporting Documentation for Request for Recommendation ofApproval of an Amendment to Addendum No 7 to the Construction Management at Risk (CMR) Entity Services for the South Terminal C Phase 1 (STC-P1)Agreement with Turner-Kiewit Joint Venture for BP-S00150 South TerminalC Phase 1 ndash Parking Facility (GMP 9-S) at The Orlando International Airport [From Construction Committee on December 17 2019 Item No 5]

E Revised Coversheet for Request for Approval of an Addendum to the Technology and Multi-Media Specialty Engineer for the South Terminal CPhase 1 Agreement with Burns Engineering Inc for Design Services related to Customs Border and Patrol (CBP) final review for W-S00113 South Terminal C Phase 1 ndash Experiential Media Environment (EME) at The OrlandoInternational Airport [From Construction Committee on February 4 2020Item No 10]

F Office of Small Business Participation Memorandum for the Request forRecommendation of Approval of the FFampE and IT Estimate Procurement Plan and Process for Updating the Construction Committee for W-S00145 SouthTerminal C Phase 1 and Phase 1X (STC-P1 and P1X) Owner Furnished FFampE and IT Items at The Orlando International Airport [From ConstructionCommittee on February 4 2020 Item No 11]

______________________________

Minutes of the Construction Committee Meeting February 18 2020 Page 39 of 39

ADJOURNMENT

19 There being no further business for discussion the meeting was adjourned at 910 am

Kathleen Sharman Vice Chair Construction Committee Chief Financial Officer

Page 23: On TUESDAY, FEBRUARY 18, 2020 , the CONSTRUCTION … · Mike Patterson, Director of Construction . Gary Hunt, Director of Maintenance . ... Steve Pue, GOAA Maintenance . Vendla Davermann,

Minutes of the Construction Committee Meeting February 18 2020 Page 23 of 39

The approval of this subcontract modifications to Quality Cable ContractorsInc resolves all requests for costs and time resulting from PKG Bulletin 10 and RFI 2690 for GMP No 9-S1 CR0430 was submitted for GMP No 9-S CC No20190910021 This request resolves all requests for cost and time for RFI2690 for Low Voltage costs for the hardware changes for Taylor Cotton amp Ridley Inc GMP No 9-S1 was submitted under CR0776

TKJV has submitted documentation including the subcontractors 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 award to Quality Cable Contractors Inc in the lump sum amount of $ 5225700 Deduct from Owner Contingency $ (5225700)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00151 (GMP No 9-S1) for this subcontractor modificationis Quality Cable Contractors Inc (MWBELDB) There is 100 MWBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Quality Cable Contractors Inc on BP-S00151 South Terminal C Phase 1 - ParkingFacility Phase 2 (GMP No 9-S1) for the total lump sum amount of $5225700 with funding from Customer Facility Charges and General Airport Revenue Bonds

S Subcontractor Modification for BP-S00163 (GMP No 5-S5) with The Middlesex Corporation for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place (CIP)Rectangular Beam Canopy Anchor Bolt Locations Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) toissue a Subcontract Modification on BP-S00163 South Terminal C Phase 1 -EnplaneDeplane Bridge and Roadways Balance of Work - FDOT (GMP No 65-S5)at the Orlando International Airport in the total amount of $2295700 to The Middlesex Corporation for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place(CIP) Rectangular Beam Canopy Anchor Bolt Locations Bid Package 3400 EnplaneDeplane Bridge-Combined Piers and Piles was previously awarded within GMP No 5-S5 EnplaneDeplane Bridge and Roadways Balance of Work -FDOT to The Middlesex Corporation CC No 20180605007

TKJV is proposing a subcontract modification to The Middlesex Corporation in the total lump sum amount of $2295700 for CR0663-LSC-RFIs 3051 30511 and 3249 Cast-in-Place (CIP) Rectangular Beam Canopy Anchor Bolt Locations The CIP beams were formed and rebar installed but were found to have a discrepancy between the LSC (Landside Civil) and LST (Landside Terminal) drawings with thecanopy anchor bolt locations RFI 3051 response confirmed that the proposed structural adjustment to drill and epoxy the rebar inside the limits of the CIP rectangular beam is acceptable RFI 30511 response confirmed that the proposed epoxy product is acceptable RFI 3249 response provided the details of alternative reinforcement at the canopy column locations The modifiedscope of work consists of all the labor material and equipment costs

Minutes of the Construction Committee Meeting February 18 2020 Page 24 of 39

associated with the relocation of the anchor bolts and the structural adjustments required as per the EOR responses to RFIs 3051 30511 and 3249

The approval of this subcontract modification to The Middlesex Corporationresolves all requests for cost and time resulting from RFIs 3051 30511 and3249

TKJV has submitted documentation including the subcontractors 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 $ 2295700 Deduct from Phase 1 CMAR Contingency $ (2295700)

Due to the funding source of this GMP No 5-S5 Turner-Kiewit Joint Ventureproposed a 20 DBE participation goal for Bid Package 3400 EnplaneDeplane Bridge and Roadways Balance of Work - FDOT in lieu of MWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by this modification The subcontractor identified and committed to participate on BP-S00163 (GMP No 5-S5) for this subcontract modification is The Middlesex Corporation(Non-DBE) There is no DBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to The Middlesex Corporation on BP-S00163 South Terminal C Phase 1 - EnplaneDeplane Bridge and Roadways Balance of Work - FDOT (GMP No 5-S5) for the total lumpsum amount of $2295700 with funding from Passenger Facility Charges

T Subcontractor Modification for BP-S00168 (GMP No 6-S4) with MC Dean Inc for CR03382-6S4 ASC RFI 1621 Emergency Communications System (ECS) Speakersndash Low Voltage Mr Guirges presented the memorandum requesting approval forHensel Phelps Construction (HPC) to issue Subcontract Modifications on BP-S00168 South Terminal C Phase 1 - Interior Finishes and Specialties (GMPNo 6-S4) at the Orlando International Airport in the total amount of $2102300 to MC Dean Inc for CR03382-6S4 ASC RFI1621 EmergencyCommunications System (ECS) Speakers - Low Voltage Bid Package BP-S168 2701ASC Low Voltage Systems was previously awarded within the GMP No 6-S4 toMC Dean Inc CC No 20181002010

HPC is requesting to issue a Subcontractor Modification to MC Dean Inc in the total Lump Sum amount of $2102300 for CR03382-6S4 ASC RFI 1621 Emergency Communications System (ECS) Speakers - Low Voltage The response to RFI 1621 provided updated Technology drawings and schedule showing the Low VoltageRequirements for the Type 4 Wall Mount Emergency Communications SystemsSpeakers in Transfer Level Areas 16 and 17 The modified scope of work consistsof the costs associated with the additional conduits and 1-port Cat 6 cables required to those speakers for the low voltage scope per RFI 1621 response and sketches

Minutes of the Construction Committee Meeting February 18 2020 Page 25 of 39

The approval of this Subcontractor Modification to MC Dean Inc resolves all requests for cost and time resulting from RFI 1621 in GMP No 6-S4 Cost impacts for Electrical work associated with RFI 1621 in GMP No 6-S2 will besubmitted via CR03381-6S2-0143 There is no cost impact for RFI 1621 in GMP Nos 6-S 6-S1 6-S3 6-S5 or 6-S6

HPC has submitted documentation including the subcontractors 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 MC Dean Inc in the lump sum amount of $ 2102300 Deduct from Owner Contingency $(2102300)

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-S4) for this subcontract modification is MC Dean Inc (Non-MWBELDBVBE) There is 835 MWBE participationassociated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue Subcontractor Modifications to MC Dean Inc on BP-S00168 South Terminal C Phase 1 - Interior Finishes andSpecialties (GMP No 6-S4) for the total lump sum amount of $2102300 with funding from Passenger Facility Charges and General Airport Revenue Bonds

U Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0609-LST-RFIs 2513 25131 and 25132-Sink type per Location Verification Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $295100 to Kirlin Florida LLC for CR0609-LST-RFIs 2513 25131 and 25132- Sink type per Location Verification Bid Package BP 2300 Plumbing andHVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $295100 for CR0609-LST-RFIs 2513 25131 and 25132- Sink type per Location Verification The modified scope of work consists ofall costs associated with the change in fixture specification for the AG Lab sink from the S-2 tag to a custom steel two-bay sink with two drain boards disposal cone washout spray vacuum breaker solenoid valve and piping as captured in RFI 2513 confirmation of custom sink model number per RFI 25131 and the confirmation of the disposal waste drain opening size in RFI 25132

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFIs 2513 25131 and 25132

TKJV has submitted documentation including the subcontractors proposal to support their request An independent cost estimate is included By approving

Minutes of the Construction Committee Meeting February 18 2020 Page 26 of 39

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 Kirlin Florida LLC in the lump sum amount of $ 295100 Deduct from Owner Contingency $ (295100)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $295100with funding from General Airport Revenue Bonds

V Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0621-LST-RFI 2544- Missing Civil Storm Pipe Correction Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the OrlandoInternational Airport in the total amount of $563200 to Kirlin Florida LLCfor CR0621-LST-RFI 2544-Missing Civil Storm Pipe Connection Bid Package BP 2300 Plumbing and HVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No 2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $563200 for CR0621-LST-RFI 2544-Missing Civil Storm Pipe Connection The modified scope of work consists of all additional costsassociated with a net add of underground plumbing piping to correspond withthe new civil design between L1 and L2 per RFI 2544

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 2544

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the lump sum amount of $ 563200 Deduct from P1 Owner Contingency $ (563200)

Minutes of the Construction Committee Meeting February 18 2020 Page 27 of 39

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $563200with funding from Passenger Facility Charges and General Airport Revenue Bonds

W Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0710-LST-RFI 1727-AC Humidifiers Missing Domestic Chilled Water (DCW) Piping Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $446500 to Kirlin Florida LLC for CR0710-LST-RFI 1727-AC Humidifiers Missing Domestic Chilled Water (DCW) Piping Bid Package BP 2300 ldquoPlumbing andHVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $446500 for CR0710-LST-RFI 1727-AC humidifiersmissing DCW pipe The modified scope of work consists of additional domesticcold-water connections and piping for the AC units with humidifiers

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 1727

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the lump sum amount of $ 446500 Deduct from CMAR Phase 1 Contingency $ (324700) Deduct from CMAR Phase 1X Contingency $ (121800)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Minutes of the Construction Committee Meeting February 18 2020 Page 28 of 39

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $446500with funding from Passenger Facility Charges and General Airport Revenue Bonds

X Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0753-LST-RFI 2368-Duct Blanket R-Value 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-S3) at the OrlandoInternational Airport in the total deductive amount of ($6747700) to Kirlin Florida LLC for CR0753-LST-RFI 2368-Duct Blanket R-Value Bid Package BP 2300 Plumbing and HVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No 2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal deductive lump sum amount of ($6747700) for CR0753-LST-RFI 2368-DuctBlanket R-Value The modified scope of work consists of all additions anddeductions associated with the use of a 233-inch-thick 34-lbcu mineralfiberglass blanket instead of the specified 2-inch thick 15-lbcu mineralfiberglass blanket on HVAC duct systems per RFI 2368

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 2368

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the deductive lump sum amount of $ (6747700) Add to P1 Owner Contingency $ 4907600 Add to P1X Owner Contingency $ 1840100

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-DBEMWBELDBVBE) There is a reduction of 100 DBE participationassociated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin

Minutes of the Construction Committee Meeting February 18 2020 Page 29 of 39

Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total deductive lump sum amount of($6747700) with funding credited to Passenger Facility Charges and GeneralAirport Revenue Bonds

Y Subcontractor Modifications for BP-S00173 (GMP No 7-S3) with MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Mr Guirges presented the memorandum requesting approval forTurner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $985400 to MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Bid Package BP 2600 Electrical waspreviously awarded within GMP No 7-S3 to MC Dean Inc CC No 2018100211

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $575400 for CR06161-LST RFI 2611-Missing PACSEnclosures RFI 2611 requested information regarding routing of PACS (Physical Access Control System) door panels to IDF rooms innear US Customs and Border Protection (CBP) spaces The modified scope of work consists of all labor material and equipment associated with the addition of power for (11) PACS enclosures as captured in RFI 2611

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $410000 for CR0692-LST-Bulletin 31-Electrical Themodified scope of work consists of all costs associated with the confirmed Electrical panel additions per new circuit descriptions andload updates

The approval of these subcontract modifications to MC Dean Inc as proposedin CR06161-LST RFI 2611-Missing PACS Enclosures resolves all requests forcosts and time associated with LST RFI 2611 for GMP No 7-S3 Electrical CR0616 CC No 20191217-3-1 resolved all cost and time for GMP No 7-S1 LowVoltage There will be no forthcoming CRs for RFI 2611

The approval of this subcontract modification as proposed to MC Dean inCR0692-LST-Bulletin 31-Electrical Inc resolves all requests for costs andtime associated with LST Bulletin 31 Electrical scope A CR for GMP No 7-S1Low voltage scope is forthcoming

TKJV has submitted documentation including the subcontractors 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 for CR06161 to MC Dean Inc in the lump sum amount of $ 575400 TKJV to issue a subcontract modification for CR0692 to MC Dean Inc in the lump sum amount of $ 410000 Deduct from PI Owner Contingency $ (985400)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on

Minutes of the Construction Committee Meeting February 18 2020 Page 30 of 39

BP-S00173 (GMP No 7-S3) for this subcontract modification is MC Dean Inc(Non-DBE) There is no small business participation associated with thismodification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue Subcontractor Modifications to MC Dean Inc on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $985400 withfunding from General Airport Revenue Bonds

Z Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0662-AFC-Power and Laydown Yard to QC Lab Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $2817800 to Kiewit Infrastructure South Cofor CR0662-AFC-Power and Laydown Yard to QC Lab Bid Package 34101 Site Electrical and Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $2817800 for CR0662-AFC-Power and Laydown Yard to QC Lab The scope of work consists of all labor material and equipmentrequired to install the power to the Quality Control (QC) lab located off Wiley Road from the Security Check Point and construct a lay-downparking areaat the QC lab and subsequently remove it when the lab is no longer needed The dimensions for the base material needed for the lay-downparking area are 50-foot by 50-foot next to the lab and 12-foot by 30-foot in front of the lab

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Power and Laydown Yard to QC Lab scope of work

TKJV has submitted documentation including the subcontractors 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 Kiewit Infrastructure South Co in the lump sum amount of $ 2817800 Deduct from P1 Owner Contingency $ (1551700) Deduct from P1X Owner Contingency $ (1266100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Minutes of the Construction Committee Meeting February 18 2020 Page 31 of 39

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $2817800 with fundingfrom General Airport Revenue Bonds

AA Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0672-AFC-Test Pit Remediation Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $6069900 to Kiewit Infrastructure South Co forCR0672-AFC-Asphalt Millings Shortage Bid Package 34101 Site Electricaland Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $6069900 for CR0672-AFC-Asphalt MillingsShortage The modified scope of work consists of all costs associated withasphalt milling RAP (Reclaimed Asphalt Pavement) for use on crane pads accessroad and pedestrian paths as tracked by the time and material (TampM) tickets

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Asphalt Millings Shortage

TKJV has submitted documentation including the subcontractors proposal to support their request An independent cost review 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 Kiewit Infrastructure South Co in the lump sum amount of $ 6069900 Deduct from P1 Owner Contingency $ (2724800) Deduct from P1X Owner Contingency $ (3345100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is 87 LDB participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $6069900 with fundingfrom General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 32 of 39

GENERAL

REQUEST FOR APPROVAL TO REIMBURSE THE HYATT FOR WORK PERFORMED DURING BP-00474HYATT REGENCY GUEST ROOMCORRIDOR RENOVATION AT THE ORLANDO INTERNATIONAL AIRPORT 4 Ms Grant presented the memorandum dated February 18 2020 along with aninvoice from Hyatt Regency dated September 30 2019 for BP-00474 Hyatt GuestRoomCorridor Renovation at the Orlando International Airport The invoice is to provide reimbursement for emergency work to clean the 7th Floor after a sprinkler activation repair cut phone lines in several rooms and clean rooms for turnover which was not completed by the General Contractor (GC) in time to turn over thoserooms

If approved this reimbursement would be effective February 18 2020

Ms Schneider asked if the contractor was back-billed for this Mr Ruohomaki answered no that this is a negotiated settlement Vice Chair Sharman stated that this was done to finish the renovations and open the areas earlier which was in the best interest of the Aviation Authority

Vice Chair Sharman asked if R W Block Consulting Inc had reviewed the invoiceand will sign-off on it Mr Kurek answered yes it will be signed

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve to Reimbursethe Hyatt Regency for Work performed during BP-00474 Hyatt Guest RoomCorridor Renovation for the total lump sum fee amount of $926994 with funding frompreviously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 107 TO THE CONTINUING PROGRAMAND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR A NO-COST STAFFING CHANGE FOR THE CONSTRUCTION PHASE OAR SERVICES FOR BP-00482 GATE E-50 AND CHECKPOINT CHARLIE DEVELOPMENT ATTHE ORLANDO INTERNATIONAL AIRPORT 5 Mr Sorondo presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 5 2020 for a No-Cost Staffing Change for the Construction Phase OAR Services forBP-00482 Gate E-50 and Checkpoint Charlie Development at the Orlando International Airport On September 24 2019 the Construction Committee approved Addendum No107 to the above-referenced agreement in the amount of $24677100 for ConstructionPhase OAR Services Since that time a no-cost staffing change is being requested to replace the JMATT Construction Services LLC Senior Inspector who is stillengaged on another project with an A2 Group Inc Inspector and a Geotech Consultants International Inc dba GCI Inc Senior Inspector as furthered described in the Consultantrsquos proposal

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contractrsquos MWBELDBVBE specifications and determined that the proposed no-cost staffing change includes a reduction to JMATT Construction Services LLC (MWBE)in the amount of ($5355000) and an add to A2 Group Inc (DBE) in the amount of$2100000 resulting in an overall 28 MWBE participation for this Addendum No 107 and Amendment Nos 1 and 2

Vice Chair Sharman asked if Geotech Consultants International Inc dba GCI Inc was switching subconsultants Mr Sorondo answered yes

Minutes of the Construction Committee Meeting February 18 2020 Page 33 of 39

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 107 to the Continuing Program and Project Management Services (OARPrime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for No-Cost Staffing Change for the Construction Phase OAR Services for BP-00482 Gate E-50 and Checkpoint Charlie Development there is no fiscal impact associatedwith this item

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN AMENDMENT TO PURCHASING CONTRACT 01-20 PERSONNEL SCREENING SERVICES WITH COVENANT AVIATION SECURITY AT THE ORLANDO INTERNATIONAL AIRPORT 6 Mr Shedek presented the memorandum dated February 18 2020 for Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC at the Orlando International Airport On January 7 2020 the Construction Committee approved Agenda Item No 11 for anAmendment to Purchasing Contract 01-20 Personnel Screening Services with CovenantAviation Security LLC for Personnel Screening Services on BP-00491 West Security Screening Checkpoint Expansion - Package 2 for a total not-to-exceed expense amountof $200000 with funding from project funds (ie previously-approved CapitalExpenditure Funds and General Airport Revenue Bonds) Since then it has been determined that these services will not be required

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC there is no fiscal impact associatedwith this item

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR E-00264 NORTH PARK PLACE LIGHT POLE REPLACEMENT AT THE ORLANDO INTERNATIONAL AIRPORT 7 Mr Graham presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for E-00264 North Park Place Light PoleReplacement at the Orlando International Airport The scope of the project is toremove and replace 49 parking lot light poles located in the North Park Place parkinglot re-install the existing light fixtures and provide ancillary replacement parts as necessary at the Orlando International Airport

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 42 MWBE participation on this Addendum

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for E-00264 North Park Place Light Pole Replacement for the total not-to-exceed fee amount of $2396100 with funding from previously-approved Discretionary Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 34 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE TICKET LOBBY MODIFICATIONS ANDIMPROVEMENTS AGREEMENT WITH CT HSU amp ASSOCIATES PA FOR CONSTRUCTION ADMINISTRATION SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 8 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from CT Hsu amp Associates PA dated January 30 2020 to provide Construction Administration Services for V-00906 West Checkpoint Video Walls a the Orlando International Airport Services will include CA services shop drawing review and coordination for the installation of the four LED video walls under the Chilirsquos Restaurant at the West Security Checkpoint A and B Sides

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that CT Hsu ampAssociates PA proposes 604 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Ticket Lobby Modifications and Improvements Agreement with CT Hsuamp Associates PA for Construction Administration Services for V-00906 West Checkpoint Video Walls for the total amount of $5624000 which includes the not-to-exceed fee amount of $5511700 and the not-to-exceed reimbursable expense amount of $112300 with funding from previously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 9 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for the above referenced project This project provides two large and two small Video Walls in the West Checkpoint area ofthe Great Hall on Landside Level 3

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 694 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for Construction Phase OAR Services for V-00906 West Checkpoint Video Walls for the total not-to-exceed fee amount of $4771500 with funding from previously-approved Capital Expenditure Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 35 of 39

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 19 TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT (OAR PRIME ENTITY) SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC TO PROVIDE ADDITIONAL CONSTRUCTION PHASE OAR SERVICES FOR V-00933 PODS A AND B FLOOR REPAIR AT THE ORLANDO INTERNATIONAL AIRPORT 10 Mr Willems presented the memorandum dated February 18 2020 along with aproposal from AECOM Technical Services Inc dated January 23 2020 to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair at the Orlando International Airport On November 19 2019 the Construction Committee approved Addendum No 19 in the amount of $714400 to the above-referencedagreement Since that time it has been determined that additional Construction Phase OAR Services are required as furthered described in the Consultantrsquos proposal dated January 23 2020

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the required services AECOM Technical Services Inc does not propose any MWBE LDB or VBE participation on this Amendment

Mr Patterson asked if this work will be ending next week Mr Willems answered yes

Mr Patterson stated that the timing of the work needed to be coordinated withOperations to avoid the holiday rush Mr Ruohomaki stated that due to these timingissues the OAR (AECOM Technical Services Inc) needs additional time to continue providing OAR Services on the project through close-out

Vice Chair Sharman asked if RW Block Consulting Inc had any outstanding issues with this request Ms Rainey responded that a change order on V-00933 requestinga time extension has not been received Mr Willems stated that the Contractor has not yet requested additional time but that a change order can be submitted to asubsequent Construction Committee Meeting Vice Chair Sharman asked if RW Block Consulting Inc would be amenable to this request once the change order is receivedMs Rainey answered yes [Subsequent to the Construction Committee meeting following review by the Contractor and OAR it was determined that a time extension change order would not be required RW Block Consulting Inc finds this item acceptable]

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 19 to the Continuing Program and Project Management (OAR Prime Entity) Services Agreement with AECOM Technical Services Inc to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair for thetotal not-to-exceed fee amount of $676800 with funding from previously-approvedOperation and Maintenance Funds

REQUEST FOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH HW DAVIS CONSTRUCTION INC FORV-00957 REPAIR SUB-CANOPIES LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 11 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from HW Davis Construction Inc dated October 23 2019 for V-00957Repair Sub-Canopies Level 3 A and B Enplane Drive at the Orlando InternationalAirport Project scope is to provide all labor equipment and materials to fabricatedeliver and install new fabric cover strips at diagonal steel braces at the sub-canopies rain protection covers at nine canopy locations and repair two separatedcable pockets at Canopy Nos 6 and 16 at the Orlando International Airport The duration of the project is 30 calendar days for Substantial Completion and 30

Minutes of the Construction Committee Meeting February 18 2020 Page 36 of 39

calendar days for Final Completion with a contemplated Notice to Proceed (NTP) date of February 24 2020

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that due to the limited scope of the required services HW Davis Construction Inc does notpropose any MWBELDBVBE participation on this Job Order Construction Services Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve a JobOrder Construction Services Addendum to the Continuing Vertical Construction Services Agreement with HW Davis Construction Inc for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total direct-negotiated amount of $3573300 andwaive the requirement for Performance and Payment Bonds with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR V-00957 REPAIR SUB-CANOPIES AT LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 12 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated January 31 2020 is to provide Construction Phase OAR Services on the above-referenced project

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the services to be provided Geotech Consultants International Inc dba GCI Inc does not propose any MWBELDBVBE participation on this Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total not-to-exceed fee amount of $290700 with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH GOMEZ CONSTRUCTION COMPANY FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) AT THE ORLANDO INTERNATIONAL AIRPORT 13 This item was deferred

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) ATTHE ORLANDO INTERNATIONAL AIRPORT 14 This item was deferred

Minutes of the Construction Committee Meeting February 18 2020 Page 37 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING ENVIRONMENTAL ENGINEERING CONSULTANT SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC FOR INSTALLATIONOF NEW MONITORING WELLS IMPLEMENTATION OF ONE SEMI-ANNUAL POST-ACTIVE REMEDIATIONMONITORING (PARM) AND PREPARATION OF ONE PARM REPORT AT THE FORMER DAYRON FACILITYFOR W-00072 OEA REMEDIATION OF DAYRON PLUME AT THE ORLANDO EXECUTIVE AIRPORT 15 Mr Carrington presented the memorandum dated February 18 2020 along with a proposal from AECOM Technical Services Inc dated February 10 2020 to provide for the installation of eleven new monitoring wells implementation of one semi-annual groundwater Post-Active Remediation Monitoring (PARM) and the preparation and submission of one PARM report at the former Dayron Facility at the OrlandoExecutive Airport The one semi-annual PARM monitoring event to be performed in late March or early April 2020

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that AECOM Technical Services Inc proposes 331 MWBE and 80 LDB participation on this Addendum

Mr Ruohomaki asked if this was in pursuit of a NFA designation (No Further Action)Mr Carrington answered yes

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve an Addendum to the Continuing Environmental Engineering Consultant Services Agreement with AECOMTechnical Services Inc for Installation of New Monitoring Wells Implementation of One Semi-Annual Post-Active Remediation Monitoring (PARM) and Preparation of One PARM Report at the Former Dayron Facility for W-00072 OEA Remediation of DayronPlume at the Orlando Executive Airport for the total amount of $7150000 which includes the not-to-exceed fee amount of $4112700 and the not-to-exceed reimbursable expense amount of $3037300 with funding from OEA Environmental Liability Funds

REQUEST FOR RECOMMENDATION OF APPROVAL OF NO-COST ADDENDA TO THE CONTINUING TRANSPORTATION PLANNING CONSULTING SERVICES AGREEMENTS TO EXERCISE THE SECOND AND FINAL ONE-YEAR RENEWAL OPTION 16 Ms Anderson presented the memorandum dated February 18 2020 requesting the recommendation of approval of No-Cost Addenda to the Continuing Transportation Planning Consulting Services Agreements to exercise the second and final one-year renewal option In June 2016 the Aviation Authority Board approved ContinuingTransportation Planning Consulting Services Agreement with the below firms Theprovisions in the agreement include a base three-year term with two subsequent optional one-year renewal periods upon mutual agreement of the parties

Each firmrsquos first one-year renewal expires as follows

Firm Expiration Date HNTB Corporation July 26 2020 HDR Engineering Inc September 12 2020

In order to maintain these services on an as-needed basis for routine operations staff requires the services of the above-referenced firms The firms were requested to provide their concurrence to exercise the second and final one-year renewal option

Upon motion of Mr Patterson second by Mr Hunt vote carried to recommend to theAviation Authority Board approval of No-Cost Addenda to the Continuing Transportation

Minutes of the Construction Committee Meeting February 18 2020 Page 38 of 39

Planning Consulting Services Agreements to Exercise the Second and Final One-Year Renewal Option there is no fiscal impact associated with this item

REQUEST FOR APPROVAL OF CONTRACTORrsquoS FINAL PAYMENT TO HL PRUITT CORPORATION FOR E-00212 INVENTORY AND MARKING OF AIRFIELD LIGHTING AT THE ORLANDO INTERNATIONALAIRPORT 17 Mr Patterson presented the memorandum dated February 18 2020 requesting the Contractorrsquos Final Payment to HL Pruitt Corporation for E-00212 Inventory andMarking of Airfield Lighting at the Orlando International Airport The Construction Contract for the referenced project has been completed and all issues involving the Contractor have been addressed and resolved

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve theContractorrsquos Final Payment Authorization to HL Pruitt Corporation for E-00212Inventory and marking of Airfield Lighting at the Orlando International Airport

INFORMATION ITEMS

18 The following items were presented for information only

A Field Change Order (FCO) Log

B Revised Supporting Documentation for Change Order PS-00329-11 Parking Access and Revenue Control System (PARCS) Replacement at The OrlandoInternational Airport [From Construction Committee on July 30 2019 ItemNo 1-F] [The Construction Committee determined that this information item should be converted to an action item and it was motioned with Item No 2-B]

C Revised Coversheet for Hensel Phelps Construction to issue a SubcontractModification to Inland Construction and Engineering Inc for BP-S00144South Terminal C Phase 1 - Airside Enclosure amp Exterior Finishes (GMPNo 6-S2) at The Orlando International Airport [From ConstructionCommittee on November 26 2019 Item No 2-D]

D Additional Supporting Documentation for Request for Recommendation ofApproval of an Amendment to Addendum No 7 to the Construction Management at Risk (CMR) Entity Services for the South Terminal C Phase 1 (STC-P1)Agreement with Turner-Kiewit Joint Venture for BP-S00150 South TerminalC Phase 1 ndash Parking Facility (GMP 9-S) at The Orlando International Airport [From Construction Committee on December 17 2019 Item No 5]

E Revised Coversheet for Request for Approval of an Addendum to the Technology and Multi-Media Specialty Engineer for the South Terminal CPhase 1 Agreement with Burns Engineering Inc for Design Services related to Customs Border and Patrol (CBP) final review for W-S00113 South Terminal C Phase 1 ndash Experiential Media Environment (EME) at The OrlandoInternational Airport [From Construction Committee on February 4 2020Item No 10]

F Office of Small Business Participation Memorandum for the Request forRecommendation of Approval of the FFampE and IT Estimate Procurement Plan and Process for Updating the Construction Committee for W-S00145 SouthTerminal C Phase 1 and Phase 1X (STC-P1 and P1X) Owner Furnished FFampE and IT Items at The Orlando International Airport [From ConstructionCommittee on February 4 2020 Item No 11]

______________________________

Minutes of the Construction Committee Meeting February 18 2020 Page 39 of 39

ADJOURNMENT

19 There being no further business for discussion the meeting was adjourned at 910 am

Kathleen Sharman Vice Chair Construction Committee Chief Financial Officer

Page 24: On TUESDAY, FEBRUARY 18, 2020 , the CONSTRUCTION … · Mike Patterson, Director of Construction . Gary Hunt, Director of Maintenance . ... Steve Pue, GOAA Maintenance . Vendla Davermann,

Minutes of the Construction Committee Meeting February 18 2020 Page 24 of 39

associated with the relocation of the anchor bolts and the structural adjustments required as per the EOR responses to RFIs 3051 30511 and 3249

The approval of this subcontract modification to The Middlesex Corporationresolves all requests for cost and time resulting from RFIs 3051 30511 and3249

TKJV has submitted documentation including the subcontractors 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 $ 2295700 Deduct from Phase 1 CMAR Contingency $ (2295700)

Due to the funding source of this GMP No 5-S5 Turner-Kiewit Joint Ventureproposed a 20 DBE participation goal for Bid Package 3400 EnplaneDeplane Bridge and Roadways Balance of Work - FDOT in lieu of MWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by this modification The subcontractor identified and committed to participate on BP-S00163 (GMP No 5-S5) for this subcontract modification is The Middlesex Corporation(Non-DBE) There is no DBE participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to The Middlesex Corporation on BP-S00163 South Terminal C Phase 1 - EnplaneDeplane Bridge and Roadways Balance of Work - FDOT (GMP No 5-S5) for the total lumpsum amount of $2295700 with funding from Passenger Facility Charges

T Subcontractor Modification for BP-S00168 (GMP No 6-S4) with MC Dean Inc for CR03382-6S4 ASC RFI 1621 Emergency Communications System (ECS) Speakersndash Low Voltage Mr Guirges presented the memorandum requesting approval forHensel Phelps Construction (HPC) to issue Subcontract Modifications on BP-S00168 South Terminal C Phase 1 - Interior Finishes and Specialties (GMPNo 6-S4) at the Orlando International Airport in the total amount of $2102300 to MC Dean Inc for CR03382-6S4 ASC RFI1621 EmergencyCommunications System (ECS) Speakers - Low Voltage Bid Package BP-S168 2701ASC Low Voltage Systems was previously awarded within the GMP No 6-S4 toMC Dean Inc CC No 20181002010

HPC is requesting to issue a Subcontractor Modification to MC Dean Inc in the total Lump Sum amount of $2102300 for CR03382-6S4 ASC RFI 1621 Emergency Communications System (ECS) Speakers - Low Voltage The response to RFI 1621 provided updated Technology drawings and schedule showing the Low VoltageRequirements for the Type 4 Wall Mount Emergency Communications SystemsSpeakers in Transfer Level Areas 16 and 17 The modified scope of work consistsof the costs associated with the additional conduits and 1-port Cat 6 cables required to those speakers for the low voltage scope per RFI 1621 response and sketches

Minutes of the Construction Committee Meeting February 18 2020 Page 25 of 39

The approval of this Subcontractor Modification to MC Dean Inc resolves all requests for cost and time resulting from RFI 1621 in GMP No 6-S4 Cost impacts for Electrical work associated with RFI 1621 in GMP No 6-S2 will besubmitted via CR03381-6S2-0143 There is no cost impact for RFI 1621 in GMP Nos 6-S 6-S1 6-S3 6-S5 or 6-S6

HPC has submitted documentation including the subcontractors 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 MC Dean Inc in the lump sum amount of $ 2102300 Deduct from Owner Contingency $(2102300)

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-S4) for this subcontract modification is MC Dean Inc (Non-MWBELDBVBE) There is 835 MWBE participationassociated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue Subcontractor Modifications to MC Dean Inc on BP-S00168 South Terminal C Phase 1 - Interior Finishes andSpecialties (GMP No 6-S4) for the total lump sum amount of $2102300 with funding from Passenger Facility Charges and General Airport Revenue Bonds

U Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0609-LST-RFIs 2513 25131 and 25132-Sink type per Location Verification Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $295100 to Kirlin Florida LLC for CR0609-LST-RFIs 2513 25131 and 25132- Sink type per Location Verification Bid Package BP 2300 Plumbing andHVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $295100 for CR0609-LST-RFIs 2513 25131 and 25132- Sink type per Location Verification The modified scope of work consists ofall costs associated with the change in fixture specification for the AG Lab sink from the S-2 tag to a custom steel two-bay sink with two drain boards disposal cone washout spray vacuum breaker solenoid valve and piping as captured in RFI 2513 confirmation of custom sink model number per RFI 25131 and the confirmation of the disposal waste drain opening size in RFI 25132

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFIs 2513 25131 and 25132

TKJV has submitted documentation including the subcontractors proposal to support their request An independent cost estimate is included By approving

Minutes of the Construction Committee Meeting February 18 2020 Page 26 of 39

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 Kirlin Florida LLC in the lump sum amount of $ 295100 Deduct from Owner Contingency $ (295100)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $295100with funding from General Airport Revenue Bonds

V Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0621-LST-RFI 2544- Missing Civil Storm Pipe Correction Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the OrlandoInternational Airport in the total amount of $563200 to Kirlin Florida LLCfor CR0621-LST-RFI 2544-Missing Civil Storm Pipe Connection Bid Package BP 2300 Plumbing and HVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No 2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $563200 for CR0621-LST-RFI 2544-Missing Civil Storm Pipe Connection The modified scope of work consists of all additional costsassociated with a net add of underground plumbing piping to correspond withthe new civil design between L1 and L2 per RFI 2544

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 2544

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the lump sum amount of $ 563200 Deduct from P1 Owner Contingency $ (563200)

Minutes of the Construction Committee Meeting February 18 2020 Page 27 of 39

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $563200with funding from Passenger Facility Charges and General Airport Revenue Bonds

W Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0710-LST-RFI 1727-AC Humidifiers Missing Domestic Chilled Water (DCW) Piping Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $446500 to Kirlin Florida LLC for CR0710-LST-RFI 1727-AC Humidifiers Missing Domestic Chilled Water (DCW) Piping Bid Package BP 2300 ldquoPlumbing andHVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $446500 for CR0710-LST-RFI 1727-AC humidifiersmissing DCW pipe The modified scope of work consists of additional domesticcold-water connections and piping for the AC units with humidifiers

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 1727

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the lump sum amount of $ 446500 Deduct from CMAR Phase 1 Contingency $ (324700) Deduct from CMAR Phase 1X Contingency $ (121800)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Minutes of the Construction Committee Meeting February 18 2020 Page 28 of 39

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $446500with funding from Passenger Facility Charges and General Airport Revenue Bonds

X Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0753-LST-RFI 2368-Duct Blanket R-Value 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-S3) at the OrlandoInternational Airport in the total deductive amount of ($6747700) to Kirlin Florida LLC for CR0753-LST-RFI 2368-Duct Blanket R-Value Bid Package BP 2300 Plumbing and HVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No 2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal deductive lump sum amount of ($6747700) for CR0753-LST-RFI 2368-DuctBlanket R-Value The modified scope of work consists of all additions anddeductions associated with the use of a 233-inch-thick 34-lbcu mineralfiberglass blanket instead of the specified 2-inch thick 15-lbcu mineralfiberglass blanket on HVAC duct systems per RFI 2368

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 2368

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the deductive lump sum amount of $ (6747700) Add to P1 Owner Contingency $ 4907600 Add to P1X Owner Contingency $ 1840100

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-DBEMWBELDBVBE) There is a reduction of 100 DBE participationassociated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin

Minutes of the Construction Committee Meeting February 18 2020 Page 29 of 39

Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total deductive lump sum amount of($6747700) with funding credited to Passenger Facility Charges and GeneralAirport Revenue Bonds

Y Subcontractor Modifications for BP-S00173 (GMP No 7-S3) with MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Mr Guirges presented the memorandum requesting approval forTurner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $985400 to MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Bid Package BP 2600 Electrical waspreviously awarded within GMP No 7-S3 to MC Dean Inc CC No 2018100211

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $575400 for CR06161-LST RFI 2611-Missing PACSEnclosures RFI 2611 requested information regarding routing of PACS (Physical Access Control System) door panels to IDF rooms innear US Customs and Border Protection (CBP) spaces The modified scope of work consists of all labor material and equipment associated with the addition of power for (11) PACS enclosures as captured in RFI 2611

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $410000 for CR0692-LST-Bulletin 31-Electrical Themodified scope of work consists of all costs associated with the confirmed Electrical panel additions per new circuit descriptions andload updates

The approval of these subcontract modifications to MC Dean Inc as proposedin CR06161-LST RFI 2611-Missing PACS Enclosures resolves all requests forcosts and time associated with LST RFI 2611 for GMP No 7-S3 Electrical CR0616 CC No 20191217-3-1 resolved all cost and time for GMP No 7-S1 LowVoltage There will be no forthcoming CRs for RFI 2611

The approval of this subcontract modification as proposed to MC Dean inCR0692-LST-Bulletin 31-Electrical Inc resolves all requests for costs andtime associated with LST Bulletin 31 Electrical scope A CR for GMP No 7-S1Low voltage scope is forthcoming

TKJV has submitted documentation including the subcontractors 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 for CR06161 to MC Dean Inc in the lump sum amount of $ 575400 TKJV to issue a subcontract modification for CR0692 to MC Dean Inc in the lump sum amount of $ 410000 Deduct from PI Owner Contingency $ (985400)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on

Minutes of the Construction Committee Meeting February 18 2020 Page 30 of 39

BP-S00173 (GMP No 7-S3) for this subcontract modification is MC Dean Inc(Non-DBE) There is no small business participation associated with thismodification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue Subcontractor Modifications to MC Dean Inc on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $985400 withfunding from General Airport Revenue Bonds

Z Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0662-AFC-Power and Laydown Yard to QC Lab Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $2817800 to Kiewit Infrastructure South Cofor CR0662-AFC-Power and Laydown Yard to QC Lab Bid Package 34101 Site Electrical and Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $2817800 for CR0662-AFC-Power and Laydown Yard to QC Lab The scope of work consists of all labor material and equipmentrequired to install the power to the Quality Control (QC) lab located off Wiley Road from the Security Check Point and construct a lay-downparking areaat the QC lab and subsequently remove it when the lab is no longer needed The dimensions for the base material needed for the lay-downparking area are 50-foot by 50-foot next to the lab and 12-foot by 30-foot in front of the lab

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Power and Laydown Yard to QC Lab scope of work

TKJV has submitted documentation including the subcontractors 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 Kiewit Infrastructure South Co in the lump sum amount of $ 2817800 Deduct from P1 Owner Contingency $ (1551700) Deduct from P1X Owner Contingency $ (1266100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Minutes of the Construction Committee Meeting February 18 2020 Page 31 of 39

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $2817800 with fundingfrom General Airport Revenue Bonds

AA Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0672-AFC-Test Pit Remediation Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $6069900 to Kiewit Infrastructure South Co forCR0672-AFC-Asphalt Millings Shortage Bid Package 34101 Site Electricaland Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $6069900 for CR0672-AFC-Asphalt MillingsShortage The modified scope of work consists of all costs associated withasphalt milling RAP (Reclaimed Asphalt Pavement) for use on crane pads accessroad and pedestrian paths as tracked by the time and material (TampM) tickets

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Asphalt Millings Shortage

TKJV has submitted documentation including the subcontractors proposal to support their request An independent cost review 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 Kiewit Infrastructure South Co in the lump sum amount of $ 6069900 Deduct from P1 Owner Contingency $ (2724800) Deduct from P1X Owner Contingency $ (3345100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is 87 LDB participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $6069900 with fundingfrom General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 32 of 39

GENERAL

REQUEST FOR APPROVAL TO REIMBURSE THE HYATT FOR WORK PERFORMED DURING BP-00474HYATT REGENCY GUEST ROOMCORRIDOR RENOVATION AT THE ORLANDO INTERNATIONAL AIRPORT 4 Ms Grant presented the memorandum dated February 18 2020 along with aninvoice from Hyatt Regency dated September 30 2019 for BP-00474 Hyatt GuestRoomCorridor Renovation at the Orlando International Airport The invoice is to provide reimbursement for emergency work to clean the 7th Floor after a sprinkler activation repair cut phone lines in several rooms and clean rooms for turnover which was not completed by the General Contractor (GC) in time to turn over thoserooms

If approved this reimbursement would be effective February 18 2020

Ms Schneider asked if the contractor was back-billed for this Mr Ruohomaki answered no that this is a negotiated settlement Vice Chair Sharman stated that this was done to finish the renovations and open the areas earlier which was in the best interest of the Aviation Authority

Vice Chair Sharman asked if R W Block Consulting Inc had reviewed the invoiceand will sign-off on it Mr Kurek answered yes it will be signed

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve to Reimbursethe Hyatt Regency for Work performed during BP-00474 Hyatt Guest RoomCorridor Renovation for the total lump sum fee amount of $926994 with funding frompreviously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 107 TO THE CONTINUING PROGRAMAND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR A NO-COST STAFFING CHANGE FOR THE CONSTRUCTION PHASE OAR SERVICES FOR BP-00482 GATE E-50 AND CHECKPOINT CHARLIE DEVELOPMENT ATTHE ORLANDO INTERNATIONAL AIRPORT 5 Mr Sorondo presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 5 2020 for a No-Cost Staffing Change for the Construction Phase OAR Services forBP-00482 Gate E-50 and Checkpoint Charlie Development at the Orlando International Airport On September 24 2019 the Construction Committee approved Addendum No107 to the above-referenced agreement in the amount of $24677100 for ConstructionPhase OAR Services Since that time a no-cost staffing change is being requested to replace the JMATT Construction Services LLC Senior Inspector who is stillengaged on another project with an A2 Group Inc Inspector and a Geotech Consultants International Inc dba GCI Inc Senior Inspector as furthered described in the Consultantrsquos proposal

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contractrsquos MWBELDBVBE specifications and determined that the proposed no-cost staffing change includes a reduction to JMATT Construction Services LLC (MWBE)in the amount of ($5355000) and an add to A2 Group Inc (DBE) in the amount of$2100000 resulting in an overall 28 MWBE participation for this Addendum No 107 and Amendment Nos 1 and 2

Vice Chair Sharman asked if Geotech Consultants International Inc dba GCI Inc was switching subconsultants Mr Sorondo answered yes

Minutes of the Construction Committee Meeting February 18 2020 Page 33 of 39

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 107 to the Continuing Program and Project Management Services (OARPrime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for No-Cost Staffing Change for the Construction Phase OAR Services for BP-00482 Gate E-50 and Checkpoint Charlie Development there is no fiscal impact associatedwith this item

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN AMENDMENT TO PURCHASING CONTRACT 01-20 PERSONNEL SCREENING SERVICES WITH COVENANT AVIATION SECURITY AT THE ORLANDO INTERNATIONAL AIRPORT 6 Mr Shedek presented the memorandum dated February 18 2020 for Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC at the Orlando International Airport On January 7 2020 the Construction Committee approved Agenda Item No 11 for anAmendment to Purchasing Contract 01-20 Personnel Screening Services with CovenantAviation Security LLC for Personnel Screening Services on BP-00491 West Security Screening Checkpoint Expansion - Package 2 for a total not-to-exceed expense amountof $200000 with funding from project funds (ie previously-approved CapitalExpenditure Funds and General Airport Revenue Bonds) Since then it has been determined that these services will not be required

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC there is no fiscal impact associatedwith this item

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR E-00264 NORTH PARK PLACE LIGHT POLE REPLACEMENT AT THE ORLANDO INTERNATIONAL AIRPORT 7 Mr Graham presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for E-00264 North Park Place Light PoleReplacement at the Orlando International Airport The scope of the project is toremove and replace 49 parking lot light poles located in the North Park Place parkinglot re-install the existing light fixtures and provide ancillary replacement parts as necessary at the Orlando International Airport

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 42 MWBE participation on this Addendum

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for E-00264 North Park Place Light Pole Replacement for the total not-to-exceed fee amount of $2396100 with funding from previously-approved Discretionary Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 34 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE TICKET LOBBY MODIFICATIONS ANDIMPROVEMENTS AGREEMENT WITH CT HSU amp ASSOCIATES PA FOR CONSTRUCTION ADMINISTRATION SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 8 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from CT Hsu amp Associates PA dated January 30 2020 to provide Construction Administration Services for V-00906 West Checkpoint Video Walls a the Orlando International Airport Services will include CA services shop drawing review and coordination for the installation of the four LED video walls under the Chilirsquos Restaurant at the West Security Checkpoint A and B Sides

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that CT Hsu ampAssociates PA proposes 604 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Ticket Lobby Modifications and Improvements Agreement with CT Hsuamp Associates PA for Construction Administration Services for V-00906 West Checkpoint Video Walls for the total amount of $5624000 which includes the not-to-exceed fee amount of $5511700 and the not-to-exceed reimbursable expense amount of $112300 with funding from previously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 9 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for the above referenced project This project provides two large and two small Video Walls in the West Checkpoint area ofthe Great Hall on Landside Level 3

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 694 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for Construction Phase OAR Services for V-00906 West Checkpoint Video Walls for the total not-to-exceed fee amount of $4771500 with funding from previously-approved Capital Expenditure Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 35 of 39

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 19 TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT (OAR PRIME ENTITY) SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC TO PROVIDE ADDITIONAL CONSTRUCTION PHASE OAR SERVICES FOR V-00933 PODS A AND B FLOOR REPAIR AT THE ORLANDO INTERNATIONAL AIRPORT 10 Mr Willems presented the memorandum dated February 18 2020 along with aproposal from AECOM Technical Services Inc dated January 23 2020 to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair at the Orlando International Airport On November 19 2019 the Construction Committee approved Addendum No 19 in the amount of $714400 to the above-referencedagreement Since that time it has been determined that additional Construction Phase OAR Services are required as furthered described in the Consultantrsquos proposal dated January 23 2020

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the required services AECOM Technical Services Inc does not propose any MWBE LDB or VBE participation on this Amendment

Mr Patterson asked if this work will be ending next week Mr Willems answered yes

Mr Patterson stated that the timing of the work needed to be coordinated withOperations to avoid the holiday rush Mr Ruohomaki stated that due to these timingissues the OAR (AECOM Technical Services Inc) needs additional time to continue providing OAR Services on the project through close-out

Vice Chair Sharman asked if RW Block Consulting Inc had any outstanding issues with this request Ms Rainey responded that a change order on V-00933 requestinga time extension has not been received Mr Willems stated that the Contractor has not yet requested additional time but that a change order can be submitted to asubsequent Construction Committee Meeting Vice Chair Sharman asked if RW Block Consulting Inc would be amenable to this request once the change order is receivedMs Rainey answered yes [Subsequent to the Construction Committee meeting following review by the Contractor and OAR it was determined that a time extension change order would not be required RW Block Consulting Inc finds this item acceptable]

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 19 to the Continuing Program and Project Management (OAR Prime Entity) Services Agreement with AECOM Technical Services Inc to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair for thetotal not-to-exceed fee amount of $676800 with funding from previously-approvedOperation and Maintenance Funds

REQUEST FOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH HW DAVIS CONSTRUCTION INC FORV-00957 REPAIR SUB-CANOPIES LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 11 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from HW Davis Construction Inc dated October 23 2019 for V-00957Repair Sub-Canopies Level 3 A and B Enplane Drive at the Orlando InternationalAirport Project scope is to provide all labor equipment and materials to fabricatedeliver and install new fabric cover strips at diagonal steel braces at the sub-canopies rain protection covers at nine canopy locations and repair two separatedcable pockets at Canopy Nos 6 and 16 at the Orlando International Airport The duration of the project is 30 calendar days for Substantial Completion and 30

Minutes of the Construction Committee Meeting February 18 2020 Page 36 of 39

calendar days for Final Completion with a contemplated Notice to Proceed (NTP) date of February 24 2020

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that due to the limited scope of the required services HW Davis Construction Inc does notpropose any MWBELDBVBE participation on this Job Order Construction Services Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve a JobOrder Construction Services Addendum to the Continuing Vertical Construction Services Agreement with HW Davis Construction Inc for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total direct-negotiated amount of $3573300 andwaive the requirement for Performance and Payment Bonds with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR V-00957 REPAIR SUB-CANOPIES AT LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 12 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated January 31 2020 is to provide Construction Phase OAR Services on the above-referenced project

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the services to be provided Geotech Consultants International Inc dba GCI Inc does not propose any MWBELDBVBE participation on this Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total not-to-exceed fee amount of $290700 with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH GOMEZ CONSTRUCTION COMPANY FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) AT THE ORLANDO INTERNATIONAL AIRPORT 13 This item was deferred

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) ATTHE ORLANDO INTERNATIONAL AIRPORT 14 This item was deferred

Minutes of the Construction Committee Meeting February 18 2020 Page 37 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING ENVIRONMENTAL ENGINEERING CONSULTANT SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC FOR INSTALLATIONOF NEW MONITORING WELLS IMPLEMENTATION OF ONE SEMI-ANNUAL POST-ACTIVE REMEDIATIONMONITORING (PARM) AND PREPARATION OF ONE PARM REPORT AT THE FORMER DAYRON FACILITYFOR W-00072 OEA REMEDIATION OF DAYRON PLUME AT THE ORLANDO EXECUTIVE AIRPORT 15 Mr Carrington presented the memorandum dated February 18 2020 along with a proposal from AECOM Technical Services Inc dated February 10 2020 to provide for the installation of eleven new monitoring wells implementation of one semi-annual groundwater Post-Active Remediation Monitoring (PARM) and the preparation and submission of one PARM report at the former Dayron Facility at the OrlandoExecutive Airport The one semi-annual PARM monitoring event to be performed in late March or early April 2020

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that AECOM Technical Services Inc proposes 331 MWBE and 80 LDB participation on this Addendum

Mr Ruohomaki asked if this was in pursuit of a NFA designation (No Further Action)Mr Carrington answered yes

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve an Addendum to the Continuing Environmental Engineering Consultant Services Agreement with AECOMTechnical Services Inc for Installation of New Monitoring Wells Implementation of One Semi-Annual Post-Active Remediation Monitoring (PARM) and Preparation of One PARM Report at the Former Dayron Facility for W-00072 OEA Remediation of DayronPlume at the Orlando Executive Airport for the total amount of $7150000 which includes the not-to-exceed fee amount of $4112700 and the not-to-exceed reimbursable expense amount of $3037300 with funding from OEA Environmental Liability Funds

REQUEST FOR RECOMMENDATION OF APPROVAL OF NO-COST ADDENDA TO THE CONTINUING TRANSPORTATION PLANNING CONSULTING SERVICES AGREEMENTS TO EXERCISE THE SECOND AND FINAL ONE-YEAR RENEWAL OPTION 16 Ms Anderson presented the memorandum dated February 18 2020 requesting the recommendation of approval of No-Cost Addenda to the Continuing Transportation Planning Consulting Services Agreements to exercise the second and final one-year renewal option In June 2016 the Aviation Authority Board approved ContinuingTransportation Planning Consulting Services Agreement with the below firms Theprovisions in the agreement include a base three-year term with two subsequent optional one-year renewal periods upon mutual agreement of the parties

Each firmrsquos first one-year renewal expires as follows

Firm Expiration Date HNTB Corporation July 26 2020 HDR Engineering Inc September 12 2020

In order to maintain these services on an as-needed basis for routine operations staff requires the services of the above-referenced firms The firms were requested to provide their concurrence to exercise the second and final one-year renewal option

Upon motion of Mr Patterson second by Mr Hunt vote carried to recommend to theAviation Authority Board approval of No-Cost Addenda to the Continuing Transportation

Minutes of the Construction Committee Meeting February 18 2020 Page 38 of 39

Planning Consulting Services Agreements to Exercise the Second and Final One-Year Renewal Option there is no fiscal impact associated with this item

REQUEST FOR APPROVAL OF CONTRACTORrsquoS FINAL PAYMENT TO HL PRUITT CORPORATION FOR E-00212 INVENTORY AND MARKING OF AIRFIELD LIGHTING AT THE ORLANDO INTERNATIONALAIRPORT 17 Mr Patterson presented the memorandum dated February 18 2020 requesting the Contractorrsquos Final Payment to HL Pruitt Corporation for E-00212 Inventory andMarking of Airfield Lighting at the Orlando International Airport The Construction Contract for the referenced project has been completed and all issues involving the Contractor have been addressed and resolved

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve theContractorrsquos Final Payment Authorization to HL Pruitt Corporation for E-00212Inventory and marking of Airfield Lighting at the Orlando International Airport

INFORMATION ITEMS

18 The following items were presented for information only

A Field Change Order (FCO) Log

B Revised Supporting Documentation for Change Order PS-00329-11 Parking Access and Revenue Control System (PARCS) Replacement at The OrlandoInternational Airport [From Construction Committee on July 30 2019 ItemNo 1-F] [The Construction Committee determined that this information item should be converted to an action item and it was motioned with Item No 2-B]

C Revised Coversheet for Hensel Phelps Construction to issue a SubcontractModification to Inland Construction and Engineering Inc for BP-S00144South Terminal C Phase 1 - Airside Enclosure amp Exterior Finishes (GMPNo 6-S2) at The Orlando International Airport [From ConstructionCommittee on November 26 2019 Item No 2-D]

D Additional Supporting Documentation for Request for Recommendation ofApproval of an Amendment to Addendum No 7 to the Construction Management at Risk (CMR) Entity Services for the South Terminal C Phase 1 (STC-P1)Agreement with Turner-Kiewit Joint Venture for BP-S00150 South TerminalC Phase 1 ndash Parking Facility (GMP 9-S) at The Orlando International Airport [From Construction Committee on December 17 2019 Item No 5]

E Revised Coversheet for Request for Approval of an Addendum to the Technology and Multi-Media Specialty Engineer for the South Terminal CPhase 1 Agreement with Burns Engineering Inc for Design Services related to Customs Border and Patrol (CBP) final review for W-S00113 South Terminal C Phase 1 ndash Experiential Media Environment (EME) at The OrlandoInternational Airport [From Construction Committee on February 4 2020Item No 10]

F Office of Small Business Participation Memorandum for the Request forRecommendation of Approval of the FFampE and IT Estimate Procurement Plan and Process for Updating the Construction Committee for W-S00145 SouthTerminal C Phase 1 and Phase 1X (STC-P1 and P1X) Owner Furnished FFampE and IT Items at The Orlando International Airport [From ConstructionCommittee on February 4 2020 Item No 11]

______________________________

Minutes of the Construction Committee Meeting February 18 2020 Page 39 of 39

ADJOURNMENT

19 There being no further business for discussion the meeting was adjourned at 910 am

Kathleen Sharman Vice Chair Construction Committee Chief Financial Officer

Page 25: On TUESDAY, FEBRUARY 18, 2020 , the CONSTRUCTION … · Mike Patterson, Director of Construction . Gary Hunt, Director of Maintenance . ... Steve Pue, GOAA Maintenance . Vendla Davermann,

Minutes of the Construction Committee Meeting February 18 2020 Page 25 of 39

The approval of this Subcontractor Modification to MC Dean Inc resolves all requests for cost and time resulting from RFI 1621 in GMP No 6-S4 Cost impacts for Electrical work associated with RFI 1621 in GMP No 6-S2 will besubmitted via CR03381-6S2-0143 There is no cost impact for RFI 1621 in GMP Nos 6-S 6-S1 6-S3 6-S5 or 6-S6

HPC has submitted documentation including the subcontractors 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 MC Dean Inc in the lump sum amount of $ 2102300 Deduct from Owner Contingency $(2102300)

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-S4) for this subcontract modification is MC Dean Inc (Non-MWBELDBVBE) There is 835 MWBE participationassociated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Hensel Phelps Construction to issue Subcontractor Modifications to MC Dean Inc on BP-S00168 South Terminal C Phase 1 - Interior Finishes andSpecialties (GMP No 6-S4) for the total lump sum amount of $2102300 with funding from Passenger Facility Charges and General Airport Revenue Bonds

U Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0609-LST-RFIs 2513 25131 and 25132-Sink type per Location Verification Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $295100 to Kirlin Florida LLC for CR0609-LST-RFIs 2513 25131 and 25132- Sink type per Location Verification Bid Package BP 2300 Plumbing andHVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $295100 for CR0609-LST-RFIs 2513 25131 and 25132- Sink type per Location Verification The modified scope of work consists ofall costs associated with the change in fixture specification for the AG Lab sink from the S-2 tag to a custom steel two-bay sink with two drain boards disposal cone washout spray vacuum breaker solenoid valve and piping as captured in RFI 2513 confirmation of custom sink model number per RFI 25131 and the confirmation of the disposal waste drain opening size in RFI 25132

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFIs 2513 25131 and 25132

TKJV has submitted documentation including the subcontractors proposal to support their request An independent cost estimate is included By approving

Minutes of the Construction Committee Meeting February 18 2020 Page 26 of 39

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 Kirlin Florida LLC in the lump sum amount of $ 295100 Deduct from Owner Contingency $ (295100)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $295100with funding from General Airport Revenue Bonds

V Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0621-LST-RFI 2544- Missing Civil Storm Pipe Correction Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the OrlandoInternational Airport in the total amount of $563200 to Kirlin Florida LLCfor CR0621-LST-RFI 2544-Missing Civil Storm Pipe Connection Bid Package BP 2300 Plumbing and HVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No 2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $563200 for CR0621-LST-RFI 2544-Missing Civil Storm Pipe Connection The modified scope of work consists of all additional costsassociated with a net add of underground plumbing piping to correspond withthe new civil design between L1 and L2 per RFI 2544

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 2544

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the lump sum amount of $ 563200 Deduct from P1 Owner Contingency $ (563200)

Minutes of the Construction Committee Meeting February 18 2020 Page 27 of 39

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $563200with funding from Passenger Facility Charges and General Airport Revenue Bonds

W Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0710-LST-RFI 1727-AC Humidifiers Missing Domestic Chilled Water (DCW) Piping Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $446500 to Kirlin Florida LLC for CR0710-LST-RFI 1727-AC Humidifiers Missing Domestic Chilled Water (DCW) Piping Bid Package BP 2300 ldquoPlumbing andHVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $446500 for CR0710-LST-RFI 1727-AC humidifiersmissing DCW pipe The modified scope of work consists of additional domesticcold-water connections and piping for the AC units with humidifiers

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 1727

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the lump sum amount of $ 446500 Deduct from CMAR Phase 1 Contingency $ (324700) Deduct from CMAR Phase 1X Contingency $ (121800)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Minutes of the Construction Committee Meeting February 18 2020 Page 28 of 39

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $446500with funding from Passenger Facility Charges and General Airport Revenue Bonds

X Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0753-LST-RFI 2368-Duct Blanket R-Value 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-S3) at the OrlandoInternational Airport in the total deductive amount of ($6747700) to Kirlin Florida LLC for CR0753-LST-RFI 2368-Duct Blanket R-Value Bid Package BP 2300 Plumbing and HVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No 2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal deductive lump sum amount of ($6747700) for CR0753-LST-RFI 2368-DuctBlanket R-Value The modified scope of work consists of all additions anddeductions associated with the use of a 233-inch-thick 34-lbcu mineralfiberglass blanket instead of the specified 2-inch thick 15-lbcu mineralfiberglass blanket on HVAC duct systems per RFI 2368

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 2368

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the deductive lump sum amount of $ (6747700) Add to P1 Owner Contingency $ 4907600 Add to P1X Owner Contingency $ 1840100

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-DBEMWBELDBVBE) There is a reduction of 100 DBE participationassociated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin

Minutes of the Construction Committee Meeting February 18 2020 Page 29 of 39

Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total deductive lump sum amount of($6747700) with funding credited to Passenger Facility Charges and GeneralAirport Revenue Bonds

Y Subcontractor Modifications for BP-S00173 (GMP No 7-S3) with MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Mr Guirges presented the memorandum requesting approval forTurner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $985400 to MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Bid Package BP 2600 Electrical waspreviously awarded within GMP No 7-S3 to MC Dean Inc CC No 2018100211

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $575400 for CR06161-LST RFI 2611-Missing PACSEnclosures RFI 2611 requested information regarding routing of PACS (Physical Access Control System) door panels to IDF rooms innear US Customs and Border Protection (CBP) spaces The modified scope of work consists of all labor material and equipment associated with the addition of power for (11) PACS enclosures as captured in RFI 2611

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $410000 for CR0692-LST-Bulletin 31-Electrical Themodified scope of work consists of all costs associated with the confirmed Electrical panel additions per new circuit descriptions andload updates

The approval of these subcontract modifications to MC Dean Inc as proposedin CR06161-LST RFI 2611-Missing PACS Enclosures resolves all requests forcosts and time associated with LST RFI 2611 for GMP No 7-S3 Electrical CR0616 CC No 20191217-3-1 resolved all cost and time for GMP No 7-S1 LowVoltage There will be no forthcoming CRs for RFI 2611

The approval of this subcontract modification as proposed to MC Dean inCR0692-LST-Bulletin 31-Electrical Inc resolves all requests for costs andtime associated with LST Bulletin 31 Electrical scope A CR for GMP No 7-S1Low voltage scope is forthcoming

TKJV has submitted documentation including the subcontractors 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 for CR06161 to MC Dean Inc in the lump sum amount of $ 575400 TKJV to issue a subcontract modification for CR0692 to MC Dean Inc in the lump sum amount of $ 410000 Deduct from PI Owner Contingency $ (985400)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on

Minutes of the Construction Committee Meeting February 18 2020 Page 30 of 39

BP-S00173 (GMP No 7-S3) for this subcontract modification is MC Dean Inc(Non-DBE) There is no small business participation associated with thismodification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue Subcontractor Modifications to MC Dean Inc on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $985400 withfunding from General Airport Revenue Bonds

Z Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0662-AFC-Power and Laydown Yard to QC Lab Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $2817800 to Kiewit Infrastructure South Cofor CR0662-AFC-Power and Laydown Yard to QC Lab Bid Package 34101 Site Electrical and Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $2817800 for CR0662-AFC-Power and Laydown Yard to QC Lab The scope of work consists of all labor material and equipmentrequired to install the power to the Quality Control (QC) lab located off Wiley Road from the Security Check Point and construct a lay-downparking areaat the QC lab and subsequently remove it when the lab is no longer needed The dimensions for the base material needed for the lay-downparking area are 50-foot by 50-foot next to the lab and 12-foot by 30-foot in front of the lab

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Power and Laydown Yard to QC Lab scope of work

TKJV has submitted documentation including the subcontractors 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 Kiewit Infrastructure South Co in the lump sum amount of $ 2817800 Deduct from P1 Owner Contingency $ (1551700) Deduct from P1X Owner Contingency $ (1266100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Minutes of the Construction Committee Meeting February 18 2020 Page 31 of 39

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $2817800 with fundingfrom General Airport Revenue Bonds

AA Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0672-AFC-Test Pit Remediation Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $6069900 to Kiewit Infrastructure South Co forCR0672-AFC-Asphalt Millings Shortage Bid Package 34101 Site Electricaland Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $6069900 for CR0672-AFC-Asphalt MillingsShortage The modified scope of work consists of all costs associated withasphalt milling RAP (Reclaimed Asphalt Pavement) for use on crane pads accessroad and pedestrian paths as tracked by the time and material (TampM) tickets

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Asphalt Millings Shortage

TKJV has submitted documentation including the subcontractors proposal to support their request An independent cost review 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 Kiewit Infrastructure South Co in the lump sum amount of $ 6069900 Deduct from P1 Owner Contingency $ (2724800) Deduct from P1X Owner Contingency $ (3345100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is 87 LDB participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $6069900 with fundingfrom General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 32 of 39

GENERAL

REQUEST FOR APPROVAL TO REIMBURSE THE HYATT FOR WORK PERFORMED DURING BP-00474HYATT REGENCY GUEST ROOMCORRIDOR RENOVATION AT THE ORLANDO INTERNATIONAL AIRPORT 4 Ms Grant presented the memorandum dated February 18 2020 along with aninvoice from Hyatt Regency dated September 30 2019 for BP-00474 Hyatt GuestRoomCorridor Renovation at the Orlando International Airport The invoice is to provide reimbursement for emergency work to clean the 7th Floor after a sprinkler activation repair cut phone lines in several rooms and clean rooms for turnover which was not completed by the General Contractor (GC) in time to turn over thoserooms

If approved this reimbursement would be effective February 18 2020

Ms Schneider asked if the contractor was back-billed for this Mr Ruohomaki answered no that this is a negotiated settlement Vice Chair Sharman stated that this was done to finish the renovations and open the areas earlier which was in the best interest of the Aviation Authority

Vice Chair Sharman asked if R W Block Consulting Inc had reviewed the invoiceand will sign-off on it Mr Kurek answered yes it will be signed

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve to Reimbursethe Hyatt Regency for Work performed during BP-00474 Hyatt Guest RoomCorridor Renovation for the total lump sum fee amount of $926994 with funding frompreviously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 107 TO THE CONTINUING PROGRAMAND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR A NO-COST STAFFING CHANGE FOR THE CONSTRUCTION PHASE OAR SERVICES FOR BP-00482 GATE E-50 AND CHECKPOINT CHARLIE DEVELOPMENT ATTHE ORLANDO INTERNATIONAL AIRPORT 5 Mr Sorondo presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 5 2020 for a No-Cost Staffing Change for the Construction Phase OAR Services forBP-00482 Gate E-50 and Checkpoint Charlie Development at the Orlando International Airport On September 24 2019 the Construction Committee approved Addendum No107 to the above-referenced agreement in the amount of $24677100 for ConstructionPhase OAR Services Since that time a no-cost staffing change is being requested to replace the JMATT Construction Services LLC Senior Inspector who is stillengaged on another project with an A2 Group Inc Inspector and a Geotech Consultants International Inc dba GCI Inc Senior Inspector as furthered described in the Consultantrsquos proposal

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contractrsquos MWBELDBVBE specifications and determined that the proposed no-cost staffing change includes a reduction to JMATT Construction Services LLC (MWBE)in the amount of ($5355000) and an add to A2 Group Inc (DBE) in the amount of$2100000 resulting in an overall 28 MWBE participation for this Addendum No 107 and Amendment Nos 1 and 2

Vice Chair Sharman asked if Geotech Consultants International Inc dba GCI Inc was switching subconsultants Mr Sorondo answered yes

Minutes of the Construction Committee Meeting February 18 2020 Page 33 of 39

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 107 to the Continuing Program and Project Management Services (OARPrime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for No-Cost Staffing Change for the Construction Phase OAR Services for BP-00482 Gate E-50 and Checkpoint Charlie Development there is no fiscal impact associatedwith this item

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN AMENDMENT TO PURCHASING CONTRACT 01-20 PERSONNEL SCREENING SERVICES WITH COVENANT AVIATION SECURITY AT THE ORLANDO INTERNATIONAL AIRPORT 6 Mr Shedek presented the memorandum dated February 18 2020 for Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC at the Orlando International Airport On January 7 2020 the Construction Committee approved Agenda Item No 11 for anAmendment to Purchasing Contract 01-20 Personnel Screening Services with CovenantAviation Security LLC for Personnel Screening Services on BP-00491 West Security Screening Checkpoint Expansion - Package 2 for a total not-to-exceed expense amountof $200000 with funding from project funds (ie previously-approved CapitalExpenditure Funds and General Airport Revenue Bonds) Since then it has been determined that these services will not be required

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC there is no fiscal impact associatedwith this item

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR E-00264 NORTH PARK PLACE LIGHT POLE REPLACEMENT AT THE ORLANDO INTERNATIONAL AIRPORT 7 Mr Graham presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for E-00264 North Park Place Light PoleReplacement at the Orlando International Airport The scope of the project is toremove and replace 49 parking lot light poles located in the North Park Place parkinglot re-install the existing light fixtures and provide ancillary replacement parts as necessary at the Orlando International Airport

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 42 MWBE participation on this Addendum

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for E-00264 North Park Place Light Pole Replacement for the total not-to-exceed fee amount of $2396100 with funding from previously-approved Discretionary Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 34 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE TICKET LOBBY MODIFICATIONS ANDIMPROVEMENTS AGREEMENT WITH CT HSU amp ASSOCIATES PA FOR CONSTRUCTION ADMINISTRATION SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 8 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from CT Hsu amp Associates PA dated January 30 2020 to provide Construction Administration Services for V-00906 West Checkpoint Video Walls a the Orlando International Airport Services will include CA services shop drawing review and coordination for the installation of the four LED video walls under the Chilirsquos Restaurant at the West Security Checkpoint A and B Sides

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that CT Hsu ampAssociates PA proposes 604 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Ticket Lobby Modifications and Improvements Agreement with CT Hsuamp Associates PA for Construction Administration Services for V-00906 West Checkpoint Video Walls for the total amount of $5624000 which includes the not-to-exceed fee amount of $5511700 and the not-to-exceed reimbursable expense amount of $112300 with funding from previously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 9 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for the above referenced project This project provides two large and two small Video Walls in the West Checkpoint area ofthe Great Hall on Landside Level 3

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 694 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for Construction Phase OAR Services for V-00906 West Checkpoint Video Walls for the total not-to-exceed fee amount of $4771500 with funding from previously-approved Capital Expenditure Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 35 of 39

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 19 TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT (OAR PRIME ENTITY) SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC TO PROVIDE ADDITIONAL CONSTRUCTION PHASE OAR SERVICES FOR V-00933 PODS A AND B FLOOR REPAIR AT THE ORLANDO INTERNATIONAL AIRPORT 10 Mr Willems presented the memorandum dated February 18 2020 along with aproposal from AECOM Technical Services Inc dated January 23 2020 to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair at the Orlando International Airport On November 19 2019 the Construction Committee approved Addendum No 19 in the amount of $714400 to the above-referencedagreement Since that time it has been determined that additional Construction Phase OAR Services are required as furthered described in the Consultantrsquos proposal dated January 23 2020

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the required services AECOM Technical Services Inc does not propose any MWBE LDB or VBE participation on this Amendment

Mr Patterson asked if this work will be ending next week Mr Willems answered yes

Mr Patterson stated that the timing of the work needed to be coordinated withOperations to avoid the holiday rush Mr Ruohomaki stated that due to these timingissues the OAR (AECOM Technical Services Inc) needs additional time to continue providing OAR Services on the project through close-out

Vice Chair Sharman asked if RW Block Consulting Inc had any outstanding issues with this request Ms Rainey responded that a change order on V-00933 requestinga time extension has not been received Mr Willems stated that the Contractor has not yet requested additional time but that a change order can be submitted to asubsequent Construction Committee Meeting Vice Chair Sharman asked if RW Block Consulting Inc would be amenable to this request once the change order is receivedMs Rainey answered yes [Subsequent to the Construction Committee meeting following review by the Contractor and OAR it was determined that a time extension change order would not be required RW Block Consulting Inc finds this item acceptable]

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 19 to the Continuing Program and Project Management (OAR Prime Entity) Services Agreement with AECOM Technical Services Inc to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair for thetotal not-to-exceed fee amount of $676800 with funding from previously-approvedOperation and Maintenance Funds

REQUEST FOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH HW DAVIS CONSTRUCTION INC FORV-00957 REPAIR SUB-CANOPIES LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 11 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from HW Davis Construction Inc dated October 23 2019 for V-00957Repair Sub-Canopies Level 3 A and B Enplane Drive at the Orlando InternationalAirport Project scope is to provide all labor equipment and materials to fabricatedeliver and install new fabric cover strips at diagonal steel braces at the sub-canopies rain protection covers at nine canopy locations and repair two separatedcable pockets at Canopy Nos 6 and 16 at the Orlando International Airport The duration of the project is 30 calendar days for Substantial Completion and 30

Minutes of the Construction Committee Meeting February 18 2020 Page 36 of 39

calendar days for Final Completion with a contemplated Notice to Proceed (NTP) date of February 24 2020

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that due to the limited scope of the required services HW Davis Construction Inc does notpropose any MWBELDBVBE participation on this Job Order Construction Services Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve a JobOrder Construction Services Addendum to the Continuing Vertical Construction Services Agreement with HW Davis Construction Inc for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total direct-negotiated amount of $3573300 andwaive the requirement for Performance and Payment Bonds with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR V-00957 REPAIR SUB-CANOPIES AT LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 12 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated January 31 2020 is to provide Construction Phase OAR Services on the above-referenced project

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the services to be provided Geotech Consultants International Inc dba GCI Inc does not propose any MWBELDBVBE participation on this Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total not-to-exceed fee amount of $290700 with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH GOMEZ CONSTRUCTION COMPANY FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) AT THE ORLANDO INTERNATIONAL AIRPORT 13 This item was deferred

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) ATTHE ORLANDO INTERNATIONAL AIRPORT 14 This item was deferred

Minutes of the Construction Committee Meeting February 18 2020 Page 37 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING ENVIRONMENTAL ENGINEERING CONSULTANT SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC FOR INSTALLATIONOF NEW MONITORING WELLS IMPLEMENTATION OF ONE SEMI-ANNUAL POST-ACTIVE REMEDIATIONMONITORING (PARM) AND PREPARATION OF ONE PARM REPORT AT THE FORMER DAYRON FACILITYFOR W-00072 OEA REMEDIATION OF DAYRON PLUME AT THE ORLANDO EXECUTIVE AIRPORT 15 Mr Carrington presented the memorandum dated February 18 2020 along with a proposal from AECOM Technical Services Inc dated February 10 2020 to provide for the installation of eleven new monitoring wells implementation of one semi-annual groundwater Post-Active Remediation Monitoring (PARM) and the preparation and submission of one PARM report at the former Dayron Facility at the OrlandoExecutive Airport The one semi-annual PARM monitoring event to be performed in late March or early April 2020

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that AECOM Technical Services Inc proposes 331 MWBE and 80 LDB participation on this Addendum

Mr Ruohomaki asked if this was in pursuit of a NFA designation (No Further Action)Mr Carrington answered yes

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve an Addendum to the Continuing Environmental Engineering Consultant Services Agreement with AECOMTechnical Services Inc for Installation of New Monitoring Wells Implementation of One Semi-Annual Post-Active Remediation Monitoring (PARM) and Preparation of One PARM Report at the Former Dayron Facility for W-00072 OEA Remediation of DayronPlume at the Orlando Executive Airport for the total amount of $7150000 which includes the not-to-exceed fee amount of $4112700 and the not-to-exceed reimbursable expense amount of $3037300 with funding from OEA Environmental Liability Funds

REQUEST FOR RECOMMENDATION OF APPROVAL OF NO-COST ADDENDA TO THE CONTINUING TRANSPORTATION PLANNING CONSULTING SERVICES AGREEMENTS TO EXERCISE THE SECOND AND FINAL ONE-YEAR RENEWAL OPTION 16 Ms Anderson presented the memorandum dated February 18 2020 requesting the recommendation of approval of No-Cost Addenda to the Continuing Transportation Planning Consulting Services Agreements to exercise the second and final one-year renewal option In June 2016 the Aviation Authority Board approved ContinuingTransportation Planning Consulting Services Agreement with the below firms Theprovisions in the agreement include a base three-year term with two subsequent optional one-year renewal periods upon mutual agreement of the parties

Each firmrsquos first one-year renewal expires as follows

Firm Expiration Date HNTB Corporation July 26 2020 HDR Engineering Inc September 12 2020

In order to maintain these services on an as-needed basis for routine operations staff requires the services of the above-referenced firms The firms were requested to provide their concurrence to exercise the second and final one-year renewal option

Upon motion of Mr Patterson second by Mr Hunt vote carried to recommend to theAviation Authority Board approval of No-Cost Addenda to the Continuing Transportation

Minutes of the Construction Committee Meeting February 18 2020 Page 38 of 39

Planning Consulting Services Agreements to Exercise the Second and Final One-Year Renewal Option there is no fiscal impact associated with this item

REQUEST FOR APPROVAL OF CONTRACTORrsquoS FINAL PAYMENT TO HL PRUITT CORPORATION FOR E-00212 INVENTORY AND MARKING OF AIRFIELD LIGHTING AT THE ORLANDO INTERNATIONALAIRPORT 17 Mr Patterson presented the memorandum dated February 18 2020 requesting the Contractorrsquos Final Payment to HL Pruitt Corporation for E-00212 Inventory andMarking of Airfield Lighting at the Orlando International Airport The Construction Contract for the referenced project has been completed and all issues involving the Contractor have been addressed and resolved

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve theContractorrsquos Final Payment Authorization to HL Pruitt Corporation for E-00212Inventory and marking of Airfield Lighting at the Orlando International Airport

INFORMATION ITEMS

18 The following items were presented for information only

A Field Change Order (FCO) Log

B Revised Supporting Documentation for Change Order PS-00329-11 Parking Access and Revenue Control System (PARCS) Replacement at The OrlandoInternational Airport [From Construction Committee on July 30 2019 ItemNo 1-F] [The Construction Committee determined that this information item should be converted to an action item and it was motioned with Item No 2-B]

C Revised Coversheet for Hensel Phelps Construction to issue a SubcontractModification to Inland Construction and Engineering Inc for BP-S00144South Terminal C Phase 1 - Airside Enclosure amp Exterior Finishes (GMPNo 6-S2) at The Orlando International Airport [From ConstructionCommittee on November 26 2019 Item No 2-D]

D Additional Supporting Documentation for Request for Recommendation ofApproval of an Amendment to Addendum No 7 to the Construction Management at Risk (CMR) Entity Services for the South Terminal C Phase 1 (STC-P1)Agreement with Turner-Kiewit Joint Venture for BP-S00150 South TerminalC Phase 1 ndash Parking Facility (GMP 9-S) at The Orlando International Airport [From Construction Committee on December 17 2019 Item No 5]

E Revised Coversheet for Request for Approval of an Addendum to the Technology and Multi-Media Specialty Engineer for the South Terminal CPhase 1 Agreement with Burns Engineering Inc for Design Services related to Customs Border and Patrol (CBP) final review for W-S00113 South Terminal C Phase 1 ndash Experiential Media Environment (EME) at The OrlandoInternational Airport [From Construction Committee on February 4 2020Item No 10]

F Office of Small Business Participation Memorandum for the Request forRecommendation of Approval of the FFampE and IT Estimate Procurement Plan and Process for Updating the Construction Committee for W-S00145 SouthTerminal C Phase 1 and Phase 1X (STC-P1 and P1X) Owner Furnished FFampE and IT Items at The Orlando International Airport [From ConstructionCommittee on February 4 2020 Item No 11]

______________________________

Minutes of the Construction Committee Meeting February 18 2020 Page 39 of 39

ADJOURNMENT

19 There being no further business for discussion the meeting was adjourned at 910 am

Kathleen Sharman Vice Chair Construction Committee Chief Financial Officer

Page 26: On TUESDAY, FEBRUARY 18, 2020 , the CONSTRUCTION … · Mike Patterson, Director of Construction . Gary Hunt, Director of Maintenance . ... Steve Pue, GOAA Maintenance . Vendla Davermann,

Minutes of the Construction Committee Meeting February 18 2020 Page 26 of 39

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 Kirlin Florida LLC in the lump sum amount of $ 295100 Deduct from Owner Contingency $ (295100)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $295100with funding from General Airport Revenue Bonds

V Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0621-LST-RFI 2544- Missing Civil Storm Pipe Correction Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the OrlandoInternational Airport in the total amount of $563200 to Kirlin Florida LLCfor CR0621-LST-RFI 2544-Missing Civil Storm Pipe Connection Bid Package BP 2300 Plumbing and HVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No 2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $563200 for CR0621-LST-RFI 2544-Missing Civil Storm Pipe Connection The modified scope of work consists of all additional costsassociated with a net add of underground plumbing piping to correspond withthe new civil design between L1 and L2 per RFI 2544

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 2544

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the lump sum amount of $ 563200 Deduct from P1 Owner Contingency $ (563200)

Minutes of the Construction Committee Meeting February 18 2020 Page 27 of 39

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $563200with funding from Passenger Facility Charges and General Airport Revenue Bonds

W Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0710-LST-RFI 1727-AC Humidifiers Missing Domestic Chilled Water (DCW) Piping Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $446500 to Kirlin Florida LLC for CR0710-LST-RFI 1727-AC Humidifiers Missing Domestic Chilled Water (DCW) Piping Bid Package BP 2300 ldquoPlumbing andHVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $446500 for CR0710-LST-RFI 1727-AC humidifiersmissing DCW pipe The modified scope of work consists of additional domesticcold-water connections and piping for the AC units with humidifiers

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 1727

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the lump sum amount of $ 446500 Deduct from CMAR Phase 1 Contingency $ (324700) Deduct from CMAR Phase 1X Contingency $ (121800)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Minutes of the Construction Committee Meeting February 18 2020 Page 28 of 39

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $446500with funding from Passenger Facility Charges and General Airport Revenue Bonds

X Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0753-LST-RFI 2368-Duct Blanket R-Value 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-S3) at the OrlandoInternational Airport in the total deductive amount of ($6747700) to Kirlin Florida LLC for CR0753-LST-RFI 2368-Duct Blanket R-Value Bid Package BP 2300 Plumbing and HVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No 2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal deductive lump sum amount of ($6747700) for CR0753-LST-RFI 2368-DuctBlanket R-Value The modified scope of work consists of all additions anddeductions associated with the use of a 233-inch-thick 34-lbcu mineralfiberglass blanket instead of the specified 2-inch thick 15-lbcu mineralfiberglass blanket on HVAC duct systems per RFI 2368

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 2368

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the deductive lump sum amount of $ (6747700) Add to P1 Owner Contingency $ 4907600 Add to P1X Owner Contingency $ 1840100

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-DBEMWBELDBVBE) There is a reduction of 100 DBE participationassociated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin

Minutes of the Construction Committee Meeting February 18 2020 Page 29 of 39

Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total deductive lump sum amount of($6747700) with funding credited to Passenger Facility Charges and GeneralAirport Revenue Bonds

Y Subcontractor Modifications for BP-S00173 (GMP No 7-S3) with MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Mr Guirges presented the memorandum requesting approval forTurner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $985400 to MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Bid Package BP 2600 Electrical waspreviously awarded within GMP No 7-S3 to MC Dean Inc CC No 2018100211

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $575400 for CR06161-LST RFI 2611-Missing PACSEnclosures RFI 2611 requested information regarding routing of PACS (Physical Access Control System) door panels to IDF rooms innear US Customs and Border Protection (CBP) spaces The modified scope of work consists of all labor material and equipment associated with the addition of power for (11) PACS enclosures as captured in RFI 2611

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $410000 for CR0692-LST-Bulletin 31-Electrical Themodified scope of work consists of all costs associated with the confirmed Electrical panel additions per new circuit descriptions andload updates

The approval of these subcontract modifications to MC Dean Inc as proposedin CR06161-LST RFI 2611-Missing PACS Enclosures resolves all requests forcosts and time associated with LST RFI 2611 for GMP No 7-S3 Electrical CR0616 CC No 20191217-3-1 resolved all cost and time for GMP No 7-S1 LowVoltage There will be no forthcoming CRs for RFI 2611

The approval of this subcontract modification as proposed to MC Dean inCR0692-LST-Bulletin 31-Electrical Inc resolves all requests for costs andtime associated with LST Bulletin 31 Electrical scope A CR for GMP No 7-S1Low voltage scope is forthcoming

TKJV has submitted documentation including the subcontractors 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 for CR06161 to MC Dean Inc in the lump sum amount of $ 575400 TKJV to issue a subcontract modification for CR0692 to MC Dean Inc in the lump sum amount of $ 410000 Deduct from PI Owner Contingency $ (985400)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on

Minutes of the Construction Committee Meeting February 18 2020 Page 30 of 39

BP-S00173 (GMP No 7-S3) for this subcontract modification is MC Dean Inc(Non-DBE) There is no small business participation associated with thismodification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue Subcontractor Modifications to MC Dean Inc on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $985400 withfunding from General Airport Revenue Bonds

Z Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0662-AFC-Power and Laydown Yard to QC Lab Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $2817800 to Kiewit Infrastructure South Cofor CR0662-AFC-Power and Laydown Yard to QC Lab Bid Package 34101 Site Electrical and Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $2817800 for CR0662-AFC-Power and Laydown Yard to QC Lab The scope of work consists of all labor material and equipmentrequired to install the power to the Quality Control (QC) lab located off Wiley Road from the Security Check Point and construct a lay-downparking areaat the QC lab and subsequently remove it when the lab is no longer needed The dimensions for the base material needed for the lay-downparking area are 50-foot by 50-foot next to the lab and 12-foot by 30-foot in front of the lab

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Power and Laydown Yard to QC Lab scope of work

TKJV has submitted documentation including the subcontractors 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 Kiewit Infrastructure South Co in the lump sum amount of $ 2817800 Deduct from P1 Owner Contingency $ (1551700) Deduct from P1X Owner Contingency $ (1266100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Minutes of the Construction Committee Meeting February 18 2020 Page 31 of 39

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $2817800 with fundingfrom General Airport Revenue Bonds

AA Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0672-AFC-Test Pit Remediation Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $6069900 to Kiewit Infrastructure South Co forCR0672-AFC-Asphalt Millings Shortage Bid Package 34101 Site Electricaland Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $6069900 for CR0672-AFC-Asphalt MillingsShortage The modified scope of work consists of all costs associated withasphalt milling RAP (Reclaimed Asphalt Pavement) for use on crane pads accessroad and pedestrian paths as tracked by the time and material (TampM) tickets

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Asphalt Millings Shortage

TKJV has submitted documentation including the subcontractors proposal to support their request An independent cost review 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 Kiewit Infrastructure South Co in the lump sum amount of $ 6069900 Deduct from P1 Owner Contingency $ (2724800) Deduct from P1X Owner Contingency $ (3345100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is 87 LDB participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $6069900 with fundingfrom General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 32 of 39

GENERAL

REQUEST FOR APPROVAL TO REIMBURSE THE HYATT FOR WORK PERFORMED DURING BP-00474HYATT REGENCY GUEST ROOMCORRIDOR RENOVATION AT THE ORLANDO INTERNATIONAL AIRPORT 4 Ms Grant presented the memorandum dated February 18 2020 along with aninvoice from Hyatt Regency dated September 30 2019 for BP-00474 Hyatt GuestRoomCorridor Renovation at the Orlando International Airport The invoice is to provide reimbursement for emergency work to clean the 7th Floor after a sprinkler activation repair cut phone lines in several rooms and clean rooms for turnover which was not completed by the General Contractor (GC) in time to turn over thoserooms

If approved this reimbursement would be effective February 18 2020

Ms Schneider asked if the contractor was back-billed for this Mr Ruohomaki answered no that this is a negotiated settlement Vice Chair Sharman stated that this was done to finish the renovations and open the areas earlier which was in the best interest of the Aviation Authority

Vice Chair Sharman asked if R W Block Consulting Inc had reviewed the invoiceand will sign-off on it Mr Kurek answered yes it will be signed

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve to Reimbursethe Hyatt Regency for Work performed during BP-00474 Hyatt Guest RoomCorridor Renovation for the total lump sum fee amount of $926994 with funding frompreviously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 107 TO THE CONTINUING PROGRAMAND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR A NO-COST STAFFING CHANGE FOR THE CONSTRUCTION PHASE OAR SERVICES FOR BP-00482 GATE E-50 AND CHECKPOINT CHARLIE DEVELOPMENT ATTHE ORLANDO INTERNATIONAL AIRPORT 5 Mr Sorondo presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 5 2020 for a No-Cost Staffing Change for the Construction Phase OAR Services forBP-00482 Gate E-50 and Checkpoint Charlie Development at the Orlando International Airport On September 24 2019 the Construction Committee approved Addendum No107 to the above-referenced agreement in the amount of $24677100 for ConstructionPhase OAR Services Since that time a no-cost staffing change is being requested to replace the JMATT Construction Services LLC Senior Inspector who is stillengaged on another project with an A2 Group Inc Inspector and a Geotech Consultants International Inc dba GCI Inc Senior Inspector as furthered described in the Consultantrsquos proposal

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contractrsquos MWBELDBVBE specifications and determined that the proposed no-cost staffing change includes a reduction to JMATT Construction Services LLC (MWBE)in the amount of ($5355000) and an add to A2 Group Inc (DBE) in the amount of$2100000 resulting in an overall 28 MWBE participation for this Addendum No 107 and Amendment Nos 1 and 2

Vice Chair Sharman asked if Geotech Consultants International Inc dba GCI Inc was switching subconsultants Mr Sorondo answered yes

Minutes of the Construction Committee Meeting February 18 2020 Page 33 of 39

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 107 to the Continuing Program and Project Management Services (OARPrime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for No-Cost Staffing Change for the Construction Phase OAR Services for BP-00482 Gate E-50 and Checkpoint Charlie Development there is no fiscal impact associatedwith this item

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN AMENDMENT TO PURCHASING CONTRACT 01-20 PERSONNEL SCREENING SERVICES WITH COVENANT AVIATION SECURITY AT THE ORLANDO INTERNATIONAL AIRPORT 6 Mr Shedek presented the memorandum dated February 18 2020 for Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC at the Orlando International Airport On January 7 2020 the Construction Committee approved Agenda Item No 11 for anAmendment to Purchasing Contract 01-20 Personnel Screening Services with CovenantAviation Security LLC for Personnel Screening Services on BP-00491 West Security Screening Checkpoint Expansion - Package 2 for a total not-to-exceed expense amountof $200000 with funding from project funds (ie previously-approved CapitalExpenditure Funds and General Airport Revenue Bonds) Since then it has been determined that these services will not be required

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC there is no fiscal impact associatedwith this item

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR E-00264 NORTH PARK PLACE LIGHT POLE REPLACEMENT AT THE ORLANDO INTERNATIONAL AIRPORT 7 Mr Graham presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for E-00264 North Park Place Light PoleReplacement at the Orlando International Airport The scope of the project is toremove and replace 49 parking lot light poles located in the North Park Place parkinglot re-install the existing light fixtures and provide ancillary replacement parts as necessary at the Orlando International Airport

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 42 MWBE participation on this Addendum

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for E-00264 North Park Place Light Pole Replacement for the total not-to-exceed fee amount of $2396100 with funding from previously-approved Discretionary Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 34 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE TICKET LOBBY MODIFICATIONS ANDIMPROVEMENTS AGREEMENT WITH CT HSU amp ASSOCIATES PA FOR CONSTRUCTION ADMINISTRATION SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 8 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from CT Hsu amp Associates PA dated January 30 2020 to provide Construction Administration Services for V-00906 West Checkpoint Video Walls a the Orlando International Airport Services will include CA services shop drawing review and coordination for the installation of the four LED video walls under the Chilirsquos Restaurant at the West Security Checkpoint A and B Sides

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that CT Hsu ampAssociates PA proposes 604 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Ticket Lobby Modifications and Improvements Agreement with CT Hsuamp Associates PA for Construction Administration Services for V-00906 West Checkpoint Video Walls for the total amount of $5624000 which includes the not-to-exceed fee amount of $5511700 and the not-to-exceed reimbursable expense amount of $112300 with funding from previously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 9 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for the above referenced project This project provides two large and two small Video Walls in the West Checkpoint area ofthe Great Hall on Landside Level 3

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 694 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for Construction Phase OAR Services for V-00906 West Checkpoint Video Walls for the total not-to-exceed fee amount of $4771500 with funding from previously-approved Capital Expenditure Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 35 of 39

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 19 TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT (OAR PRIME ENTITY) SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC TO PROVIDE ADDITIONAL CONSTRUCTION PHASE OAR SERVICES FOR V-00933 PODS A AND B FLOOR REPAIR AT THE ORLANDO INTERNATIONAL AIRPORT 10 Mr Willems presented the memorandum dated February 18 2020 along with aproposal from AECOM Technical Services Inc dated January 23 2020 to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair at the Orlando International Airport On November 19 2019 the Construction Committee approved Addendum No 19 in the amount of $714400 to the above-referencedagreement Since that time it has been determined that additional Construction Phase OAR Services are required as furthered described in the Consultantrsquos proposal dated January 23 2020

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the required services AECOM Technical Services Inc does not propose any MWBE LDB or VBE participation on this Amendment

Mr Patterson asked if this work will be ending next week Mr Willems answered yes

Mr Patterson stated that the timing of the work needed to be coordinated withOperations to avoid the holiday rush Mr Ruohomaki stated that due to these timingissues the OAR (AECOM Technical Services Inc) needs additional time to continue providing OAR Services on the project through close-out

Vice Chair Sharman asked if RW Block Consulting Inc had any outstanding issues with this request Ms Rainey responded that a change order on V-00933 requestinga time extension has not been received Mr Willems stated that the Contractor has not yet requested additional time but that a change order can be submitted to asubsequent Construction Committee Meeting Vice Chair Sharman asked if RW Block Consulting Inc would be amenable to this request once the change order is receivedMs Rainey answered yes [Subsequent to the Construction Committee meeting following review by the Contractor and OAR it was determined that a time extension change order would not be required RW Block Consulting Inc finds this item acceptable]

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 19 to the Continuing Program and Project Management (OAR Prime Entity) Services Agreement with AECOM Technical Services Inc to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair for thetotal not-to-exceed fee amount of $676800 with funding from previously-approvedOperation and Maintenance Funds

REQUEST FOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH HW DAVIS CONSTRUCTION INC FORV-00957 REPAIR SUB-CANOPIES LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 11 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from HW Davis Construction Inc dated October 23 2019 for V-00957Repair Sub-Canopies Level 3 A and B Enplane Drive at the Orlando InternationalAirport Project scope is to provide all labor equipment and materials to fabricatedeliver and install new fabric cover strips at diagonal steel braces at the sub-canopies rain protection covers at nine canopy locations and repair two separatedcable pockets at Canopy Nos 6 and 16 at the Orlando International Airport The duration of the project is 30 calendar days for Substantial Completion and 30

Minutes of the Construction Committee Meeting February 18 2020 Page 36 of 39

calendar days for Final Completion with a contemplated Notice to Proceed (NTP) date of February 24 2020

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that due to the limited scope of the required services HW Davis Construction Inc does notpropose any MWBELDBVBE participation on this Job Order Construction Services Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve a JobOrder Construction Services Addendum to the Continuing Vertical Construction Services Agreement with HW Davis Construction Inc for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total direct-negotiated amount of $3573300 andwaive the requirement for Performance and Payment Bonds with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR V-00957 REPAIR SUB-CANOPIES AT LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 12 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated January 31 2020 is to provide Construction Phase OAR Services on the above-referenced project

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the services to be provided Geotech Consultants International Inc dba GCI Inc does not propose any MWBELDBVBE participation on this Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total not-to-exceed fee amount of $290700 with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH GOMEZ CONSTRUCTION COMPANY FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) AT THE ORLANDO INTERNATIONAL AIRPORT 13 This item was deferred

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) ATTHE ORLANDO INTERNATIONAL AIRPORT 14 This item was deferred

Minutes of the Construction Committee Meeting February 18 2020 Page 37 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING ENVIRONMENTAL ENGINEERING CONSULTANT SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC FOR INSTALLATIONOF NEW MONITORING WELLS IMPLEMENTATION OF ONE SEMI-ANNUAL POST-ACTIVE REMEDIATIONMONITORING (PARM) AND PREPARATION OF ONE PARM REPORT AT THE FORMER DAYRON FACILITYFOR W-00072 OEA REMEDIATION OF DAYRON PLUME AT THE ORLANDO EXECUTIVE AIRPORT 15 Mr Carrington presented the memorandum dated February 18 2020 along with a proposal from AECOM Technical Services Inc dated February 10 2020 to provide for the installation of eleven new monitoring wells implementation of one semi-annual groundwater Post-Active Remediation Monitoring (PARM) and the preparation and submission of one PARM report at the former Dayron Facility at the OrlandoExecutive Airport The one semi-annual PARM monitoring event to be performed in late March or early April 2020

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that AECOM Technical Services Inc proposes 331 MWBE and 80 LDB participation on this Addendum

Mr Ruohomaki asked if this was in pursuit of a NFA designation (No Further Action)Mr Carrington answered yes

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve an Addendum to the Continuing Environmental Engineering Consultant Services Agreement with AECOMTechnical Services Inc for Installation of New Monitoring Wells Implementation of One Semi-Annual Post-Active Remediation Monitoring (PARM) and Preparation of One PARM Report at the Former Dayron Facility for W-00072 OEA Remediation of DayronPlume at the Orlando Executive Airport for the total amount of $7150000 which includes the not-to-exceed fee amount of $4112700 and the not-to-exceed reimbursable expense amount of $3037300 with funding from OEA Environmental Liability Funds

REQUEST FOR RECOMMENDATION OF APPROVAL OF NO-COST ADDENDA TO THE CONTINUING TRANSPORTATION PLANNING CONSULTING SERVICES AGREEMENTS TO EXERCISE THE SECOND AND FINAL ONE-YEAR RENEWAL OPTION 16 Ms Anderson presented the memorandum dated February 18 2020 requesting the recommendation of approval of No-Cost Addenda to the Continuing Transportation Planning Consulting Services Agreements to exercise the second and final one-year renewal option In June 2016 the Aviation Authority Board approved ContinuingTransportation Planning Consulting Services Agreement with the below firms Theprovisions in the agreement include a base three-year term with two subsequent optional one-year renewal periods upon mutual agreement of the parties

Each firmrsquos first one-year renewal expires as follows

Firm Expiration Date HNTB Corporation July 26 2020 HDR Engineering Inc September 12 2020

In order to maintain these services on an as-needed basis for routine operations staff requires the services of the above-referenced firms The firms were requested to provide their concurrence to exercise the second and final one-year renewal option

Upon motion of Mr Patterson second by Mr Hunt vote carried to recommend to theAviation Authority Board approval of No-Cost Addenda to the Continuing Transportation

Minutes of the Construction Committee Meeting February 18 2020 Page 38 of 39

Planning Consulting Services Agreements to Exercise the Second and Final One-Year Renewal Option there is no fiscal impact associated with this item

REQUEST FOR APPROVAL OF CONTRACTORrsquoS FINAL PAYMENT TO HL PRUITT CORPORATION FOR E-00212 INVENTORY AND MARKING OF AIRFIELD LIGHTING AT THE ORLANDO INTERNATIONALAIRPORT 17 Mr Patterson presented the memorandum dated February 18 2020 requesting the Contractorrsquos Final Payment to HL Pruitt Corporation for E-00212 Inventory andMarking of Airfield Lighting at the Orlando International Airport The Construction Contract for the referenced project has been completed and all issues involving the Contractor have been addressed and resolved

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve theContractorrsquos Final Payment Authorization to HL Pruitt Corporation for E-00212Inventory and marking of Airfield Lighting at the Orlando International Airport

INFORMATION ITEMS

18 The following items were presented for information only

A Field Change Order (FCO) Log

B Revised Supporting Documentation for Change Order PS-00329-11 Parking Access and Revenue Control System (PARCS) Replacement at The OrlandoInternational Airport [From Construction Committee on July 30 2019 ItemNo 1-F] [The Construction Committee determined that this information item should be converted to an action item and it was motioned with Item No 2-B]

C Revised Coversheet for Hensel Phelps Construction to issue a SubcontractModification to Inland Construction and Engineering Inc for BP-S00144South Terminal C Phase 1 - Airside Enclosure amp Exterior Finishes (GMPNo 6-S2) at The Orlando International Airport [From ConstructionCommittee on November 26 2019 Item No 2-D]

D Additional Supporting Documentation for Request for Recommendation ofApproval of an Amendment to Addendum No 7 to the Construction Management at Risk (CMR) Entity Services for the South Terminal C Phase 1 (STC-P1)Agreement with Turner-Kiewit Joint Venture for BP-S00150 South TerminalC Phase 1 ndash Parking Facility (GMP 9-S) at The Orlando International Airport [From Construction Committee on December 17 2019 Item No 5]

E Revised Coversheet for Request for Approval of an Addendum to the Technology and Multi-Media Specialty Engineer for the South Terminal CPhase 1 Agreement with Burns Engineering Inc for Design Services related to Customs Border and Patrol (CBP) final review for W-S00113 South Terminal C Phase 1 ndash Experiential Media Environment (EME) at The OrlandoInternational Airport [From Construction Committee on February 4 2020Item No 10]

F Office of Small Business Participation Memorandum for the Request forRecommendation of Approval of the FFampE and IT Estimate Procurement Plan and Process for Updating the Construction Committee for W-S00145 SouthTerminal C Phase 1 and Phase 1X (STC-P1 and P1X) Owner Furnished FFampE and IT Items at The Orlando International Airport [From ConstructionCommittee on February 4 2020 Item No 11]

______________________________

Minutes of the Construction Committee Meeting February 18 2020 Page 39 of 39

ADJOURNMENT

19 There being no further business for discussion the meeting was adjourned at 910 am

Kathleen Sharman Vice Chair Construction Committee Chief Financial Officer

Page 27: On TUESDAY, FEBRUARY 18, 2020 , the CONSTRUCTION … · Mike Patterson, Director of Construction . Gary Hunt, Director of Maintenance . ... Steve Pue, GOAA Maintenance . Vendla Davermann,

Minutes of the Construction Committee Meeting February 18 2020 Page 27 of 39

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $563200with funding from Passenger Facility Charges and General Airport Revenue Bonds

W Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0710-LST-RFI 1727-AC Humidifiers Missing Domestic Chilled Water (DCW) Piping Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $446500 to Kirlin Florida LLC for CR0710-LST-RFI 1727-AC Humidifiers Missing Domestic Chilled Water (DCW) Piping Bid Package BP 2300 ldquoPlumbing andHVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal lump sum amount of $446500 for CR0710-LST-RFI 1727-AC humidifiersmissing DCW pipe The modified scope of work consists of additional domesticcold-water connections and piping for the AC units with humidifiers

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 1727

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the lump sum amount of $ 446500 Deduct from CMAR Phase 1 Contingency $ (324700) Deduct from CMAR Phase 1X Contingency $ (121800)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Ventures committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-MWBELDBVBE) There is no small business participation associated with this modification

Minutes of the Construction Committee Meeting February 18 2020 Page 28 of 39

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $446500with funding from Passenger Facility Charges and General Airport Revenue Bonds

X Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0753-LST-RFI 2368-Duct Blanket R-Value 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-S3) at the OrlandoInternational Airport in the total deductive amount of ($6747700) to Kirlin Florida LLC for CR0753-LST-RFI 2368-Duct Blanket R-Value Bid Package BP 2300 Plumbing and HVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No 2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal deductive lump sum amount of ($6747700) for CR0753-LST-RFI 2368-DuctBlanket R-Value The modified scope of work consists of all additions anddeductions associated with the use of a 233-inch-thick 34-lbcu mineralfiberglass blanket instead of the specified 2-inch thick 15-lbcu mineralfiberglass blanket on HVAC duct systems per RFI 2368

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 2368

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the deductive lump sum amount of $ (6747700) Add to P1 Owner Contingency $ 4907600 Add to P1X Owner Contingency $ 1840100

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-DBEMWBELDBVBE) There is a reduction of 100 DBE participationassociated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin

Minutes of the Construction Committee Meeting February 18 2020 Page 29 of 39

Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total deductive lump sum amount of($6747700) with funding credited to Passenger Facility Charges and GeneralAirport Revenue Bonds

Y Subcontractor Modifications for BP-S00173 (GMP No 7-S3) with MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Mr Guirges presented the memorandum requesting approval forTurner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $985400 to MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Bid Package BP 2600 Electrical waspreviously awarded within GMP No 7-S3 to MC Dean Inc CC No 2018100211

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $575400 for CR06161-LST RFI 2611-Missing PACSEnclosures RFI 2611 requested information regarding routing of PACS (Physical Access Control System) door panels to IDF rooms innear US Customs and Border Protection (CBP) spaces The modified scope of work consists of all labor material and equipment associated with the addition of power for (11) PACS enclosures as captured in RFI 2611

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $410000 for CR0692-LST-Bulletin 31-Electrical Themodified scope of work consists of all costs associated with the confirmed Electrical panel additions per new circuit descriptions andload updates

The approval of these subcontract modifications to MC Dean Inc as proposedin CR06161-LST RFI 2611-Missing PACS Enclosures resolves all requests forcosts and time associated with LST RFI 2611 for GMP No 7-S3 Electrical CR0616 CC No 20191217-3-1 resolved all cost and time for GMP No 7-S1 LowVoltage There will be no forthcoming CRs for RFI 2611

The approval of this subcontract modification as proposed to MC Dean inCR0692-LST-Bulletin 31-Electrical Inc resolves all requests for costs andtime associated with LST Bulletin 31 Electrical scope A CR for GMP No 7-S1Low voltage scope is forthcoming

TKJV has submitted documentation including the subcontractors 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 for CR06161 to MC Dean Inc in the lump sum amount of $ 575400 TKJV to issue a subcontract modification for CR0692 to MC Dean Inc in the lump sum amount of $ 410000 Deduct from PI Owner Contingency $ (985400)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on

Minutes of the Construction Committee Meeting February 18 2020 Page 30 of 39

BP-S00173 (GMP No 7-S3) for this subcontract modification is MC Dean Inc(Non-DBE) There is no small business participation associated with thismodification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue Subcontractor Modifications to MC Dean Inc on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $985400 withfunding from General Airport Revenue Bonds

Z Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0662-AFC-Power and Laydown Yard to QC Lab Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $2817800 to Kiewit Infrastructure South Cofor CR0662-AFC-Power and Laydown Yard to QC Lab Bid Package 34101 Site Electrical and Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $2817800 for CR0662-AFC-Power and Laydown Yard to QC Lab The scope of work consists of all labor material and equipmentrequired to install the power to the Quality Control (QC) lab located off Wiley Road from the Security Check Point and construct a lay-downparking areaat the QC lab and subsequently remove it when the lab is no longer needed The dimensions for the base material needed for the lay-downparking area are 50-foot by 50-foot next to the lab and 12-foot by 30-foot in front of the lab

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Power and Laydown Yard to QC Lab scope of work

TKJV has submitted documentation including the subcontractors 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 Kiewit Infrastructure South Co in the lump sum amount of $ 2817800 Deduct from P1 Owner Contingency $ (1551700) Deduct from P1X Owner Contingency $ (1266100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Minutes of the Construction Committee Meeting February 18 2020 Page 31 of 39

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $2817800 with fundingfrom General Airport Revenue Bonds

AA Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0672-AFC-Test Pit Remediation Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $6069900 to Kiewit Infrastructure South Co forCR0672-AFC-Asphalt Millings Shortage Bid Package 34101 Site Electricaland Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $6069900 for CR0672-AFC-Asphalt MillingsShortage The modified scope of work consists of all costs associated withasphalt milling RAP (Reclaimed Asphalt Pavement) for use on crane pads accessroad and pedestrian paths as tracked by the time and material (TampM) tickets

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Asphalt Millings Shortage

TKJV has submitted documentation including the subcontractors proposal to support their request An independent cost review 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 Kiewit Infrastructure South Co in the lump sum amount of $ 6069900 Deduct from P1 Owner Contingency $ (2724800) Deduct from P1X Owner Contingency $ (3345100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is 87 LDB participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $6069900 with fundingfrom General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 32 of 39

GENERAL

REQUEST FOR APPROVAL TO REIMBURSE THE HYATT FOR WORK PERFORMED DURING BP-00474HYATT REGENCY GUEST ROOMCORRIDOR RENOVATION AT THE ORLANDO INTERNATIONAL AIRPORT 4 Ms Grant presented the memorandum dated February 18 2020 along with aninvoice from Hyatt Regency dated September 30 2019 for BP-00474 Hyatt GuestRoomCorridor Renovation at the Orlando International Airport The invoice is to provide reimbursement for emergency work to clean the 7th Floor after a sprinkler activation repair cut phone lines in several rooms and clean rooms for turnover which was not completed by the General Contractor (GC) in time to turn over thoserooms

If approved this reimbursement would be effective February 18 2020

Ms Schneider asked if the contractor was back-billed for this Mr Ruohomaki answered no that this is a negotiated settlement Vice Chair Sharman stated that this was done to finish the renovations and open the areas earlier which was in the best interest of the Aviation Authority

Vice Chair Sharman asked if R W Block Consulting Inc had reviewed the invoiceand will sign-off on it Mr Kurek answered yes it will be signed

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve to Reimbursethe Hyatt Regency for Work performed during BP-00474 Hyatt Guest RoomCorridor Renovation for the total lump sum fee amount of $926994 with funding frompreviously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 107 TO THE CONTINUING PROGRAMAND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR A NO-COST STAFFING CHANGE FOR THE CONSTRUCTION PHASE OAR SERVICES FOR BP-00482 GATE E-50 AND CHECKPOINT CHARLIE DEVELOPMENT ATTHE ORLANDO INTERNATIONAL AIRPORT 5 Mr Sorondo presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 5 2020 for a No-Cost Staffing Change for the Construction Phase OAR Services forBP-00482 Gate E-50 and Checkpoint Charlie Development at the Orlando International Airport On September 24 2019 the Construction Committee approved Addendum No107 to the above-referenced agreement in the amount of $24677100 for ConstructionPhase OAR Services Since that time a no-cost staffing change is being requested to replace the JMATT Construction Services LLC Senior Inspector who is stillengaged on another project with an A2 Group Inc Inspector and a Geotech Consultants International Inc dba GCI Inc Senior Inspector as furthered described in the Consultantrsquos proposal

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contractrsquos MWBELDBVBE specifications and determined that the proposed no-cost staffing change includes a reduction to JMATT Construction Services LLC (MWBE)in the amount of ($5355000) and an add to A2 Group Inc (DBE) in the amount of$2100000 resulting in an overall 28 MWBE participation for this Addendum No 107 and Amendment Nos 1 and 2

Vice Chair Sharman asked if Geotech Consultants International Inc dba GCI Inc was switching subconsultants Mr Sorondo answered yes

Minutes of the Construction Committee Meeting February 18 2020 Page 33 of 39

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 107 to the Continuing Program and Project Management Services (OARPrime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for No-Cost Staffing Change for the Construction Phase OAR Services for BP-00482 Gate E-50 and Checkpoint Charlie Development there is no fiscal impact associatedwith this item

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN AMENDMENT TO PURCHASING CONTRACT 01-20 PERSONNEL SCREENING SERVICES WITH COVENANT AVIATION SECURITY AT THE ORLANDO INTERNATIONAL AIRPORT 6 Mr Shedek presented the memorandum dated February 18 2020 for Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC at the Orlando International Airport On January 7 2020 the Construction Committee approved Agenda Item No 11 for anAmendment to Purchasing Contract 01-20 Personnel Screening Services with CovenantAviation Security LLC for Personnel Screening Services on BP-00491 West Security Screening Checkpoint Expansion - Package 2 for a total not-to-exceed expense amountof $200000 with funding from project funds (ie previously-approved CapitalExpenditure Funds and General Airport Revenue Bonds) Since then it has been determined that these services will not be required

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC there is no fiscal impact associatedwith this item

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR E-00264 NORTH PARK PLACE LIGHT POLE REPLACEMENT AT THE ORLANDO INTERNATIONAL AIRPORT 7 Mr Graham presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for E-00264 North Park Place Light PoleReplacement at the Orlando International Airport The scope of the project is toremove and replace 49 parking lot light poles located in the North Park Place parkinglot re-install the existing light fixtures and provide ancillary replacement parts as necessary at the Orlando International Airport

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 42 MWBE participation on this Addendum

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for E-00264 North Park Place Light Pole Replacement for the total not-to-exceed fee amount of $2396100 with funding from previously-approved Discretionary Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 34 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE TICKET LOBBY MODIFICATIONS ANDIMPROVEMENTS AGREEMENT WITH CT HSU amp ASSOCIATES PA FOR CONSTRUCTION ADMINISTRATION SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 8 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from CT Hsu amp Associates PA dated January 30 2020 to provide Construction Administration Services for V-00906 West Checkpoint Video Walls a the Orlando International Airport Services will include CA services shop drawing review and coordination for the installation of the four LED video walls under the Chilirsquos Restaurant at the West Security Checkpoint A and B Sides

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that CT Hsu ampAssociates PA proposes 604 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Ticket Lobby Modifications and Improvements Agreement with CT Hsuamp Associates PA for Construction Administration Services for V-00906 West Checkpoint Video Walls for the total amount of $5624000 which includes the not-to-exceed fee amount of $5511700 and the not-to-exceed reimbursable expense amount of $112300 with funding from previously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 9 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for the above referenced project This project provides two large and two small Video Walls in the West Checkpoint area ofthe Great Hall on Landside Level 3

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 694 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for Construction Phase OAR Services for V-00906 West Checkpoint Video Walls for the total not-to-exceed fee amount of $4771500 with funding from previously-approved Capital Expenditure Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 35 of 39

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 19 TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT (OAR PRIME ENTITY) SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC TO PROVIDE ADDITIONAL CONSTRUCTION PHASE OAR SERVICES FOR V-00933 PODS A AND B FLOOR REPAIR AT THE ORLANDO INTERNATIONAL AIRPORT 10 Mr Willems presented the memorandum dated February 18 2020 along with aproposal from AECOM Technical Services Inc dated January 23 2020 to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair at the Orlando International Airport On November 19 2019 the Construction Committee approved Addendum No 19 in the amount of $714400 to the above-referencedagreement Since that time it has been determined that additional Construction Phase OAR Services are required as furthered described in the Consultantrsquos proposal dated January 23 2020

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the required services AECOM Technical Services Inc does not propose any MWBE LDB or VBE participation on this Amendment

Mr Patterson asked if this work will be ending next week Mr Willems answered yes

Mr Patterson stated that the timing of the work needed to be coordinated withOperations to avoid the holiday rush Mr Ruohomaki stated that due to these timingissues the OAR (AECOM Technical Services Inc) needs additional time to continue providing OAR Services on the project through close-out

Vice Chair Sharman asked if RW Block Consulting Inc had any outstanding issues with this request Ms Rainey responded that a change order on V-00933 requestinga time extension has not been received Mr Willems stated that the Contractor has not yet requested additional time but that a change order can be submitted to asubsequent Construction Committee Meeting Vice Chair Sharman asked if RW Block Consulting Inc would be amenable to this request once the change order is receivedMs Rainey answered yes [Subsequent to the Construction Committee meeting following review by the Contractor and OAR it was determined that a time extension change order would not be required RW Block Consulting Inc finds this item acceptable]

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 19 to the Continuing Program and Project Management (OAR Prime Entity) Services Agreement with AECOM Technical Services Inc to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair for thetotal not-to-exceed fee amount of $676800 with funding from previously-approvedOperation and Maintenance Funds

REQUEST FOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH HW DAVIS CONSTRUCTION INC FORV-00957 REPAIR SUB-CANOPIES LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 11 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from HW Davis Construction Inc dated October 23 2019 for V-00957Repair Sub-Canopies Level 3 A and B Enplane Drive at the Orlando InternationalAirport Project scope is to provide all labor equipment and materials to fabricatedeliver and install new fabric cover strips at diagonal steel braces at the sub-canopies rain protection covers at nine canopy locations and repair two separatedcable pockets at Canopy Nos 6 and 16 at the Orlando International Airport The duration of the project is 30 calendar days for Substantial Completion and 30

Minutes of the Construction Committee Meeting February 18 2020 Page 36 of 39

calendar days for Final Completion with a contemplated Notice to Proceed (NTP) date of February 24 2020

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that due to the limited scope of the required services HW Davis Construction Inc does notpropose any MWBELDBVBE participation on this Job Order Construction Services Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve a JobOrder Construction Services Addendum to the Continuing Vertical Construction Services Agreement with HW Davis Construction Inc for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total direct-negotiated amount of $3573300 andwaive the requirement for Performance and Payment Bonds with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR V-00957 REPAIR SUB-CANOPIES AT LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 12 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated January 31 2020 is to provide Construction Phase OAR Services on the above-referenced project

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the services to be provided Geotech Consultants International Inc dba GCI Inc does not propose any MWBELDBVBE participation on this Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total not-to-exceed fee amount of $290700 with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH GOMEZ CONSTRUCTION COMPANY FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) AT THE ORLANDO INTERNATIONAL AIRPORT 13 This item was deferred

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) ATTHE ORLANDO INTERNATIONAL AIRPORT 14 This item was deferred

Minutes of the Construction Committee Meeting February 18 2020 Page 37 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING ENVIRONMENTAL ENGINEERING CONSULTANT SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC FOR INSTALLATIONOF NEW MONITORING WELLS IMPLEMENTATION OF ONE SEMI-ANNUAL POST-ACTIVE REMEDIATIONMONITORING (PARM) AND PREPARATION OF ONE PARM REPORT AT THE FORMER DAYRON FACILITYFOR W-00072 OEA REMEDIATION OF DAYRON PLUME AT THE ORLANDO EXECUTIVE AIRPORT 15 Mr Carrington presented the memorandum dated February 18 2020 along with a proposal from AECOM Technical Services Inc dated February 10 2020 to provide for the installation of eleven new monitoring wells implementation of one semi-annual groundwater Post-Active Remediation Monitoring (PARM) and the preparation and submission of one PARM report at the former Dayron Facility at the OrlandoExecutive Airport The one semi-annual PARM monitoring event to be performed in late March or early April 2020

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that AECOM Technical Services Inc proposes 331 MWBE and 80 LDB participation on this Addendum

Mr Ruohomaki asked if this was in pursuit of a NFA designation (No Further Action)Mr Carrington answered yes

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve an Addendum to the Continuing Environmental Engineering Consultant Services Agreement with AECOMTechnical Services Inc for Installation of New Monitoring Wells Implementation of One Semi-Annual Post-Active Remediation Monitoring (PARM) and Preparation of One PARM Report at the Former Dayron Facility for W-00072 OEA Remediation of DayronPlume at the Orlando Executive Airport for the total amount of $7150000 which includes the not-to-exceed fee amount of $4112700 and the not-to-exceed reimbursable expense amount of $3037300 with funding from OEA Environmental Liability Funds

REQUEST FOR RECOMMENDATION OF APPROVAL OF NO-COST ADDENDA TO THE CONTINUING TRANSPORTATION PLANNING CONSULTING SERVICES AGREEMENTS TO EXERCISE THE SECOND AND FINAL ONE-YEAR RENEWAL OPTION 16 Ms Anderson presented the memorandum dated February 18 2020 requesting the recommendation of approval of No-Cost Addenda to the Continuing Transportation Planning Consulting Services Agreements to exercise the second and final one-year renewal option In June 2016 the Aviation Authority Board approved ContinuingTransportation Planning Consulting Services Agreement with the below firms Theprovisions in the agreement include a base three-year term with two subsequent optional one-year renewal periods upon mutual agreement of the parties

Each firmrsquos first one-year renewal expires as follows

Firm Expiration Date HNTB Corporation July 26 2020 HDR Engineering Inc September 12 2020

In order to maintain these services on an as-needed basis for routine operations staff requires the services of the above-referenced firms The firms were requested to provide their concurrence to exercise the second and final one-year renewal option

Upon motion of Mr Patterson second by Mr Hunt vote carried to recommend to theAviation Authority Board approval of No-Cost Addenda to the Continuing Transportation

Minutes of the Construction Committee Meeting February 18 2020 Page 38 of 39

Planning Consulting Services Agreements to Exercise the Second and Final One-Year Renewal Option there is no fiscal impact associated with this item

REQUEST FOR APPROVAL OF CONTRACTORrsquoS FINAL PAYMENT TO HL PRUITT CORPORATION FOR E-00212 INVENTORY AND MARKING OF AIRFIELD LIGHTING AT THE ORLANDO INTERNATIONALAIRPORT 17 Mr Patterson presented the memorandum dated February 18 2020 requesting the Contractorrsquos Final Payment to HL Pruitt Corporation for E-00212 Inventory andMarking of Airfield Lighting at the Orlando International Airport The Construction Contract for the referenced project has been completed and all issues involving the Contractor have been addressed and resolved

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve theContractorrsquos Final Payment Authorization to HL Pruitt Corporation for E-00212Inventory and marking of Airfield Lighting at the Orlando International Airport

INFORMATION ITEMS

18 The following items were presented for information only

A Field Change Order (FCO) Log

B Revised Supporting Documentation for Change Order PS-00329-11 Parking Access and Revenue Control System (PARCS) Replacement at The OrlandoInternational Airport [From Construction Committee on July 30 2019 ItemNo 1-F] [The Construction Committee determined that this information item should be converted to an action item and it was motioned with Item No 2-B]

C Revised Coversheet for Hensel Phelps Construction to issue a SubcontractModification to Inland Construction and Engineering Inc for BP-S00144South Terminal C Phase 1 - Airside Enclosure amp Exterior Finishes (GMPNo 6-S2) at The Orlando International Airport [From ConstructionCommittee on November 26 2019 Item No 2-D]

D Additional Supporting Documentation for Request for Recommendation ofApproval of an Amendment to Addendum No 7 to the Construction Management at Risk (CMR) Entity Services for the South Terminal C Phase 1 (STC-P1)Agreement with Turner-Kiewit Joint Venture for BP-S00150 South TerminalC Phase 1 ndash Parking Facility (GMP 9-S) at The Orlando International Airport [From Construction Committee on December 17 2019 Item No 5]

E Revised Coversheet for Request for Approval of an Addendum to the Technology and Multi-Media Specialty Engineer for the South Terminal CPhase 1 Agreement with Burns Engineering Inc for Design Services related to Customs Border and Patrol (CBP) final review for W-S00113 South Terminal C Phase 1 ndash Experiential Media Environment (EME) at The OrlandoInternational Airport [From Construction Committee on February 4 2020Item No 10]

F Office of Small Business Participation Memorandum for the Request forRecommendation of Approval of the FFampE and IT Estimate Procurement Plan and Process for Updating the Construction Committee for W-S00145 SouthTerminal C Phase 1 and Phase 1X (STC-P1 and P1X) Owner Furnished FFampE and IT Items at The Orlando International Airport [From ConstructionCommittee on February 4 2020 Item No 11]

______________________________

Minutes of the Construction Committee Meeting February 18 2020 Page 39 of 39

ADJOURNMENT

19 There being no further business for discussion the meeting was adjourned at 910 am

Kathleen Sharman Vice Chair Construction Committee Chief Financial Officer

Page 28: On TUESDAY, FEBRUARY 18, 2020 , the CONSTRUCTION … · Mike Patterson, Director of Construction . Gary Hunt, Director of Maintenance . ... Steve Pue, GOAA Maintenance . Vendla Davermann,

Minutes of the Construction Committee Meeting February 18 2020 Page 28 of 39

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $446500with funding from Passenger Facility Charges and General Airport Revenue Bonds

X Subcontractor Modification for BP-S00173 (GMP No 7-S3) with Kirlin Florida LLC for CR0753-LST-RFI 2368-Duct Blanket R-Value 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-S3) at the OrlandoInternational Airport in the total deductive amount of ($6747700) to Kirlin Florida LLC for CR0753-LST-RFI 2368-Duct Blanket R-Value Bid Package BP 2300 Plumbing and HVAC was previously awarded via CR0239 to Kirlin Florida LLC CC No 2019020502H

TKJV is proposing a subcontract modification to Kirlin Florida LLC in thetotal deductive lump sum amount of ($6747700) for CR0753-LST-RFI 2368-DuctBlanket R-Value The modified scope of work consists of all additions anddeductions associated with the use of a 233-inch-thick 34-lbcu mineralfiberglass blanket instead of the specified 2-inch thick 15-lbcu mineralfiberglass blanket on HVAC duct systems per RFI 2368

The approval of this subcontract modification to Kirlin Florida LLC resolves all requests for cost and time associated with RFI 2368

TKJV has submitted documentation including the subcontractors 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 Kirlin Florida LLC in the deductive lump sum amount of $ (6747700) Add to P1 Owner Contingency $ 4907600 Add to P1X Owner Contingency $ 1840100

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on BP-S00173 (GMP No 7-S3) for this subcontract modification is Kirlin Florida LLC (Non-DBEMWBELDBVBE) There is a reduction of 100 DBE participationassociated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kirlin

Minutes of the Construction Committee Meeting February 18 2020 Page 29 of 39

Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total deductive lump sum amount of($6747700) with funding credited to Passenger Facility Charges and GeneralAirport Revenue Bonds

Y Subcontractor Modifications for BP-S00173 (GMP No 7-S3) with MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Mr Guirges presented the memorandum requesting approval forTurner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $985400 to MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Bid Package BP 2600 Electrical waspreviously awarded within GMP No 7-S3 to MC Dean Inc CC No 2018100211

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $575400 for CR06161-LST RFI 2611-Missing PACSEnclosures RFI 2611 requested information regarding routing of PACS (Physical Access Control System) door panels to IDF rooms innear US Customs and Border Protection (CBP) spaces The modified scope of work consists of all labor material and equipment associated with the addition of power for (11) PACS enclosures as captured in RFI 2611

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $410000 for CR0692-LST-Bulletin 31-Electrical Themodified scope of work consists of all costs associated with the confirmed Electrical panel additions per new circuit descriptions andload updates

The approval of these subcontract modifications to MC Dean Inc as proposedin CR06161-LST RFI 2611-Missing PACS Enclosures resolves all requests forcosts and time associated with LST RFI 2611 for GMP No 7-S3 Electrical CR0616 CC No 20191217-3-1 resolved all cost and time for GMP No 7-S1 LowVoltage There will be no forthcoming CRs for RFI 2611

The approval of this subcontract modification as proposed to MC Dean inCR0692-LST-Bulletin 31-Electrical Inc resolves all requests for costs andtime associated with LST Bulletin 31 Electrical scope A CR for GMP No 7-S1Low voltage scope is forthcoming

TKJV has submitted documentation including the subcontractors 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 for CR06161 to MC Dean Inc in the lump sum amount of $ 575400 TKJV to issue a subcontract modification for CR0692 to MC Dean Inc in the lump sum amount of $ 410000 Deduct from PI Owner Contingency $ (985400)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on

Minutes of the Construction Committee Meeting February 18 2020 Page 30 of 39

BP-S00173 (GMP No 7-S3) for this subcontract modification is MC Dean Inc(Non-DBE) There is no small business participation associated with thismodification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue Subcontractor Modifications to MC Dean Inc on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $985400 withfunding from General Airport Revenue Bonds

Z Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0662-AFC-Power and Laydown Yard to QC Lab Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $2817800 to Kiewit Infrastructure South Cofor CR0662-AFC-Power and Laydown Yard to QC Lab Bid Package 34101 Site Electrical and Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $2817800 for CR0662-AFC-Power and Laydown Yard to QC Lab The scope of work consists of all labor material and equipmentrequired to install the power to the Quality Control (QC) lab located off Wiley Road from the Security Check Point and construct a lay-downparking areaat the QC lab and subsequently remove it when the lab is no longer needed The dimensions for the base material needed for the lay-downparking area are 50-foot by 50-foot next to the lab and 12-foot by 30-foot in front of the lab

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Power and Laydown Yard to QC Lab scope of work

TKJV has submitted documentation including the subcontractors 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 Kiewit Infrastructure South Co in the lump sum amount of $ 2817800 Deduct from P1 Owner Contingency $ (1551700) Deduct from P1X Owner Contingency $ (1266100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Minutes of the Construction Committee Meeting February 18 2020 Page 31 of 39

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $2817800 with fundingfrom General Airport Revenue Bonds

AA Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0672-AFC-Test Pit Remediation Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $6069900 to Kiewit Infrastructure South Co forCR0672-AFC-Asphalt Millings Shortage Bid Package 34101 Site Electricaland Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $6069900 for CR0672-AFC-Asphalt MillingsShortage The modified scope of work consists of all costs associated withasphalt milling RAP (Reclaimed Asphalt Pavement) for use on crane pads accessroad and pedestrian paths as tracked by the time and material (TampM) tickets

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Asphalt Millings Shortage

TKJV has submitted documentation including the subcontractors proposal to support their request An independent cost review 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 Kiewit Infrastructure South Co in the lump sum amount of $ 6069900 Deduct from P1 Owner Contingency $ (2724800) Deduct from P1X Owner Contingency $ (3345100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is 87 LDB participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $6069900 with fundingfrom General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 32 of 39

GENERAL

REQUEST FOR APPROVAL TO REIMBURSE THE HYATT FOR WORK PERFORMED DURING BP-00474HYATT REGENCY GUEST ROOMCORRIDOR RENOVATION AT THE ORLANDO INTERNATIONAL AIRPORT 4 Ms Grant presented the memorandum dated February 18 2020 along with aninvoice from Hyatt Regency dated September 30 2019 for BP-00474 Hyatt GuestRoomCorridor Renovation at the Orlando International Airport The invoice is to provide reimbursement for emergency work to clean the 7th Floor after a sprinkler activation repair cut phone lines in several rooms and clean rooms for turnover which was not completed by the General Contractor (GC) in time to turn over thoserooms

If approved this reimbursement would be effective February 18 2020

Ms Schneider asked if the contractor was back-billed for this Mr Ruohomaki answered no that this is a negotiated settlement Vice Chair Sharman stated that this was done to finish the renovations and open the areas earlier which was in the best interest of the Aviation Authority

Vice Chair Sharman asked if R W Block Consulting Inc had reviewed the invoiceand will sign-off on it Mr Kurek answered yes it will be signed

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve to Reimbursethe Hyatt Regency for Work performed during BP-00474 Hyatt Guest RoomCorridor Renovation for the total lump sum fee amount of $926994 with funding frompreviously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 107 TO THE CONTINUING PROGRAMAND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR A NO-COST STAFFING CHANGE FOR THE CONSTRUCTION PHASE OAR SERVICES FOR BP-00482 GATE E-50 AND CHECKPOINT CHARLIE DEVELOPMENT ATTHE ORLANDO INTERNATIONAL AIRPORT 5 Mr Sorondo presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 5 2020 for a No-Cost Staffing Change for the Construction Phase OAR Services forBP-00482 Gate E-50 and Checkpoint Charlie Development at the Orlando International Airport On September 24 2019 the Construction Committee approved Addendum No107 to the above-referenced agreement in the amount of $24677100 for ConstructionPhase OAR Services Since that time a no-cost staffing change is being requested to replace the JMATT Construction Services LLC Senior Inspector who is stillengaged on another project with an A2 Group Inc Inspector and a Geotech Consultants International Inc dba GCI Inc Senior Inspector as furthered described in the Consultantrsquos proposal

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contractrsquos MWBELDBVBE specifications and determined that the proposed no-cost staffing change includes a reduction to JMATT Construction Services LLC (MWBE)in the amount of ($5355000) and an add to A2 Group Inc (DBE) in the amount of$2100000 resulting in an overall 28 MWBE participation for this Addendum No 107 and Amendment Nos 1 and 2

Vice Chair Sharman asked if Geotech Consultants International Inc dba GCI Inc was switching subconsultants Mr Sorondo answered yes

Minutes of the Construction Committee Meeting February 18 2020 Page 33 of 39

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 107 to the Continuing Program and Project Management Services (OARPrime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for No-Cost Staffing Change for the Construction Phase OAR Services for BP-00482 Gate E-50 and Checkpoint Charlie Development there is no fiscal impact associatedwith this item

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN AMENDMENT TO PURCHASING CONTRACT 01-20 PERSONNEL SCREENING SERVICES WITH COVENANT AVIATION SECURITY AT THE ORLANDO INTERNATIONAL AIRPORT 6 Mr Shedek presented the memorandum dated February 18 2020 for Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC at the Orlando International Airport On January 7 2020 the Construction Committee approved Agenda Item No 11 for anAmendment to Purchasing Contract 01-20 Personnel Screening Services with CovenantAviation Security LLC for Personnel Screening Services on BP-00491 West Security Screening Checkpoint Expansion - Package 2 for a total not-to-exceed expense amountof $200000 with funding from project funds (ie previously-approved CapitalExpenditure Funds and General Airport Revenue Bonds) Since then it has been determined that these services will not be required

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC there is no fiscal impact associatedwith this item

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR E-00264 NORTH PARK PLACE LIGHT POLE REPLACEMENT AT THE ORLANDO INTERNATIONAL AIRPORT 7 Mr Graham presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for E-00264 North Park Place Light PoleReplacement at the Orlando International Airport The scope of the project is toremove and replace 49 parking lot light poles located in the North Park Place parkinglot re-install the existing light fixtures and provide ancillary replacement parts as necessary at the Orlando International Airport

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 42 MWBE participation on this Addendum

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for E-00264 North Park Place Light Pole Replacement for the total not-to-exceed fee amount of $2396100 with funding from previously-approved Discretionary Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 34 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE TICKET LOBBY MODIFICATIONS ANDIMPROVEMENTS AGREEMENT WITH CT HSU amp ASSOCIATES PA FOR CONSTRUCTION ADMINISTRATION SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 8 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from CT Hsu amp Associates PA dated January 30 2020 to provide Construction Administration Services for V-00906 West Checkpoint Video Walls a the Orlando International Airport Services will include CA services shop drawing review and coordination for the installation of the four LED video walls under the Chilirsquos Restaurant at the West Security Checkpoint A and B Sides

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that CT Hsu ampAssociates PA proposes 604 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Ticket Lobby Modifications and Improvements Agreement with CT Hsuamp Associates PA for Construction Administration Services for V-00906 West Checkpoint Video Walls for the total amount of $5624000 which includes the not-to-exceed fee amount of $5511700 and the not-to-exceed reimbursable expense amount of $112300 with funding from previously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 9 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for the above referenced project This project provides two large and two small Video Walls in the West Checkpoint area ofthe Great Hall on Landside Level 3

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 694 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for Construction Phase OAR Services for V-00906 West Checkpoint Video Walls for the total not-to-exceed fee amount of $4771500 with funding from previously-approved Capital Expenditure Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 35 of 39

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 19 TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT (OAR PRIME ENTITY) SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC TO PROVIDE ADDITIONAL CONSTRUCTION PHASE OAR SERVICES FOR V-00933 PODS A AND B FLOOR REPAIR AT THE ORLANDO INTERNATIONAL AIRPORT 10 Mr Willems presented the memorandum dated February 18 2020 along with aproposal from AECOM Technical Services Inc dated January 23 2020 to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair at the Orlando International Airport On November 19 2019 the Construction Committee approved Addendum No 19 in the amount of $714400 to the above-referencedagreement Since that time it has been determined that additional Construction Phase OAR Services are required as furthered described in the Consultantrsquos proposal dated January 23 2020

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the required services AECOM Technical Services Inc does not propose any MWBE LDB or VBE participation on this Amendment

Mr Patterson asked if this work will be ending next week Mr Willems answered yes

Mr Patterson stated that the timing of the work needed to be coordinated withOperations to avoid the holiday rush Mr Ruohomaki stated that due to these timingissues the OAR (AECOM Technical Services Inc) needs additional time to continue providing OAR Services on the project through close-out

Vice Chair Sharman asked if RW Block Consulting Inc had any outstanding issues with this request Ms Rainey responded that a change order on V-00933 requestinga time extension has not been received Mr Willems stated that the Contractor has not yet requested additional time but that a change order can be submitted to asubsequent Construction Committee Meeting Vice Chair Sharman asked if RW Block Consulting Inc would be amenable to this request once the change order is receivedMs Rainey answered yes [Subsequent to the Construction Committee meeting following review by the Contractor and OAR it was determined that a time extension change order would not be required RW Block Consulting Inc finds this item acceptable]

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 19 to the Continuing Program and Project Management (OAR Prime Entity) Services Agreement with AECOM Technical Services Inc to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair for thetotal not-to-exceed fee amount of $676800 with funding from previously-approvedOperation and Maintenance Funds

REQUEST FOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH HW DAVIS CONSTRUCTION INC FORV-00957 REPAIR SUB-CANOPIES LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 11 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from HW Davis Construction Inc dated October 23 2019 for V-00957Repair Sub-Canopies Level 3 A and B Enplane Drive at the Orlando InternationalAirport Project scope is to provide all labor equipment and materials to fabricatedeliver and install new fabric cover strips at diagonal steel braces at the sub-canopies rain protection covers at nine canopy locations and repair two separatedcable pockets at Canopy Nos 6 and 16 at the Orlando International Airport The duration of the project is 30 calendar days for Substantial Completion and 30

Minutes of the Construction Committee Meeting February 18 2020 Page 36 of 39

calendar days for Final Completion with a contemplated Notice to Proceed (NTP) date of February 24 2020

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that due to the limited scope of the required services HW Davis Construction Inc does notpropose any MWBELDBVBE participation on this Job Order Construction Services Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve a JobOrder Construction Services Addendum to the Continuing Vertical Construction Services Agreement with HW Davis Construction Inc for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total direct-negotiated amount of $3573300 andwaive the requirement for Performance and Payment Bonds with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR V-00957 REPAIR SUB-CANOPIES AT LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 12 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated January 31 2020 is to provide Construction Phase OAR Services on the above-referenced project

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the services to be provided Geotech Consultants International Inc dba GCI Inc does not propose any MWBELDBVBE participation on this Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total not-to-exceed fee amount of $290700 with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH GOMEZ CONSTRUCTION COMPANY FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) AT THE ORLANDO INTERNATIONAL AIRPORT 13 This item was deferred

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) ATTHE ORLANDO INTERNATIONAL AIRPORT 14 This item was deferred

Minutes of the Construction Committee Meeting February 18 2020 Page 37 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING ENVIRONMENTAL ENGINEERING CONSULTANT SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC FOR INSTALLATIONOF NEW MONITORING WELLS IMPLEMENTATION OF ONE SEMI-ANNUAL POST-ACTIVE REMEDIATIONMONITORING (PARM) AND PREPARATION OF ONE PARM REPORT AT THE FORMER DAYRON FACILITYFOR W-00072 OEA REMEDIATION OF DAYRON PLUME AT THE ORLANDO EXECUTIVE AIRPORT 15 Mr Carrington presented the memorandum dated February 18 2020 along with a proposal from AECOM Technical Services Inc dated February 10 2020 to provide for the installation of eleven new monitoring wells implementation of one semi-annual groundwater Post-Active Remediation Monitoring (PARM) and the preparation and submission of one PARM report at the former Dayron Facility at the OrlandoExecutive Airport The one semi-annual PARM monitoring event to be performed in late March or early April 2020

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that AECOM Technical Services Inc proposes 331 MWBE and 80 LDB participation on this Addendum

Mr Ruohomaki asked if this was in pursuit of a NFA designation (No Further Action)Mr Carrington answered yes

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve an Addendum to the Continuing Environmental Engineering Consultant Services Agreement with AECOMTechnical Services Inc for Installation of New Monitoring Wells Implementation of One Semi-Annual Post-Active Remediation Monitoring (PARM) and Preparation of One PARM Report at the Former Dayron Facility for W-00072 OEA Remediation of DayronPlume at the Orlando Executive Airport for the total amount of $7150000 which includes the not-to-exceed fee amount of $4112700 and the not-to-exceed reimbursable expense amount of $3037300 with funding from OEA Environmental Liability Funds

REQUEST FOR RECOMMENDATION OF APPROVAL OF NO-COST ADDENDA TO THE CONTINUING TRANSPORTATION PLANNING CONSULTING SERVICES AGREEMENTS TO EXERCISE THE SECOND AND FINAL ONE-YEAR RENEWAL OPTION 16 Ms Anderson presented the memorandum dated February 18 2020 requesting the recommendation of approval of No-Cost Addenda to the Continuing Transportation Planning Consulting Services Agreements to exercise the second and final one-year renewal option In June 2016 the Aviation Authority Board approved ContinuingTransportation Planning Consulting Services Agreement with the below firms Theprovisions in the agreement include a base three-year term with two subsequent optional one-year renewal periods upon mutual agreement of the parties

Each firmrsquos first one-year renewal expires as follows

Firm Expiration Date HNTB Corporation July 26 2020 HDR Engineering Inc September 12 2020

In order to maintain these services on an as-needed basis for routine operations staff requires the services of the above-referenced firms The firms were requested to provide their concurrence to exercise the second and final one-year renewal option

Upon motion of Mr Patterson second by Mr Hunt vote carried to recommend to theAviation Authority Board approval of No-Cost Addenda to the Continuing Transportation

Minutes of the Construction Committee Meeting February 18 2020 Page 38 of 39

Planning Consulting Services Agreements to Exercise the Second and Final One-Year Renewal Option there is no fiscal impact associated with this item

REQUEST FOR APPROVAL OF CONTRACTORrsquoS FINAL PAYMENT TO HL PRUITT CORPORATION FOR E-00212 INVENTORY AND MARKING OF AIRFIELD LIGHTING AT THE ORLANDO INTERNATIONALAIRPORT 17 Mr Patterson presented the memorandum dated February 18 2020 requesting the Contractorrsquos Final Payment to HL Pruitt Corporation for E-00212 Inventory andMarking of Airfield Lighting at the Orlando International Airport The Construction Contract for the referenced project has been completed and all issues involving the Contractor have been addressed and resolved

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve theContractorrsquos Final Payment Authorization to HL Pruitt Corporation for E-00212Inventory and marking of Airfield Lighting at the Orlando International Airport

INFORMATION ITEMS

18 The following items were presented for information only

A Field Change Order (FCO) Log

B Revised Supporting Documentation for Change Order PS-00329-11 Parking Access and Revenue Control System (PARCS) Replacement at The OrlandoInternational Airport [From Construction Committee on July 30 2019 ItemNo 1-F] [The Construction Committee determined that this information item should be converted to an action item and it was motioned with Item No 2-B]

C Revised Coversheet for Hensel Phelps Construction to issue a SubcontractModification to Inland Construction and Engineering Inc for BP-S00144South Terminal C Phase 1 - Airside Enclosure amp Exterior Finishes (GMPNo 6-S2) at The Orlando International Airport [From ConstructionCommittee on November 26 2019 Item No 2-D]

D Additional Supporting Documentation for Request for Recommendation ofApproval of an Amendment to Addendum No 7 to the Construction Management at Risk (CMR) Entity Services for the South Terminal C Phase 1 (STC-P1)Agreement with Turner-Kiewit Joint Venture for BP-S00150 South TerminalC Phase 1 ndash Parking Facility (GMP 9-S) at The Orlando International Airport [From Construction Committee on December 17 2019 Item No 5]

E Revised Coversheet for Request for Approval of an Addendum to the Technology and Multi-Media Specialty Engineer for the South Terminal CPhase 1 Agreement with Burns Engineering Inc for Design Services related to Customs Border and Patrol (CBP) final review for W-S00113 South Terminal C Phase 1 ndash Experiential Media Environment (EME) at The OrlandoInternational Airport [From Construction Committee on February 4 2020Item No 10]

F Office of Small Business Participation Memorandum for the Request forRecommendation of Approval of the FFampE and IT Estimate Procurement Plan and Process for Updating the Construction Committee for W-S00145 SouthTerminal C Phase 1 and Phase 1X (STC-P1 and P1X) Owner Furnished FFampE and IT Items at The Orlando International Airport [From ConstructionCommittee on February 4 2020 Item No 11]

______________________________

Minutes of the Construction Committee Meeting February 18 2020 Page 39 of 39

ADJOURNMENT

19 There being no further business for discussion the meeting was adjourned at 910 am

Kathleen Sharman Vice Chair Construction Committee Chief Financial Officer

Page 29: On TUESDAY, FEBRUARY 18, 2020 , the CONSTRUCTION … · Mike Patterson, Director of Construction . Gary Hunt, Director of Maintenance . ... Steve Pue, GOAA Maintenance . Vendla Davermann,

Minutes of the Construction Committee Meeting February 18 2020 Page 29 of 39

Florida LLC on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total deductive lump sum amount of($6747700) with funding credited to Passenger Facility Charges and GeneralAirport Revenue Bonds

Y Subcontractor Modifications for BP-S00173 (GMP No 7-S3) with MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Mr Guirges presented the memorandum requesting approval forTurner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) at the Orlando International Airport in the total amount of $985400 to MC Dean Inc for CR06161-LST RFIs 2611-Missing PACS Enclosures and 0692-LST-Bulletin 31-Electrical Bid Package BP 2600 Electrical waspreviously awarded within GMP No 7-S3 to MC Dean Inc CC No 2018100211

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $575400 for CR06161-LST RFI 2611-Missing PACSEnclosures RFI 2611 requested information regarding routing of PACS (Physical Access Control System) door panels to IDF rooms innear US Customs and Border Protection (CBP) spaces The modified scope of work consists of all labor material and equipment associated with the addition of power for (11) PACS enclosures as captured in RFI 2611

TKJV is proposing a subcontract modification to MC Dean Inc in the lump sum amount of $410000 for CR0692-LST-Bulletin 31-Electrical Themodified scope of work consists of all costs associated with the confirmed Electrical panel additions per new circuit descriptions andload updates

The approval of these subcontract modifications to MC Dean Inc as proposedin CR06161-LST RFI 2611-Missing PACS Enclosures resolves all requests forcosts and time associated with LST RFI 2611 for GMP No 7-S3 Electrical CR0616 CC No 20191217-3-1 resolved all cost and time for GMP No 7-S1 LowVoltage There will be no forthcoming CRs for RFI 2611

The approval of this subcontract modification as proposed to MC Dean inCR0692-LST-Bulletin 31-Electrical Inc resolves all requests for costs andtime associated with LST Bulletin 31 Electrical scope A CR for GMP No 7-S1Low voltage scope is forthcoming

TKJV has submitted documentation including the subcontractors 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 for CR06161 to MC Dean Inc in the lump sum amount of $ 575400 TKJV to issue a subcontract modification for CR0692 to MC Dean Inc in the lump sum amount of $ 410000 Deduct from PI Owner Contingency $ (985400)

Due to the funding source of this GMP No 7-S3 Turner-Kiewit Joint Ventureproposed a 10 DBE participation goal for Construction Services in lieu ofMWBE and LDB participation goals As such Turner-Kiewit Joint Venturersquos committed MWBE and LDB Construction Services goals are not affected by thismodification The subcontractor identified and committed to participate on

Minutes of the Construction Committee Meeting February 18 2020 Page 30 of 39

BP-S00173 (GMP No 7-S3) for this subcontract modification is MC Dean Inc(Non-DBE) There is no small business participation associated with thismodification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue Subcontractor Modifications to MC Dean Inc on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $985400 withfunding from General Airport Revenue Bonds

Z Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0662-AFC-Power and Laydown Yard to QC Lab Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $2817800 to Kiewit Infrastructure South Cofor CR0662-AFC-Power and Laydown Yard to QC Lab Bid Package 34101 Site Electrical and Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $2817800 for CR0662-AFC-Power and Laydown Yard to QC Lab The scope of work consists of all labor material and equipmentrequired to install the power to the Quality Control (QC) lab located off Wiley Road from the Security Check Point and construct a lay-downparking areaat the QC lab and subsequently remove it when the lab is no longer needed The dimensions for the base material needed for the lay-downparking area are 50-foot by 50-foot next to the lab and 12-foot by 30-foot in front of the lab

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Power and Laydown Yard to QC Lab scope of work

TKJV has submitted documentation including the subcontractors 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 Kiewit Infrastructure South Co in the lump sum amount of $ 2817800 Deduct from P1 Owner Contingency $ (1551700) Deduct from P1X Owner Contingency $ (1266100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Minutes of the Construction Committee Meeting February 18 2020 Page 31 of 39

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $2817800 with fundingfrom General Airport Revenue Bonds

AA Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0672-AFC-Test Pit Remediation Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $6069900 to Kiewit Infrastructure South Co forCR0672-AFC-Asphalt Millings Shortage Bid Package 34101 Site Electricaland Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $6069900 for CR0672-AFC-Asphalt MillingsShortage The modified scope of work consists of all costs associated withasphalt milling RAP (Reclaimed Asphalt Pavement) for use on crane pads accessroad and pedestrian paths as tracked by the time and material (TampM) tickets

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Asphalt Millings Shortage

TKJV has submitted documentation including the subcontractors proposal to support their request An independent cost review 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 Kiewit Infrastructure South Co in the lump sum amount of $ 6069900 Deduct from P1 Owner Contingency $ (2724800) Deduct from P1X Owner Contingency $ (3345100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is 87 LDB participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $6069900 with fundingfrom General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 32 of 39

GENERAL

REQUEST FOR APPROVAL TO REIMBURSE THE HYATT FOR WORK PERFORMED DURING BP-00474HYATT REGENCY GUEST ROOMCORRIDOR RENOVATION AT THE ORLANDO INTERNATIONAL AIRPORT 4 Ms Grant presented the memorandum dated February 18 2020 along with aninvoice from Hyatt Regency dated September 30 2019 for BP-00474 Hyatt GuestRoomCorridor Renovation at the Orlando International Airport The invoice is to provide reimbursement for emergency work to clean the 7th Floor after a sprinkler activation repair cut phone lines in several rooms and clean rooms for turnover which was not completed by the General Contractor (GC) in time to turn over thoserooms

If approved this reimbursement would be effective February 18 2020

Ms Schneider asked if the contractor was back-billed for this Mr Ruohomaki answered no that this is a negotiated settlement Vice Chair Sharman stated that this was done to finish the renovations and open the areas earlier which was in the best interest of the Aviation Authority

Vice Chair Sharman asked if R W Block Consulting Inc had reviewed the invoiceand will sign-off on it Mr Kurek answered yes it will be signed

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve to Reimbursethe Hyatt Regency for Work performed during BP-00474 Hyatt Guest RoomCorridor Renovation for the total lump sum fee amount of $926994 with funding frompreviously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 107 TO THE CONTINUING PROGRAMAND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR A NO-COST STAFFING CHANGE FOR THE CONSTRUCTION PHASE OAR SERVICES FOR BP-00482 GATE E-50 AND CHECKPOINT CHARLIE DEVELOPMENT ATTHE ORLANDO INTERNATIONAL AIRPORT 5 Mr Sorondo presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 5 2020 for a No-Cost Staffing Change for the Construction Phase OAR Services forBP-00482 Gate E-50 and Checkpoint Charlie Development at the Orlando International Airport On September 24 2019 the Construction Committee approved Addendum No107 to the above-referenced agreement in the amount of $24677100 for ConstructionPhase OAR Services Since that time a no-cost staffing change is being requested to replace the JMATT Construction Services LLC Senior Inspector who is stillengaged on another project with an A2 Group Inc Inspector and a Geotech Consultants International Inc dba GCI Inc Senior Inspector as furthered described in the Consultantrsquos proposal

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contractrsquos MWBELDBVBE specifications and determined that the proposed no-cost staffing change includes a reduction to JMATT Construction Services LLC (MWBE)in the amount of ($5355000) and an add to A2 Group Inc (DBE) in the amount of$2100000 resulting in an overall 28 MWBE participation for this Addendum No 107 and Amendment Nos 1 and 2

Vice Chair Sharman asked if Geotech Consultants International Inc dba GCI Inc was switching subconsultants Mr Sorondo answered yes

Minutes of the Construction Committee Meeting February 18 2020 Page 33 of 39

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 107 to the Continuing Program and Project Management Services (OARPrime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for No-Cost Staffing Change for the Construction Phase OAR Services for BP-00482 Gate E-50 and Checkpoint Charlie Development there is no fiscal impact associatedwith this item

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN AMENDMENT TO PURCHASING CONTRACT 01-20 PERSONNEL SCREENING SERVICES WITH COVENANT AVIATION SECURITY AT THE ORLANDO INTERNATIONAL AIRPORT 6 Mr Shedek presented the memorandum dated February 18 2020 for Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC at the Orlando International Airport On January 7 2020 the Construction Committee approved Agenda Item No 11 for anAmendment to Purchasing Contract 01-20 Personnel Screening Services with CovenantAviation Security LLC for Personnel Screening Services on BP-00491 West Security Screening Checkpoint Expansion - Package 2 for a total not-to-exceed expense amountof $200000 with funding from project funds (ie previously-approved CapitalExpenditure Funds and General Airport Revenue Bonds) Since then it has been determined that these services will not be required

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC there is no fiscal impact associatedwith this item

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR E-00264 NORTH PARK PLACE LIGHT POLE REPLACEMENT AT THE ORLANDO INTERNATIONAL AIRPORT 7 Mr Graham presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for E-00264 North Park Place Light PoleReplacement at the Orlando International Airport The scope of the project is toremove and replace 49 parking lot light poles located in the North Park Place parkinglot re-install the existing light fixtures and provide ancillary replacement parts as necessary at the Orlando International Airport

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 42 MWBE participation on this Addendum

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for E-00264 North Park Place Light Pole Replacement for the total not-to-exceed fee amount of $2396100 with funding from previously-approved Discretionary Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 34 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE TICKET LOBBY MODIFICATIONS ANDIMPROVEMENTS AGREEMENT WITH CT HSU amp ASSOCIATES PA FOR CONSTRUCTION ADMINISTRATION SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 8 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from CT Hsu amp Associates PA dated January 30 2020 to provide Construction Administration Services for V-00906 West Checkpoint Video Walls a the Orlando International Airport Services will include CA services shop drawing review and coordination for the installation of the four LED video walls under the Chilirsquos Restaurant at the West Security Checkpoint A and B Sides

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that CT Hsu ampAssociates PA proposes 604 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Ticket Lobby Modifications and Improvements Agreement with CT Hsuamp Associates PA for Construction Administration Services for V-00906 West Checkpoint Video Walls for the total amount of $5624000 which includes the not-to-exceed fee amount of $5511700 and the not-to-exceed reimbursable expense amount of $112300 with funding from previously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 9 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for the above referenced project This project provides two large and two small Video Walls in the West Checkpoint area ofthe Great Hall on Landside Level 3

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 694 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for Construction Phase OAR Services for V-00906 West Checkpoint Video Walls for the total not-to-exceed fee amount of $4771500 with funding from previously-approved Capital Expenditure Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 35 of 39

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 19 TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT (OAR PRIME ENTITY) SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC TO PROVIDE ADDITIONAL CONSTRUCTION PHASE OAR SERVICES FOR V-00933 PODS A AND B FLOOR REPAIR AT THE ORLANDO INTERNATIONAL AIRPORT 10 Mr Willems presented the memorandum dated February 18 2020 along with aproposal from AECOM Technical Services Inc dated January 23 2020 to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair at the Orlando International Airport On November 19 2019 the Construction Committee approved Addendum No 19 in the amount of $714400 to the above-referencedagreement Since that time it has been determined that additional Construction Phase OAR Services are required as furthered described in the Consultantrsquos proposal dated January 23 2020

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the required services AECOM Technical Services Inc does not propose any MWBE LDB or VBE participation on this Amendment

Mr Patterson asked if this work will be ending next week Mr Willems answered yes

Mr Patterson stated that the timing of the work needed to be coordinated withOperations to avoid the holiday rush Mr Ruohomaki stated that due to these timingissues the OAR (AECOM Technical Services Inc) needs additional time to continue providing OAR Services on the project through close-out

Vice Chair Sharman asked if RW Block Consulting Inc had any outstanding issues with this request Ms Rainey responded that a change order on V-00933 requestinga time extension has not been received Mr Willems stated that the Contractor has not yet requested additional time but that a change order can be submitted to asubsequent Construction Committee Meeting Vice Chair Sharman asked if RW Block Consulting Inc would be amenable to this request once the change order is receivedMs Rainey answered yes [Subsequent to the Construction Committee meeting following review by the Contractor and OAR it was determined that a time extension change order would not be required RW Block Consulting Inc finds this item acceptable]

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 19 to the Continuing Program and Project Management (OAR Prime Entity) Services Agreement with AECOM Technical Services Inc to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair for thetotal not-to-exceed fee amount of $676800 with funding from previously-approvedOperation and Maintenance Funds

REQUEST FOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH HW DAVIS CONSTRUCTION INC FORV-00957 REPAIR SUB-CANOPIES LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 11 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from HW Davis Construction Inc dated October 23 2019 for V-00957Repair Sub-Canopies Level 3 A and B Enplane Drive at the Orlando InternationalAirport Project scope is to provide all labor equipment and materials to fabricatedeliver and install new fabric cover strips at diagonal steel braces at the sub-canopies rain protection covers at nine canopy locations and repair two separatedcable pockets at Canopy Nos 6 and 16 at the Orlando International Airport The duration of the project is 30 calendar days for Substantial Completion and 30

Minutes of the Construction Committee Meeting February 18 2020 Page 36 of 39

calendar days for Final Completion with a contemplated Notice to Proceed (NTP) date of February 24 2020

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that due to the limited scope of the required services HW Davis Construction Inc does notpropose any MWBELDBVBE participation on this Job Order Construction Services Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve a JobOrder Construction Services Addendum to the Continuing Vertical Construction Services Agreement with HW Davis Construction Inc for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total direct-negotiated amount of $3573300 andwaive the requirement for Performance and Payment Bonds with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR V-00957 REPAIR SUB-CANOPIES AT LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 12 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated January 31 2020 is to provide Construction Phase OAR Services on the above-referenced project

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the services to be provided Geotech Consultants International Inc dba GCI Inc does not propose any MWBELDBVBE participation on this Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total not-to-exceed fee amount of $290700 with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH GOMEZ CONSTRUCTION COMPANY FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) AT THE ORLANDO INTERNATIONAL AIRPORT 13 This item was deferred

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) ATTHE ORLANDO INTERNATIONAL AIRPORT 14 This item was deferred

Minutes of the Construction Committee Meeting February 18 2020 Page 37 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING ENVIRONMENTAL ENGINEERING CONSULTANT SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC FOR INSTALLATIONOF NEW MONITORING WELLS IMPLEMENTATION OF ONE SEMI-ANNUAL POST-ACTIVE REMEDIATIONMONITORING (PARM) AND PREPARATION OF ONE PARM REPORT AT THE FORMER DAYRON FACILITYFOR W-00072 OEA REMEDIATION OF DAYRON PLUME AT THE ORLANDO EXECUTIVE AIRPORT 15 Mr Carrington presented the memorandum dated February 18 2020 along with a proposal from AECOM Technical Services Inc dated February 10 2020 to provide for the installation of eleven new monitoring wells implementation of one semi-annual groundwater Post-Active Remediation Monitoring (PARM) and the preparation and submission of one PARM report at the former Dayron Facility at the OrlandoExecutive Airport The one semi-annual PARM monitoring event to be performed in late March or early April 2020

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that AECOM Technical Services Inc proposes 331 MWBE and 80 LDB participation on this Addendum

Mr Ruohomaki asked if this was in pursuit of a NFA designation (No Further Action)Mr Carrington answered yes

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve an Addendum to the Continuing Environmental Engineering Consultant Services Agreement with AECOMTechnical Services Inc for Installation of New Monitoring Wells Implementation of One Semi-Annual Post-Active Remediation Monitoring (PARM) and Preparation of One PARM Report at the Former Dayron Facility for W-00072 OEA Remediation of DayronPlume at the Orlando Executive Airport for the total amount of $7150000 which includes the not-to-exceed fee amount of $4112700 and the not-to-exceed reimbursable expense amount of $3037300 with funding from OEA Environmental Liability Funds

REQUEST FOR RECOMMENDATION OF APPROVAL OF NO-COST ADDENDA TO THE CONTINUING TRANSPORTATION PLANNING CONSULTING SERVICES AGREEMENTS TO EXERCISE THE SECOND AND FINAL ONE-YEAR RENEWAL OPTION 16 Ms Anderson presented the memorandum dated February 18 2020 requesting the recommendation of approval of No-Cost Addenda to the Continuing Transportation Planning Consulting Services Agreements to exercise the second and final one-year renewal option In June 2016 the Aviation Authority Board approved ContinuingTransportation Planning Consulting Services Agreement with the below firms Theprovisions in the agreement include a base three-year term with two subsequent optional one-year renewal periods upon mutual agreement of the parties

Each firmrsquos first one-year renewal expires as follows

Firm Expiration Date HNTB Corporation July 26 2020 HDR Engineering Inc September 12 2020

In order to maintain these services on an as-needed basis for routine operations staff requires the services of the above-referenced firms The firms were requested to provide their concurrence to exercise the second and final one-year renewal option

Upon motion of Mr Patterson second by Mr Hunt vote carried to recommend to theAviation Authority Board approval of No-Cost Addenda to the Continuing Transportation

Minutes of the Construction Committee Meeting February 18 2020 Page 38 of 39

Planning Consulting Services Agreements to Exercise the Second and Final One-Year Renewal Option there is no fiscal impact associated with this item

REQUEST FOR APPROVAL OF CONTRACTORrsquoS FINAL PAYMENT TO HL PRUITT CORPORATION FOR E-00212 INVENTORY AND MARKING OF AIRFIELD LIGHTING AT THE ORLANDO INTERNATIONALAIRPORT 17 Mr Patterson presented the memorandum dated February 18 2020 requesting the Contractorrsquos Final Payment to HL Pruitt Corporation for E-00212 Inventory andMarking of Airfield Lighting at the Orlando International Airport The Construction Contract for the referenced project has been completed and all issues involving the Contractor have been addressed and resolved

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve theContractorrsquos Final Payment Authorization to HL Pruitt Corporation for E-00212Inventory and marking of Airfield Lighting at the Orlando International Airport

INFORMATION ITEMS

18 The following items were presented for information only

A Field Change Order (FCO) Log

B Revised Supporting Documentation for Change Order PS-00329-11 Parking Access and Revenue Control System (PARCS) Replacement at The OrlandoInternational Airport [From Construction Committee on July 30 2019 ItemNo 1-F] [The Construction Committee determined that this information item should be converted to an action item and it was motioned with Item No 2-B]

C Revised Coversheet for Hensel Phelps Construction to issue a SubcontractModification to Inland Construction and Engineering Inc for BP-S00144South Terminal C Phase 1 - Airside Enclosure amp Exterior Finishes (GMPNo 6-S2) at The Orlando International Airport [From ConstructionCommittee on November 26 2019 Item No 2-D]

D Additional Supporting Documentation for Request for Recommendation ofApproval of an Amendment to Addendum No 7 to the Construction Management at Risk (CMR) Entity Services for the South Terminal C Phase 1 (STC-P1)Agreement with Turner-Kiewit Joint Venture for BP-S00150 South TerminalC Phase 1 ndash Parking Facility (GMP 9-S) at The Orlando International Airport [From Construction Committee on December 17 2019 Item No 5]

E Revised Coversheet for Request for Approval of an Addendum to the Technology and Multi-Media Specialty Engineer for the South Terminal CPhase 1 Agreement with Burns Engineering Inc for Design Services related to Customs Border and Patrol (CBP) final review for W-S00113 South Terminal C Phase 1 ndash Experiential Media Environment (EME) at The OrlandoInternational Airport [From Construction Committee on February 4 2020Item No 10]

F Office of Small Business Participation Memorandum for the Request forRecommendation of Approval of the FFampE and IT Estimate Procurement Plan and Process for Updating the Construction Committee for W-S00145 SouthTerminal C Phase 1 and Phase 1X (STC-P1 and P1X) Owner Furnished FFampE and IT Items at The Orlando International Airport [From ConstructionCommittee on February 4 2020 Item No 11]

______________________________

Minutes of the Construction Committee Meeting February 18 2020 Page 39 of 39

ADJOURNMENT

19 There being no further business for discussion the meeting was adjourned at 910 am

Kathleen Sharman Vice Chair Construction Committee Chief Financial Officer

Page 30: On TUESDAY, FEBRUARY 18, 2020 , the CONSTRUCTION … · Mike Patterson, Director of Construction . Gary Hunt, Director of Maintenance . ... Steve Pue, GOAA Maintenance . Vendla Davermann,

Minutes of the Construction Committee Meeting February 18 2020 Page 30 of 39

BP-S00173 (GMP No 7-S3) for this subcontract modification is MC Dean Inc(Non-DBE) There is no small business participation associated with thismodification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue Subcontractor Modifications to MC Dean Inc on BP-S00173 South Terminal C Phase 1 Landside Terminal MEP Systems - FDOT (GMP No 7-S3) for the total lump sum amount of $985400 withfunding from General Airport Revenue Bonds

Z Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0662-AFC-Power and Laydown Yard to QC Lab Mr Guirges presented the memorandum requesting approval for Turner-Kiewit Joint Venture (TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $2817800 to Kiewit Infrastructure South Cofor CR0662-AFC-Power and Laydown Yard to QC Lab Bid Package 34101 Site Electrical and Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $2817800 for CR0662-AFC-Power and Laydown Yard to QC Lab The scope of work consists of all labor material and equipmentrequired to install the power to the Quality Control (QC) lab located off Wiley Road from the Security Check Point and construct a lay-downparking areaat the QC lab and subsequently remove it when the lab is no longer needed The dimensions for the base material needed for the lay-downparking area are 50-foot by 50-foot next to the lab and 12-foot by 30-foot in front of the lab

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Power and Laydown Yard to QC Lab scope of work

TKJV has submitted documentation including the subcontractors 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 Kiewit Infrastructure South Co in the lump sum amount of $ 2817800 Deduct from P1 Owner Contingency $ (1551700) Deduct from P1X Owner Contingency $ (1266100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is no small business participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Minutes of the Construction Committee Meeting February 18 2020 Page 31 of 39

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $2817800 with fundingfrom General Airport Revenue Bonds

AA Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0672-AFC-Test Pit Remediation Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $6069900 to Kiewit Infrastructure South Co forCR0672-AFC-Asphalt Millings Shortage Bid Package 34101 Site Electricaland Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $6069900 for CR0672-AFC-Asphalt MillingsShortage The modified scope of work consists of all costs associated withasphalt milling RAP (Reclaimed Asphalt Pavement) for use on crane pads accessroad and pedestrian paths as tracked by the time and material (TampM) tickets

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Asphalt Millings Shortage

TKJV has submitted documentation including the subcontractors proposal to support their request An independent cost review 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 Kiewit Infrastructure South Co in the lump sum amount of $ 6069900 Deduct from P1 Owner Contingency $ (2724800) Deduct from P1X Owner Contingency $ (3345100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is 87 LDB participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $6069900 with fundingfrom General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 32 of 39

GENERAL

REQUEST FOR APPROVAL TO REIMBURSE THE HYATT FOR WORK PERFORMED DURING BP-00474HYATT REGENCY GUEST ROOMCORRIDOR RENOVATION AT THE ORLANDO INTERNATIONAL AIRPORT 4 Ms Grant presented the memorandum dated February 18 2020 along with aninvoice from Hyatt Regency dated September 30 2019 for BP-00474 Hyatt GuestRoomCorridor Renovation at the Orlando International Airport The invoice is to provide reimbursement for emergency work to clean the 7th Floor after a sprinkler activation repair cut phone lines in several rooms and clean rooms for turnover which was not completed by the General Contractor (GC) in time to turn over thoserooms

If approved this reimbursement would be effective February 18 2020

Ms Schneider asked if the contractor was back-billed for this Mr Ruohomaki answered no that this is a negotiated settlement Vice Chair Sharman stated that this was done to finish the renovations and open the areas earlier which was in the best interest of the Aviation Authority

Vice Chair Sharman asked if R W Block Consulting Inc had reviewed the invoiceand will sign-off on it Mr Kurek answered yes it will be signed

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve to Reimbursethe Hyatt Regency for Work performed during BP-00474 Hyatt Guest RoomCorridor Renovation for the total lump sum fee amount of $926994 with funding frompreviously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 107 TO THE CONTINUING PROGRAMAND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR A NO-COST STAFFING CHANGE FOR THE CONSTRUCTION PHASE OAR SERVICES FOR BP-00482 GATE E-50 AND CHECKPOINT CHARLIE DEVELOPMENT ATTHE ORLANDO INTERNATIONAL AIRPORT 5 Mr Sorondo presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 5 2020 for a No-Cost Staffing Change for the Construction Phase OAR Services forBP-00482 Gate E-50 and Checkpoint Charlie Development at the Orlando International Airport On September 24 2019 the Construction Committee approved Addendum No107 to the above-referenced agreement in the amount of $24677100 for ConstructionPhase OAR Services Since that time a no-cost staffing change is being requested to replace the JMATT Construction Services LLC Senior Inspector who is stillengaged on another project with an A2 Group Inc Inspector and a Geotech Consultants International Inc dba GCI Inc Senior Inspector as furthered described in the Consultantrsquos proposal

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contractrsquos MWBELDBVBE specifications and determined that the proposed no-cost staffing change includes a reduction to JMATT Construction Services LLC (MWBE)in the amount of ($5355000) and an add to A2 Group Inc (DBE) in the amount of$2100000 resulting in an overall 28 MWBE participation for this Addendum No 107 and Amendment Nos 1 and 2

Vice Chair Sharman asked if Geotech Consultants International Inc dba GCI Inc was switching subconsultants Mr Sorondo answered yes

Minutes of the Construction Committee Meeting February 18 2020 Page 33 of 39

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 107 to the Continuing Program and Project Management Services (OARPrime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for No-Cost Staffing Change for the Construction Phase OAR Services for BP-00482 Gate E-50 and Checkpoint Charlie Development there is no fiscal impact associatedwith this item

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN AMENDMENT TO PURCHASING CONTRACT 01-20 PERSONNEL SCREENING SERVICES WITH COVENANT AVIATION SECURITY AT THE ORLANDO INTERNATIONAL AIRPORT 6 Mr Shedek presented the memorandum dated February 18 2020 for Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC at the Orlando International Airport On January 7 2020 the Construction Committee approved Agenda Item No 11 for anAmendment to Purchasing Contract 01-20 Personnel Screening Services with CovenantAviation Security LLC for Personnel Screening Services on BP-00491 West Security Screening Checkpoint Expansion - Package 2 for a total not-to-exceed expense amountof $200000 with funding from project funds (ie previously-approved CapitalExpenditure Funds and General Airport Revenue Bonds) Since then it has been determined that these services will not be required

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC there is no fiscal impact associatedwith this item

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR E-00264 NORTH PARK PLACE LIGHT POLE REPLACEMENT AT THE ORLANDO INTERNATIONAL AIRPORT 7 Mr Graham presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for E-00264 North Park Place Light PoleReplacement at the Orlando International Airport The scope of the project is toremove and replace 49 parking lot light poles located in the North Park Place parkinglot re-install the existing light fixtures and provide ancillary replacement parts as necessary at the Orlando International Airport

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 42 MWBE participation on this Addendum

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for E-00264 North Park Place Light Pole Replacement for the total not-to-exceed fee amount of $2396100 with funding from previously-approved Discretionary Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 34 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE TICKET LOBBY MODIFICATIONS ANDIMPROVEMENTS AGREEMENT WITH CT HSU amp ASSOCIATES PA FOR CONSTRUCTION ADMINISTRATION SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 8 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from CT Hsu amp Associates PA dated January 30 2020 to provide Construction Administration Services for V-00906 West Checkpoint Video Walls a the Orlando International Airport Services will include CA services shop drawing review and coordination for the installation of the four LED video walls under the Chilirsquos Restaurant at the West Security Checkpoint A and B Sides

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that CT Hsu ampAssociates PA proposes 604 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Ticket Lobby Modifications and Improvements Agreement with CT Hsuamp Associates PA for Construction Administration Services for V-00906 West Checkpoint Video Walls for the total amount of $5624000 which includes the not-to-exceed fee amount of $5511700 and the not-to-exceed reimbursable expense amount of $112300 with funding from previously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 9 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for the above referenced project This project provides two large and two small Video Walls in the West Checkpoint area ofthe Great Hall on Landside Level 3

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 694 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for Construction Phase OAR Services for V-00906 West Checkpoint Video Walls for the total not-to-exceed fee amount of $4771500 with funding from previously-approved Capital Expenditure Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 35 of 39

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 19 TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT (OAR PRIME ENTITY) SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC TO PROVIDE ADDITIONAL CONSTRUCTION PHASE OAR SERVICES FOR V-00933 PODS A AND B FLOOR REPAIR AT THE ORLANDO INTERNATIONAL AIRPORT 10 Mr Willems presented the memorandum dated February 18 2020 along with aproposal from AECOM Technical Services Inc dated January 23 2020 to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair at the Orlando International Airport On November 19 2019 the Construction Committee approved Addendum No 19 in the amount of $714400 to the above-referencedagreement Since that time it has been determined that additional Construction Phase OAR Services are required as furthered described in the Consultantrsquos proposal dated January 23 2020

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the required services AECOM Technical Services Inc does not propose any MWBE LDB or VBE participation on this Amendment

Mr Patterson asked if this work will be ending next week Mr Willems answered yes

Mr Patterson stated that the timing of the work needed to be coordinated withOperations to avoid the holiday rush Mr Ruohomaki stated that due to these timingissues the OAR (AECOM Technical Services Inc) needs additional time to continue providing OAR Services on the project through close-out

Vice Chair Sharman asked if RW Block Consulting Inc had any outstanding issues with this request Ms Rainey responded that a change order on V-00933 requestinga time extension has not been received Mr Willems stated that the Contractor has not yet requested additional time but that a change order can be submitted to asubsequent Construction Committee Meeting Vice Chair Sharman asked if RW Block Consulting Inc would be amenable to this request once the change order is receivedMs Rainey answered yes [Subsequent to the Construction Committee meeting following review by the Contractor and OAR it was determined that a time extension change order would not be required RW Block Consulting Inc finds this item acceptable]

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 19 to the Continuing Program and Project Management (OAR Prime Entity) Services Agreement with AECOM Technical Services Inc to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair for thetotal not-to-exceed fee amount of $676800 with funding from previously-approvedOperation and Maintenance Funds

REQUEST FOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH HW DAVIS CONSTRUCTION INC FORV-00957 REPAIR SUB-CANOPIES LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 11 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from HW Davis Construction Inc dated October 23 2019 for V-00957Repair Sub-Canopies Level 3 A and B Enplane Drive at the Orlando InternationalAirport Project scope is to provide all labor equipment and materials to fabricatedeliver and install new fabric cover strips at diagonal steel braces at the sub-canopies rain protection covers at nine canopy locations and repair two separatedcable pockets at Canopy Nos 6 and 16 at the Orlando International Airport The duration of the project is 30 calendar days for Substantial Completion and 30

Minutes of the Construction Committee Meeting February 18 2020 Page 36 of 39

calendar days for Final Completion with a contemplated Notice to Proceed (NTP) date of February 24 2020

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that due to the limited scope of the required services HW Davis Construction Inc does notpropose any MWBELDBVBE participation on this Job Order Construction Services Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve a JobOrder Construction Services Addendum to the Continuing Vertical Construction Services Agreement with HW Davis Construction Inc for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total direct-negotiated amount of $3573300 andwaive the requirement for Performance and Payment Bonds with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR V-00957 REPAIR SUB-CANOPIES AT LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 12 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated January 31 2020 is to provide Construction Phase OAR Services on the above-referenced project

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the services to be provided Geotech Consultants International Inc dba GCI Inc does not propose any MWBELDBVBE participation on this Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total not-to-exceed fee amount of $290700 with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH GOMEZ CONSTRUCTION COMPANY FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) AT THE ORLANDO INTERNATIONAL AIRPORT 13 This item was deferred

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) ATTHE ORLANDO INTERNATIONAL AIRPORT 14 This item was deferred

Minutes of the Construction Committee Meeting February 18 2020 Page 37 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING ENVIRONMENTAL ENGINEERING CONSULTANT SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC FOR INSTALLATIONOF NEW MONITORING WELLS IMPLEMENTATION OF ONE SEMI-ANNUAL POST-ACTIVE REMEDIATIONMONITORING (PARM) AND PREPARATION OF ONE PARM REPORT AT THE FORMER DAYRON FACILITYFOR W-00072 OEA REMEDIATION OF DAYRON PLUME AT THE ORLANDO EXECUTIVE AIRPORT 15 Mr Carrington presented the memorandum dated February 18 2020 along with a proposal from AECOM Technical Services Inc dated February 10 2020 to provide for the installation of eleven new monitoring wells implementation of one semi-annual groundwater Post-Active Remediation Monitoring (PARM) and the preparation and submission of one PARM report at the former Dayron Facility at the OrlandoExecutive Airport The one semi-annual PARM monitoring event to be performed in late March or early April 2020

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that AECOM Technical Services Inc proposes 331 MWBE and 80 LDB participation on this Addendum

Mr Ruohomaki asked if this was in pursuit of a NFA designation (No Further Action)Mr Carrington answered yes

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve an Addendum to the Continuing Environmental Engineering Consultant Services Agreement with AECOMTechnical Services Inc for Installation of New Monitoring Wells Implementation of One Semi-Annual Post-Active Remediation Monitoring (PARM) and Preparation of One PARM Report at the Former Dayron Facility for W-00072 OEA Remediation of DayronPlume at the Orlando Executive Airport for the total amount of $7150000 which includes the not-to-exceed fee amount of $4112700 and the not-to-exceed reimbursable expense amount of $3037300 with funding from OEA Environmental Liability Funds

REQUEST FOR RECOMMENDATION OF APPROVAL OF NO-COST ADDENDA TO THE CONTINUING TRANSPORTATION PLANNING CONSULTING SERVICES AGREEMENTS TO EXERCISE THE SECOND AND FINAL ONE-YEAR RENEWAL OPTION 16 Ms Anderson presented the memorandum dated February 18 2020 requesting the recommendation of approval of No-Cost Addenda to the Continuing Transportation Planning Consulting Services Agreements to exercise the second and final one-year renewal option In June 2016 the Aviation Authority Board approved ContinuingTransportation Planning Consulting Services Agreement with the below firms Theprovisions in the agreement include a base three-year term with two subsequent optional one-year renewal periods upon mutual agreement of the parties

Each firmrsquos first one-year renewal expires as follows

Firm Expiration Date HNTB Corporation July 26 2020 HDR Engineering Inc September 12 2020

In order to maintain these services on an as-needed basis for routine operations staff requires the services of the above-referenced firms The firms were requested to provide their concurrence to exercise the second and final one-year renewal option

Upon motion of Mr Patterson second by Mr Hunt vote carried to recommend to theAviation Authority Board approval of No-Cost Addenda to the Continuing Transportation

Minutes of the Construction Committee Meeting February 18 2020 Page 38 of 39

Planning Consulting Services Agreements to Exercise the Second and Final One-Year Renewal Option there is no fiscal impact associated with this item

REQUEST FOR APPROVAL OF CONTRACTORrsquoS FINAL PAYMENT TO HL PRUITT CORPORATION FOR E-00212 INVENTORY AND MARKING OF AIRFIELD LIGHTING AT THE ORLANDO INTERNATIONALAIRPORT 17 Mr Patterson presented the memorandum dated February 18 2020 requesting the Contractorrsquos Final Payment to HL Pruitt Corporation for E-00212 Inventory andMarking of Airfield Lighting at the Orlando International Airport The Construction Contract for the referenced project has been completed and all issues involving the Contractor have been addressed and resolved

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve theContractorrsquos Final Payment Authorization to HL Pruitt Corporation for E-00212Inventory and marking of Airfield Lighting at the Orlando International Airport

INFORMATION ITEMS

18 The following items were presented for information only

A Field Change Order (FCO) Log

B Revised Supporting Documentation for Change Order PS-00329-11 Parking Access and Revenue Control System (PARCS) Replacement at The OrlandoInternational Airport [From Construction Committee on July 30 2019 ItemNo 1-F] [The Construction Committee determined that this information item should be converted to an action item and it was motioned with Item No 2-B]

C Revised Coversheet for Hensel Phelps Construction to issue a SubcontractModification to Inland Construction and Engineering Inc for BP-S00144South Terminal C Phase 1 - Airside Enclosure amp Exterior Finishes (GMPNo 6-S2) at The Orlando International Airport [From ConstructionCommittee on November 26 2019 Item No 2-D]

D Additional Supporting Documentation for Request for Recommendation ofApproval of an Amendment to Addendum No 7 to the Construction Management at Risk (CMR) Entity Services for the South Terminal C Phase 1 (STC-P1)Agreement with Turner-Kiewit Joint Venture for BP-S00150 South TerminalC Phase 1 ndash Parking Facility (GMP 9-S) at The Orlando International Airport [From Construction Committee on December 17 2019 Item No 5]

E Revised Coversheet for Request for Approval of an Addendum to the Technology and Multi-Media Specialty Engineer for the South Terminal CPhase 1 Agreement with Burns Engineering Inc for Design Services related to Customs Border and Patrol (CBP) final review for W-S00113 South Terminal C Phase 1 ndash Experiential Media Environment (EME) at The OrlandoInternational Airport [From Construction Committee on February 4 2020Item No 10]

F Office of Small Business Participation Memorandum for the Request forRecommendation of Approval of the FFampE and IT Estimate Procurement Plan and Process for Updating the Construction Committee for W-S00145 SouthTerminal C Phase 1 and Phase 1X (STC-P1 and P1X) Owner Furnished FFampE and IT Items at The Orlando International Airport [From ConstructionCommittee on February 4 2020 Item No 11]

______________________________

Minutes of the Construction Committee Meeting February 18 2020 Page 39 of 39

ADJOURNMENT

19 There being no further business for discussion the meeting was adjourned at 910 am

Kathleen Sharman Vice Chair Construction Committee Chief Financial Officer

Page 31: On TUESDAY, FEBRUARY 18, 2020 , the CONSTRUCTION … · Mike Patterson, Director of Construction . Gary Hunt, Director of Maintenance . ... Steve Pue, GOAA Maintenance . Vendla Davermann,

Minutes of the Construction Committee Meeting February 18 2020 Page 31 of 39

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $2817800 with fundingfrom General Airport Revenue Bonds

AA Subcontractor Modification for BP-S00178 (GMP No 19-S) with Kiewit Infrastructure South Co for CR0672-AFC-Test Pit Remediation Mr Guirgespresented the memorandum requesting approval for Turner-Kiewit Joint Venture(TKJV) to issue a Subcontract Modification on BP-S00178 South Terminal C Phase 1 - Airfield Civil (GMP No 19-S) at the Orlando International Airport in the total amount of $6069900 to Kiewit Infrastructure South Co forCR0672-AFC-Asphalt Millings Shortage Bid Package 34101 Site Electricaland Communications was previously awarded within GMP No 19-S to Kiewit Infrastructure South Co CC No 20190604026

TKJV is proposing a subcontract modification to Kiewit Infrastructure South Co in the total lump sum amount of $6069900 for CR0672-AFC-Asphalt MillingsShortage The modified scope of work consists of all costs associated withasphalt milling RAP (Reclaimed Asphalt Pavement) for use on crane pads accessroad and pedestrian paths as tracked by the time and material (TampM) tickets

The approval of this subcontract modification to Kiewit Infrastructure SouthCo resolves all requests for cost and time for the scope of work delineatedin AFC-Asphalt Millings Shortage

TKJV has submitted documentation including the subcontractors proposal to support their request An independent cost review 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 Kiewit Infrastructure South Co in the lump sum amount of $ 6069900 Deduct from P1 Owner Contingency $ (2724800) Deduct from P1X Owner Contingency $ (3345100)

Turner-Kiewit Joint Venture is committed to 20 MWBE and 4 LDB participationfor Construction Services The subcontractor identified and committed to participate on BP-S00178 (GMP No 19-S) for this subcontract modification is Kiewit Infrastructure South Co (Non-MWBELDB) There is 87 LDB participation associated with this modification

Agenda Item Nos 3-A 3-B 3-C 3-D 3-E 3-F 3-G 3-H 3-I 3-J 3-K 3-L3-M 3-N 3-O 3-P 3-Q 3-R 3-S 3-T 3-U 3-V 3-W 3-X 3-Y 3-Z and 3-AA were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve Turner-Kiewit Joint Venture to issue a Subcontractor Modification to Kiewit Infrastructure South Co on BP-S00178 South Terminal C Phase 1 - AirfieldCivil (GMP No 19-S) for the total lump sum amount of $6069900 with fundingfrom General Airport Revenue Bonds

Minutes of the Construction Committee Meeting February 18 2020 Page 32 of 39

GENERAL

REQUEST FOR APPROVAL TO REIMBURSE THE HYATT FOR WORK PERFORMED DURING BP-00474HYATT REGENCY GUEST ROOMCORRIDOR RENOVATION AT THE ORLANDO INTERNATIONAL AIRPORT 4 Ms Grant presented the memorandum dated February 18 2020 along with aninvoice from Hyatt Regency dated September 30 2019 for BP-00474 Hyatt GuestRoomCorridor Renovation at the Orlando International Airport The invoice is to provide reimbursement for emergency work to clean the 7th Floor after a sprinkler activation repair cut phone lines in several rooms and clean rooms for turnover which was not completed by the General Contractor (GC) in time to turn over thoserooms

If approved this reimbursement would be effective February 18 2020

Ms Schneider asked if the contractor was back-billed for this Mr Ruohomaki answered no that this is a negotiated settlement Vice Chair Sharman stated that this was done to finish the renovations and open the areas earlier which was in the best interest of the Aviation Authority

Vice Chair Sharman asked if R W Block Consulting Inc had reviewed the invoiceand will sign-off on it Mr Kurek answered yes it will be signed

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve to Reimbursethe Hyatt Regency for Work performed during BP-00474 Hyatt Guest RoomCorridor Renovation for the total lump sum fee amount of $926994 with funding frompreviously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 107 TO THE CONTINUING PROGRAMAND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR A NO-COST STAFFING CHANGE FOR THE CONSTRUCTION PHASE OAR SERVICES FOR BP-00482 GATE E-50 AND CHECKPOINT CHARLIE DEVELOPMENT ATTHE ORLANDO INTERNATIONAL AIRPORT 5 Mr Sorondo presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 5 2020 for a No-Cost Staffing Change for the Construction Phase OAR Services forBP-00482 Gate E-50 and Checkpoint Charlie Development at the Orlando International Airport On September 24 2019 the Construction Committee approved Addendum No107 to the above-referenced agreement in the amount of $24677100 for ConstructionPhase OAR Services Since that time a no-cost staffing change is being requested to replace the JMATT Construction Services LLC Senior Inspector who is stillengaged on another project with an A2 Group Inc Inspector and a Geotech Consultants International Inc dba GCI Inc Senior Inspector as furthered described in the Consultantrsquos proposal

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contractrsquos MWBELDBVBE specifications and determined that the proposed no-cost staffing change includes a reduction to JMATT Construction Services LLC (MWBE)in the amount of ($5355000) and an add to A2 Group Inc (DBE) in the amount of$2100000 resulting in an overall 28 MWBE participation for this Addendum No 107 and Amendment Nos 1 and 2

Vice Chair Sharman asked if Geotech Consultants International Inc dba GCI Inc was switching subconsultants Mr Sorondo answered yes

Minutes of the Construction Committee Meeting February 18 2020 Page 33 of 39

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 107 to the Continuing Program and Project Management Services (OARPrime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for No-Cost Staffing Change for the Construction Phase OAR Services for BP-00482 Gate E-50 and Checkpoint Charlie Development there is no fiscal impact associatedwith this item

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN AMENDMENT TO PURCHASING CONTRACT 01-20 PERSONNEL SCREENING SERVICES WITH COVENANT AVIATION SECURITY AT THE ORLANDO INTERNATIONAL AIRPORT 6 Mr Shedek presented the memorandum dated February 18 2020 for Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC at the Orlando International Airport On January 7 2020 the Construction Committee approved Agenda Item No 11 for anAmendment to Purchasing Contract 01-20 Personnel Screening Services with CovenantAviation Security LLC for Personnel Screening Services on BP-00491 West Security Screening Checkpoint Expansion - Package 2 for a total not-to-exceed expense amountof $200000 with funding from project funds (ie previously-approved CapitalExpenditure Funds and General Airport Revenue Bonds) Since then it has been determined that these services will not be required

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC there is no fiscal impact associatedwith this item

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR E-00264 NORTH PARK PLACE LIGHT POLE REPLACEMENT AT THE ORLANDO INTERNATIONAL AIRPORT 7 Mr Graham presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for E-00264 North Park Place Light PoleReplacement at the Orlando International Airport The scope of the project is toremove and replace 49 parking lot light poles located in the North Park Place parkinglot re-install the existing light fixtures and provide ancillary replacement parts as necessary at the Orlando International Airport

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 42 MWBE participation on this Addendum

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for E-00264 North Park Place Light Pole Replacement for the total not-to-exceed fee amount of $2396100 with funding from previously-approved Discretionary Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 34 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE TICKET LOBBY MODIFICATIONS ANDIMPROVEMENTS AGREEMENT WITH CT HSU amp ASSOCIATES PA FOR CONSTRUCTION ADMINISTRATION SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 8 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from CT Hsu amp Associates PA dated January 30 2020 to provide Construction Administration Services for V-00906 West Checkpoint Video Walls a the Orlando International Airport Services will include CA services shop drawing review and coordination for the installation of the four LED video walls under the Chilirsquos Restaurant at the West Security Checkpoint A and B Sides

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that CT Hsu ampAssociates PA proposes 604 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Ticket Lobby Modifications and Improvements Agreement with CT Hsuamp Associates PA for Construction Administration Services for V-00906 West Checkpoint Video Walls for the total amount of $5624000 which includes the not-to-exceed fee amount of $5511700 and the not-to-exceed reimbursable expense amount of $112300 with funding from previously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 9 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for the above referenced project This project provides two large and two small Video Walls in the West Checkpoint area ofthe Great Hall on Landside Level 3

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 694 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for Construction Phase OAR Services for V-00906 West Checkpoint Video Walls for the total not-to-exceed fee amount of $4771500 with funding from previously-approved Capital Expenditure Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 35 of 39

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 19 TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT (OAR PRIME ENTITY) SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC TO PROVIDE ADDITIONAL CONSTRUCTION PHASE OAR SERVICES FOR V-00933 PODS A AND B FLOOR REPAIR AT THE ORLANDO INTERNATIONAL AIRPORT 10 Mr Willems presented the memorandum dated February 18 2020 along with aproposal from AECOM Technical Services Inc dated January 23 2020 to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair at the Orlando International Airport On November 19 2019 the Construction Committee approved Addendum No 19 in the amount of $714400 to the above-referencedagreement Since that time it has been determined that additional Construction Phase OAR Services are required as furthered described in the Consultantrsquos proposal dated January 23 2020

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the required services AECOM Technical Services Inc does not propose any MWBE LDB or VBE participation on this Amendment

Mr Patterson asked if this work will be ending next week Mr Willems answered yes

Mr Patterson stated that the timing of the work needed to be coordinated withOperations to avoid the holiday rush Mr Ruohomaki stated that due to these timingissues the OAR (AECOM Technical Services Inc) needs additional time to continue providing OAR Services on the project through close-out

Vice Chair Sharman asked if RW Block Consulting Inc had any outstanding issues with this request Ms Rainey responded that a change order on V-00933 requestinga time extension has not been received Mr Willems stated that the Contractor has not yet requested additional time but that a change order can be submitted to asubsequent Construction Committee Meeting Vice Chair Sharman asked if RW Block Consulting Inc would be amenable to this request once the change order is receivedMs Rainey answered yes [Subsequent to the Construction Committee meeting following review by the Contractor and OAR it was determined that a time extension change order would not be required RW Block Consulting Inc finds this item acceptable]

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 19 to the Continuing Program and Project Management (OAR Prime Entity) Services Agreement with AECOM Technical Services Inc to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair for thetotal not-to-exceed fee amount of $676800 with funding from previously-approvedOperation and Maintenance Funds

REQUEST FOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH HW DAVIS CONSTRUCTION INC FORV-00957 REPAIR SUB-CANOPIES LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 11 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from HW Davis Construction Inc dated October 23 2019 for V-00957Repair Sub-Canopies Level 3 A and B Enplane Drive at the Orlando InternationalAirport Project scope is to provide all labor equipment and materials to fabricatedeliver and install new fabric cover strips at diagonal steel braces at the sub-canopies rain protection covers at nine canopy locations and repair two separatedcable pockets at Canopy Nos 6 and 16 at the Orlando International Airport The duration of the project is 30 calendar days for Substantial Completion and 30

Minutes of the Construction Committee Meeting February 18 2020 Page 36 of 39

calendar days for Final Completion with a contemplated Notice to Proceed (NTP) date of February 24 2020

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that due to the limited scope of the required services HW Davis Construction Inc does notpropose any MWBELDBVBE participation on this Job Order Construction Services Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve a JobOrder Construction Services Addendum to the Continuing Vertical Construction Services Agreement with HW Davis Construction Inc for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total direct-negotiated amount of $3573300 andwaive the requirement for Performance and Payment Bonds with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR V-00957 REPAIR SUB-CANOPIES AT LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 12 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated January 31 2020 is to provide Construction Phase OAR Services on the above-referenced project

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the services to be provided Geotech Consultants International Inc dba GCI Inc does not propose any MWBELDBVBE participation on this Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total not-to-exceed fee amount of $290700 with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH GOMEZ CONSTRUCTION COMPANY FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) AT THE ORLANDO INTERNATIONAL AIRPORT 13 This item was deferred

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) ATTHE ORLANDO INTERNATIONAL AIRPORT 14 This item was deferred

Minutes of the Construction Committee Meeting February 18 2020 Page 37 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING ENVIRONMENTAL ENGINEERING CONSULTANT SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC FOR INSTALLATIONOF NEW MONITORING WELLS IMPLEMENTATION OF ONE SEMI-ANNUAL POST-ACTIVE REMEDIATIONMONITORING (PARM) AND PREPARATION OF ONE PARM REPORT AT THE FORMER DAYRON FACILITYFOR W-00072 OEA REMEDIATION OF DAYRON PLUME AT THE ORLANDO EXECUTIVE AIRPORT 15 Mr Carrington presented the memorandum dated February 18 2020 along with a proposal from AECOM Technical Services Inc dated February 10 2020 to provide for the installation of eleven new monitoring wells implementation of one semi-annual groundwater Post-Active Remediation Monitoring (PARM) and the preparation and submission of one PARM report at the former Dayron Facility at the OrlandoExecutive Airport The one semi-annual PARM monitoring event to be performed in late March or early April 2020

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that AECOM Technical Services Inc proposes 331 MWBE and 80 LDB participation on this Addendum

Mr Ruohomaki asked if this was in pursuit of a NFA designation (No Further Action)Mr Carrington answered yes

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve an Addendum to the Continuing Environmental Engineering Consultant Services Agreement with AECOMTechnical Services Inc for Installation of New Monitoring Wells Implementation of One Semi-Annual Post-Active Remediation Monitoring (PARM) and Preparation of One PARM Report at the Former Dayron Facility for W-00072 OEA Remediation of DayronPlume at the Orlando Executive Airport for the total amount of $7150000 which includes the not-to-exceed fee amount of $4112700 and the not-to-exceed reimbursable expense amount of $3037300 with funding from OEA Environmental Liability Funds

REQUEST FOR RECOMMENDATION OF APPROVAL OF NO-COST ADDENDA TO THE CONTINUING TRANSPORTATION PLANNING CONSULTING SERVICES AGREEMENTS TO EXERCISE THE SECOND AND FINAL ONE-YEAR RENEWAL OPTION 16 Ms Anderson presented the memorandum dated February 18 2020 requesting the recommendation of approval of No-Cost Addenda to the Continuing Transportation Planning Consulting Services Agreements to exercise the second and final one-year renewal option In June 2016 the Aviation Authority Board approved ContinuingTransportation Planning Consulting Services Agreement with the below firms Theprovisions in the agreement include a base three-year term with two subsequent optional one-year renewal periods upon mutual agreement of the parties

Each firmrsquos first one-year renewal expires as follows

Firm Expiration Date HNTB Corporation July 26 2020 HDR Engineering Inc September 12 2020

In order to maintain these services on an as-needed basis for routine operations staff requires the services of the above-referenced firms The firms were requested to provide their concurrence to exercise the second and final one-year renewal option

Upon motion of Mr Patterson second by Mr Hunt vote carried to recommend to theAviation Authority Board approval of No-Cost Addenda to the Continuing Transportation

Minutes of the Construction Committee Meeting February 18 2020 Page 38 of 39

Planning Consulting Services Agreements to Exercise the Second and Final One-Year Renewal Option there is no fiscal impact associated with this item

REQUEST FOR APPROVAL OF CONTRACTORrsquoS FINAL PAYMENT TO HL PRUITT CORPORATION FOR E-00212 INVENTORY AND MARKING OF AIRFIELD LIGHTING AT THE ORLANDO INTERNATIONALAIRPORT 17 Mr Patterson presented the memorandum dated February 18 2020 requesting the Contractorrsquos Final Payment to HL Pruitt Corporation for E-00212 Inventory andMarking of Airfield Lighting at the Orlando International Airport The Construction Contract for the referenced project has been completed and all issues involving the Contractor have been addressed and resolved

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve theContractorrsquos Final Payment Authorization to HL Pruitt Corporation for E-00212Inventory and marking of Airfield Lighting at the Orlando International Airport

INFORMATION ITEMS

18 The following items were presented for information only

A Field Change Order (FCO) Log

B Revised Supporting Documentation for Change Order PS-00329-11 Parking Access and Revenue Control System (PARCS) Replacement at The OrlandoInternational Airport [From Construction Committee on July 30 2019 ItemNo 1-F] [The Construction Committee determined that this information item should be converted to an action item and it was motioned with Item No 2-B]

C Revised Coversheet for Hensel Phelps Construction to issue a SubcontractModification to Inland Construction and Engineering Inc for BP-S00144South Terminal C Phase 1 - Airside Enclosure amp Exterior Finishes (GMPNo 6-S2) at The Orlando International Airport [From ConstructionCommittee on November 26 2019 Item No 2-D]

D Additional Supporting Documentation for Request for Recommendation ofApproval of an Amendment to Addendum No 7 to the Construction Management at Risk (CMR) Entity Services for the South Terminal C Phase 1 (STC-P1)Agreement with Turner-Kiewit Joint Venture for BP-S00150 South TerminalC Phase 1 ndash Parking Facility (GMP 9-S) at The Orlando International Airport [From Construction Committee on December 17 2019 Item No 5]

E Revised Coversheet for Request for Approval of an Addendum to the Technology and Multi-Media Specialty Engineer for the South Terminal CPhase 1 Agreement with Burns Engineering Inc for Design Services related to Customs Border and Patrol (CBP) final review for W-S00113 South Terminal C Phase 1 ndash Experiential Media Environment (EME) at The OrlandoInternational Airport [From Construction Committee on February 4 2020Item No 10]

F Office of Small Business Participation Memorandum for the Request forRecommendation of Approval of the FFampE and IT Estimate Procurement Plan and Process for Updating the Construction Committee for W-S00145 SouthTerminal C Phase 1 and Phase 1X (STC-P1 and P1X) Owner Furnished FFampE and IT Items at The Orlando International Airport [From ConstructionCommittee on February 4 2020 Item No 11]

______________________________

Minutes of the Construction Committee Meeting February 18 2020 Page 39 of 39

ADJOURNMENT

19 There being no further business for discussion the meeting was adjourned at 910 am

Kathleen Sharman Vice Chair Construction Committee Chief Financial Officer

Page 32: On TUESDAY, FEBRUARY 18, 2020 , the CONSTRUCTION … · Mike Patterson, Director of Construction . Gary Hunt, Director of Maintenance . ... Steve Pue, GOAA Maintenance . Vendla Davermann,

Minutes of the Construction Committee Meeting February 18 2020 Page 32 of 39

GENERAL

REQUEST FOR APPROVAL TO REIMBURSE THE HYATT FOR WORK PERFORMED DURING BP-00474HYATT REGENCY GUEST ROOMCORRIDOR RENOVATION AT THE ORLANDO INTERNATIONAL AIRPORT 4 Ms Grant presented the memorandum dated February 18 2020 along with aninvoice from Hyatt Regency dated September 30 2019 for BP-00474 Hyatt GuestRoomCorridor Renovation at the Orlando International Airport The invoice is to provide reimbursement for emergency work to clean the 7th Floor after a sprinkler activation repair cut phone lines in several rooms and clean rooms for turnover which was not completed by the General Contractor (GC) in time to turn over thoserooms

If approved this reimbursement would be effective February 18 2020

Ms Schneider asked if the contractor was back-billed for this Mr Ruohomaki answered no that this is a negotiated settlement Vice Chair Sharman stated that this was done to finish the renovations and open the areas earlier which was in the best interest of the Aviation Authority

Vice Chair Sharman asked if R W Block Consulting Inc had reviewed the invoiceand will sign-off on it Mr Kurek answered yes it will be signed

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve to Reimbursethe Hyatt Regency for Work performed during BP-00474 Hyatt Guest RoomCorridor Renovation for the total lump sum fee amount of $926994 with funding frompreviously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 107 TO THE CONTINUING PROGRAMAND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR A NO-COST STAFFING CHANGE FOR THE CONSTRUCTION PHASE OAR SERVICES FOR BP-00482 GATE E-50 AND CHECKPOINT CHARLIE DEVELOPMENT ATTHE ORLANDO INTERNATIONAL AIRPORT 5 Mr Sorondo presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 5 2020 for a No-Cost Staffing Change for the Construction Phase OAR Services forBP-00482 Gate E-50 and Checkpoint Charlie Development at the Orlando International Airport On September 24 2019 the Construction Committee approved Addendum No107 to the above-referenced agreement in the amount of $24677100 for ConstructionPhase OAR Services Since that time a no-cost staffing change is being requested to replace the JMATT Construction Services LLC Senior Inspector who is stillengaged on another project with an A2 Group Inc Inspector and a Geotech Consultants International Inc dba GCI Inc Senior Inspector as furthered described in the Consultantrsquos proposal

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contractrsquos MWBELDBVBE specifications and determined that the proposed no-cost staffing change includes a reduction to JMATT Construction Services LLC (MWBE)in the amount of ($5355000) and an add to A2 Group Inc (DBE) in the amount of$2100000 resulting in an overall 28 MWBE participation for this Addendum No 107 and Amendment Nos 1 and 2

Vice Chair Sharman asked if Geotech Consultants International Inc dba GCI Inc was switching subconsultants Mr Sorondo answered yes

Minutes of the Construction Committee Meeting February 18 2020 Page 33 of 39

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 107 to the Continuing Program and Project Management Services (OARPrime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for No-Cost Staffing Change for the Construction Phase OAR Services for BP-00482 Gate E-50 and Checkpoint Charlie Development there is no fiscal impact associatedwith this item

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN AMENDMENT TO PURCHASING CONTRACT 01-20 PERSONNEL SCREENING SERVICES WITH COVENANT AVIATION SECURITY AT THE ORLANDO INTERNATIONAL AIRPORT 6 Mr Shedek presented the memorandum dated February 18 2020 for Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC at the Orlando International Airport On January 7 2020 the Construction Committee approved Agenda Item No 11 for anAmendment to Purchasing Contract 01-20 Personnel Screening Services with CovenantAviation Security LLC for Personnel Screening Services on BP-00491 West Security Screening Checkpoint Expansion - Package 2 for a total not-to-exceed expense amountof $200000 with funding from project funds (ie previously-approved CapitalExpenditure Funds and General Airport Revenue Bonds) Since then it has been determined that these services will not be required

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC there is no fiscal impact associatedwith this item

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR E-00264 NORTH PARK PLACE LIGHT POLE REPLACEMENT AT THE ORLANDO INTERNATIONAL AIRPORT 7 Mr Graham presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for E-00264 North Park Place Light PoleReplacement at the Orlando International Airport The scope of the project is toremove and replace 49 parking lot light poles located in the North Park Place parkinglot re-install the existing light fixtures and provide ancillary replacement parts as necessary at the Orlando International Airport

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 42 MWBE participation on this Addendum

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for E-00264 North Park Place Light Pole Replacement for the total not-to-exceed fee amount of $2396100 with funding from previously-approved Discretionary Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 34 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE TICKET LOBBY MODIFICATIONS ANDIMPROVEMENTS AGREEMENT WITH CT HSU amp ASSOCIATES PA FOR CONSTRUCTION ADMINISTRATION SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 8 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from CT Hsu amp Associates PA dated January 30 2020 to provide Construction Administration Services for V-00906 West Checkpoint Video Walls a the Orlando International Airport Services will include CA services shop drawing review and coordination for the installation of the four LED video walls under the Chilirsquos Restaurant at the West Security Checkpoint A and B Sides

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that CT Hsu ampAssociates PA proposes 604 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Ticket Lobby Modifications and Improvements Agreement with CT Hsuamp Associates PA for Construction Administration Services for V-00906 West Checkpoint Video Walls for the total amount of $5624000 which includes the not-to-exceed fee amount of $5511700 and the not-to-exceed reimbursable expense amount of $112300 with funding from previously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 9 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for the above referenced project This project provides two large and two small Video Walls in the West Checkpoint area ofthe Great Hall on Landside Level 3

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 694 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for Construction Phase OAR Services for V-00906 West Checkpoint Video Walls for the total not-to-exceed fee amount of $4771500 with funding from previously-approved Capital Expenditure Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 35 of 39

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 19 TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT (OAR PRIME ENTITY) SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC TO PROVIDE ADDITIONAL CONSTRUCTION PHASE OAR SERVICES FOR V-00933 PODS A AND B FLOOR REPAIR AT THE ORLANDO INTERNATIONAL AIRPORT 10 Mr Willems presented the memorandum dated February 18 2020 along with aproposal from AECOM Technical Services Inc dated January 23 2020 to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair at the Orlando International Airport On November 19 2019 the Construction Committee approved Addendum No 19 in the amount of $714400 to the above-referencedagreement Since that time it has been determined that additional Construction Phase OAR Services are required as furthered described in the Consultantrsquos proposal dated January 23 2020

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the required services AECOM Technical Services Inc does not propose any MWBE LDB or VBE participation on this Amendment

Mr Patterson asked if this work will be ending next week Mr Willems answered yes

Mr Patterson stated that the timing of the work needed to be coordinated withOperations to avoid the holiday rush Mr Ruohomaki stated that due to these timingissues the OAR (AECOM Technical Services Inc) needs additional time to continue providing OAR Services on the project through close-out

Vice Chair Sharman asked if RW Block Consulting Inc had any outstanding issues with this request Ms Rainey responded that a change order on V-00933 requestinga time extension has not been received Mr Willems stated that the Contractor has not yet requested additional time but that a change order can be submitted to asubsequent Construction Committee Meeting Vice Chair Sharman asked if RW Block Consulting Inc would be amenable to this request once the change order is receivedMs Rainey answered yes [Subsequent to the Construction Committee meeting following review by the Contractor and OAR it was determined that a time extension change order would not be required RW Block Consulting Inc finds this item acceptable]

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 19 to the Continuing Program and Project Management (OAR Prime Entity) Services Agreement with AECOM Technical Services Inc to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair for thetotal not-to-exceed fee amount of $676800 with funding from previously-approvedOperation and Maintenance Funds

REQUEST FOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH HW DAVIS CONSTRUCTION INC FORV-00957 REPAIR SUB-CANOPIES LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 11 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from HW Davis Construction Inc dated October 23 2019 for V-00957Repair Sub-Canopies Level 3 A and B Enplane Drive at the Orlando InternationalAirport Project scope is to provide all labor equipment and materials to fabricatedeliver and install new fabric cover strips at diagonal steel braces at the sub-canopies rain protection covers at nine canopy locations and repair two separatedcable pockets at Canopy Nos 6 and 16 at the Orlando International Airport The duration of the project is 30 calendar days for Substantial Completion and 30

Minutes of the Construction Committee Meeting February 18 2020 Page 36 of 39

calendar days for Final Completion with a contemplated Notice to Proceed (NTP) date of February 24 2020

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that due to the limited scope of the required services HW Davis Construction Inc does notpropose any MWBELDBVBE participation on this Job Order Construction Services Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve a JobOrder Construction Services Addendum to the Continuing Vertical Construction Services Agreement with HW Davis Construction Inc for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total direct-negotiated amount of $3573300 andwaive the requirement for Performance and Payment Bonds with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR V-00957 REPAIR SUB-CANOPIES AT LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 12 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated January 31 2020 is to provide Construction Phase OAR Services on the above-referenced project

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the services to be provided Geotech Consultants International Inc dba GCI Inc does not propose any MWBELDBVBE participation on this Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total not-to-exceed fee amount of $290700 with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH GOMEZ CONSTRUCTION COMPANY FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) AT THE ORLANDO INTERNATIONAL AIRPORT 13 This item was deferred

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) ATTHE ORLANDO INTERNATIONAL AIRPORT 14 This item was deferred

Minutes of the Construction Committee Meeting February 18 2020 Page 37 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING ENVIRONMENTAL ENGINEERING CONSULTANT SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC FOR INSTALLATIONOF NEW MONITORING WELLS IMPLEMENTATION OF ONE SEMI-ANNUAL POST-ACTIVE REMEDIATIONMONITORING (PARM) AND PREPARATION OF ONE PARM REPORT AT THE FORMER DAYRON FACILITYFOR W-00072 OEA REMEDIATION OF DAYRON PLUME AT THE ORLANDO EXECUTIVE AIRPORT 15 Mr Carrington presented the memorandum dated February 18 2020 along with a proposal from AECOM Technical Services Inc dated February 10 2020 to provide for the installation of eleven new monitoring wells implementation of one semi-annual groundwater Post-Active Remediation Monitoring (PARM) and the preparation and submission of one PARM report at the former Dayron Facility at the OrlandoExecutive Airport The one semi-annual PARM monitoring event to be performed in late March or early April 2020

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that AECOM Technical Services Inc proposes 331 MWBE and 80 LDB participation on this Addendum

Mr Ruohomaki asked if this was in pursuit of a NFA designation (No Further Action)Mr Carrington answered yes

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve an Addendum to the Continuing Environmental Engineering Consultant Services Agreement with AECOMTechnical Services Inc for Installation of New Monitoring Wells Implementation of One Semi-Annual Post-Active Remediation Monitoring (PARM) and Preparation of One PARM Report at the Former Dayron Facility for W-00072 OEA Remediation of DayronPlume at the Orlando Executive Airport for the total amount of $7150000 which includes the not-to-exceed fee amount of $4112700 and the not-to-exceed reimbursable expense amount of $3037300 with funding from OEA Environmental Liability Funds

REQUEST FOR RECOMMENDATION OF APPROVAL OF NO-COST ADDENDA TO THE CONTINUING TRANSPORTATION PLANNING CONSULTING SERVICES AGREEMENTS TO EXERCISE THE SECOND AND FINAL ONE-YEAR RENEWAL OPTION 16 Ms Anderson presented the memorandum dated February 18 2020 requesting the recommendation of approval of No-Cost Addenda to the Continuing Transportation Planning Consulting Services Agreements to exercise the second and final one-year renewal option In June 2016 the Aviation Authority Board approved ContinuingTransportation Planning Consulting Services Agreement with the below firms Theprovisions in the agreement include a base three-year term with two subsequent optional one-year renewal periods upon mutual agreement of the parties

Each firmrsquos first one-year renewal expires as follows

Firm Expiration Date HNTB Corporation July 26 2020 HDR Engineering Inc September 12 2020

In order to maintain these services on an as-needed basis for routine operations staff requires the services of the above-referenced firms The firms were requested to provide their concurrence to exercise the second and final one-year renewal option

Upon motion of Mr Patterson second by Mr Hunt vote carried to recommend to theAviation Authority Board approval of No-Cost Addenda to the Continuing Transportation

Minutes of the Construction Committee Meeting February 18 2020 Page 38 of 39

Planning Consulting Services Agreements to Exercise the Second and Final One-Year Renewal Option there is no fiscal impact associated with this item

REQUEST FOR APPROVAL OF CONTRACTORrsquoS FINAL PAYMENT TO HL PRUITT CORPORATION FOR E-00212 INVENTORY AND MARKING OF AIRFIELD LIGHTING AT THE ORLANDO INTERNATIONALAIRPORT 17 Mr Patterson presented the memorandum dated February 18 2020 requesting the Contractorrsquos Final Payment to HL Pruitt Corporation for E-00212 Inventory andMarking of Airfield Lighting at the Orlando International Airport The Construction Contract for the referenced project has been completed and all issues involving the Contractor have been addressed and resolved

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve theContractorrsquos Final Payment Authorization to HL Pruitt Corporation for E-00212Inventory and marking of Airfield Lighting at the Orlando International Airport

INFORMATION ITEMS

18 The following items were presented for information only

A Field Change Order (FCO) Log

B Revised Supporting Documentation for Change Order PS-00329-11 Parking Access and Revenue Control System (PARCS) Replacement at The OrlandoInternational Airport [From Construction Committee on July 30 2019 ItemNo 1-F] [The Construction Committee determined that this information item should be converted to an action item and it was motioned with Item No 2-B]

C Revised Coversheet for Hensel Phelps Construction to issue a SubcontractModification to Inland Construction and Engineering Inc for BP-S00144South Terminal C Phase 1 - Airside Enclosure amp Exterior Finishes (GMPNo 6-S2) at The Orlando International Airport [From ConstructionCommittee on November 26 2019 Item No 2-D]

D Additional Supporting Documentation for Request for Recommendation ofApproval of an Amendment to Addendum No 7 to the Construction Management at Risk (CMR) Entity Services for the South Terminal C Phase 1 (STC-P1)Agreement with Turner-Kiewit Joint Venture for BP-S00150 South TerminalC Phase 1 ndash Parking Facility (GMP 9-S) at The Orlando International Airport [From Construction Committee on December 17 2019 Item No 5]

E Revised Coversheet for Request for Approval of an Addendum to the Technology and Multi-Media Specialty Engineer for the South Terminal CPhase 1 Agreement with Burns Engineering Inc for Design Services related to Customs Border and Patrol (CBP) final review for W-S00113 South Terminal C Phase 1 ndash Experiential Media Environment (EME) at The OrlandoInternational Airport [From Construction Committee on February 4 2020Item No 10]

F Office of Small Business Participation Memorandum for the Request forRecommendation of Approval of the FFampE and IT Estimate Procurement Plan and Process for Updating the Construction Committee for W-S00145 SouthTerminal C Phase 1 and Phase 1X (STC-P1 and P1X) Owner Furnished FFampE and IT Items at The Orlando International Airport [From ConstructionCommittee on February 4 2020 Item No 11]

______________________________

Minutes of the Construction Committee Meeting February 18 2020 Page 39 of 39

ADJOURNMENT

19 There being no further business for discussion the meeting was adjourned at 910 am

Kathleen Sharman Vice Chair Construction Committee Chief Financial Officer

Page 33: On TUESDAY, FEBRUARY 18, 2020 , the CONSTRUCTION … · Mike Patterson, Director of Construction . Gary Hunt, Director of Maintenance . ... Steve Pue, GOAA Maintenance . Vendla Davermann,

Minutes of the Construction Committee Meeting February 18 2020 Page 33 of 39

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 107 to the Continuing Program and Project Management Services (OARPrime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for No-Cost Staffing Change for the Construction Phase OAR Services for BP-00482 Gate E-50 and Checkpoint Charlie Development there is no fiscal impact associatedwith this item

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN AMENDMENT TO PURCHASING CONTRACT 01-20 PERSONNEL SCREENING SERVICES WITH COVENANT AVIATION SECURITY AT THE ORLANDO INTERNATIONAL AIRPORT 6 Mr Shedek presented the memorandum dated February 18 2020 for Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC at the Orlando International Airport On January 7 2020 the Construction Committee approved Agenda Item No 11 for anAmendment to Purchasing Contract 01-20 Personnel Screening Services with CovenantAviation Security LLC for Personnel Screening Services on BP-00491 West Security Screening Checkpoint Expansion - Package 2 for a total not-to-exceed expense amountof $200000 with funding from project funds (ie previously-approved CapitalExpenditure Funds and General Airport Revenue Bonds) Since then it has been determined that these services will not be required

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve Rescission of Prior Approval of an Amendment to Purchasing Contract 01-20 Personnel ScreeningServices with Covenant Aviation Security LLC there is no fiscal impact associatedwith this item

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR E-00264 NORTH PARK PLACE LIGHT POLE REPLACEMENT AT THE ORLANDO INTERNATIONAL AIRPORT 7 Mr Graham presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for E-00264 North Park Place Light PoleReplacement at the Orlando International Airport The scope of the project is toremove and replace 49 parking lot light poles located in the North Park Place parkinglot re-install the existing light fixtures and provide ancillary replacement parts as necessary at the Orlando International Airport

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 42 MWBE participation on this Addendum

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for E-00264 North Park Place Light Pole Replacement for the total not-to-exceed fee amount of $2396100 with funding from previously-approved Discretionary Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 34 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE TICKET LOBBY MODIFICATIONS ANDIMPROVEMENTS AGREEMENT WITH CT HSU amp ASSOCIATES PA FOR CONSTRUCTION ADMINISTRATION SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 8 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from CT Hsu amp Associates PA dated January 30 2020 to provide Construction Administration Services for V-00906 West Checkpoint Video Walls a the Orlando International Airport Services will include CA services shop drawing review and coordination for the installation of the four LED video walls under the Chilirsquos Restaurant at the West Security Checkpoint A and B Sides

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that CT Hsu ampAssociates PA proposes 604 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Ticket Lobby Modifications and Improvements Agreement with CT Hsuamp Associates PA for Construction Administration Services for V-00906 West Checkpoint Video Walls for the total amount of $5624000 which includes the not-to-exceed fee amount of $5511700 and the not-to-exceed reimbursable expense amount of $112300 with funding from previously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 9 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for the above referenced project This project provides two large and two small Video Walls in the West Checkpoint area ofthe Great Hall on Landside Level 3

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 694 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for Construction Phase OAR Services for V-00906 West Checkpoint Video Walls for the total not-to-exceed fee amount of $4771500 with funding from previously-approved Capital Expenditure Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 35 of 39

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 19 TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT (OAR PRIME ENTITY) SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC TO PROVIDE ADDITIONAL CONSTRUCTION PHASE OAR SERVICES FOR V-00933 PODS A AND B FLOOR REPAIR AT THE ORLANDO INTERNATIONAL AIRPORT 10 Mr Willems presented the memorandum dated February 18 2020 along with aproposal from AECOM Technical Services Inc dated January 23 2020 to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair at the Orlando International Airport On November 19 2019 the Construction Committee approved Addendum No 19 in the amount of $714400 to the above-referencedagreement Since that time it has been determined that additional Construction Phase OAR Services are required as furthered described in the Consultantrsquos proposal dated January 23 2020

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the required services AECOM Technical Services Inc does not propose any MWBE LDB or VBE participation on this Amendment

Mr Patterson asked if this work will be ending next week Mr Willems answered yes

Mr Patterson stated that the timing of the work needed to be coordinated withOperations to avoid the holiday rush Mr Ruohomaki stated that due to these timingissues the OAR (AECOM Technical Services Inc) needs additional time to continue providing OAR Services on the project through close-out

Vice Chair Sharman asked if RW Block Consulting Inc had any outstanding issues with this request Ms Rainey responded that a change order on V-00933 requestinga time extension has not been received Mr Willems stated that the Contractor has not yet requested additional time but that a change order can be submitted to asubsequent Construction Committee Meeting Vice Chair Sharman asked if RW Block Consulting Inc would be amenable to this request once the change order is receivedMs Rainey answered yes [Subsequent to the Construction Committee meeting following review by the Contractor and OAR it was determined that a time extension change order would not be required RW Block Consulting Inc finds this item acceptable]

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 19 to the Continuing Program and Project Management (OAR Prime Entity) Services Agreement with AECOM Technical Services Inc to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair for thetotal not-to-exceed fee amount of $676800 with funding from previously-approvedOperation and Maintenance Funds

REQUEST FOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH HW DAVIS CONSTRUCTION INC FORV-00957 REPAIR SUB-CANOPIES LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 11 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from HW Davis Construction Inc dated October 23 2019 for V-00957Repair Sub-Canopies Level 3 A and B Enplane Drive at the Orlando InternationalAirport Project scope is to provide all labor equipment and materials to fabricatedeliver and install new fabric cover strips at diagonal steel braces at the sub-canopies rain protection covers at nine canopy locations and repair two separatedcable pockets at Canopy Nos 6 and 16 at the Orlando International Airport The duration of the project is 30 calendar days for Substantial Completion and 30

Minutes of the Construction Committee Meeting February 18 2020 Page 36 of 39

calendar days for Final Completion with a contemplated Notice to Proceed (NTP) date of February 24 2020

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that due to the limited scope of the required services HW Davis Construction Inc does notpropose any MWBELDBVBE participation on this Job Order Construction Services Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve a JobOrder Construction Services Addendum to the Continuing Vertical Construction Services Agreement with HW Davis Construction Inc for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total direct-negotiated amount of $3573300 andwaive the requirement for Performance and Payment Bonds with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR V-00957 REPAIR SUB-CANOPIES AT LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 12 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated January 31 2020 is to provide Construction Phase OAR Services on the above-referenced project

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the services to be provided Geotech Consultants International Inc dba GCI Inc does not propose any MWBELDBVBE participation on this Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total not-to-exceed fee amount of $290700 with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH GOMEZ CONSTRUCTION COMPANY FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) AT THE ORLANDO INTERNATIONAL AIRPORT 13 This item was deferred

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) ATTHE ORLANDO INTERNATIONAL AIRPORT 14 This item was deferred

Minutes of the Construction Committee Meeting February 18 2020 Page 37 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING ENVIRONMENTAL ENGINEERING CONSULTANT SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC FOR INSTALLATIONOF NEW MONITORING WELLS IMPLEMENTATION OF ONE SEMI-ANNUAL POST-ACTIVE REMEDIATIONMONITORING (PARM) AND PREPARATION OF ONE PARM REPORT AT THE FORMER DAYRON FACILITYFOR W-00072 OEA REMEDIATION OF DAYRON PLUME AT THE ORLANDO EXECUTIVE AIRPORT 15 Mr Carrington presented the memorandum dated February 18 2020 along with a proposal from AECOM Technical Services Inc dated February 10 2020 to provide for the installation of eleven new monitoring wells implementation of one semi-annual groundwater Post-Active Remediation Monitoring (PARM) and the preparation and submission of one PARM report at the former Dayron Facility at the OrlandoExecutive Airport The one semi-annual PARM monitoring event to be performed in late March or early April 2020

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that AECOM Technical Services Inc proposes 331 MWBE and 80 LDB participation on this Addendum

Mr Ruohomaki asked if this was in pursuit of a NFA designation (No Further Action)Mr Carrington answered yes

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve an Addendum to the Continuing Environmental Engineering Consultant Services Agreement with AECOMTechnical Services Inc for Installation of New Monitoring Wells Implementation of One Semi-Annual Post-Active Remediation Monitoring (PARM) and Preparation of One PARM Report at the Former Dayron Facility for W-00072 OEA Remediation of DayronPlume at the Orlando Executive Airport for the total amount of $7150000 which includes the not-to-exceed fee amount of $4112700 and the not-to-exceed reimbursable expense amount of $3037300 with funding from OEA Environmental Liability Funds

REQUEST FOR RECOMMENDATION OF APPROVAL OF NO-COST ADDENDA TO THE CONTINUING TRANSPORTATION PLANNING CONSULTING SERVICES AGREEMENTS TO EXERCISE THE SECOND AND FINAL ONE-YEAR RENEWAL OPTION 16 Ms Anderson presented the memorandum dated February 18 2020 requesting the recommendation of approval of No-Cost Addenda to the Continuing Transportation Planning Consulting Services Agreements to exercise the second and final one-year renewal option In June 2016 the Aviation Authority Board approved ContinuingTransportation Planning Consulting Services Agreement with the below firms Theprovisions in the agreement include a base three-year term with two subsequent optional one-year renewal periods upon mutual agreement of the parties

Each firmrsquos first one-year renewal expires as follows

Firm Expiration Date HNTB Corporation July 26 2020 HDR Engineering Inc September 12 2020

In order to maintain these services on an as-needed basis for routine operations staff requires the services of the above-referenced firms The firms were requested to provide their concurrence to exercise the second and final one-year renewal option

Upon motion of Mr Patterson second by Mr Hunt vote carried to recommend to theAviation Authority Board approval of No-Cost Addenda to the Continuing Transportation

Minutes of the Construction Committee Meeting February 18 2020 Page 38 of 39

Planning Consulting Services Agreements to Exercise the Second and Final One-Year Renewal Option there is no fiscal impact associated with this item

REQUEST FOR APPROVAL OF CONTRACTORrsquoS FINAL PAYMENT TO HL PRUITT CORPORATION FOR E-00212 INVENTORY AND MARKING OF AIRFIELD LIGHTING AT THE ORLANDO INTERNATIONALAIRPORT 17 Mr Patterson presented the memorandum dated February 18 2020 requesting the Contractorrsquos Final Payment to HL Pruitt Corporation for E-00212 Inventory andMarking of Airfield Lighting at the Orlando International Airport The Construction Contract for the referenced project has been completed and all issues involving the Contractor have been addressed and resolved

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve theContractorrsquos Final Payment Authorization to HL Pruitt Corporation for E-00212Inventory and marking of Airfield Lighting at the Orlando International Airport

INFORMATION ITEMS

18 The following items were presented for information only

A Field Change Order (FCO) Log

B Revised Supporting Documentation for Change Order PS-00329-11 Parking Access and Revenue Control System (PARCS) Replacement at The OrlandoInternational Airport [From Construction Committee on July 30 2019 ItemNo 1-F] [The Construction Committee determined that this information item should be converted to an action item and it was motioned with Item No 2-B]

C Revised Coversheet for Hensel Phelps Construction to issue a SubcontractModification to Inland Construction and Engineering Inc for BP-S00144South Terminal C Phase 1 - Airside Enclosure amp Exterior Finishes (GMPNo 6-S2) at The Orlando International Airport [From ConstructionCommittee on November 26 2019 Item No 2-D]

D Additional Supporting Documentation for Request for Recommendation ofApproval of an Amendment to Addendum No 7 to the Construction Management at Risk (CMR) Entity Services for the South Terminal C Phase 1 (STC-P1)Agreement with Turner-Kiewit Joint Venture for BP-S00150 South TerminalC Phase 1 ndash Parking Facility (GMP 9-S) at The Orlando International Airport [From Construction Committee on December 17 2019 Item No 5]

E Revised Coversheet for Request for Approval of an Addendum to the Technology and Multi-Media Specialty Engineer for the South Terminal CPhase 1 Agreement with Burns Engineering Inc for Design Services related to Customs Border and Patrol (CBP) final review for W-S00113 South Terminal C Phase 1 ndash Experiential Media Environment (EME) at The OrlandoInternational Airport [From Construction Committee on February 4 2020Item No 10]

F Office of Small Business Participation Memorandum for the Request forRecommendation of Approval of the FFampE and IT Estimate Procurement Plan and Process for Updating the Construction Committee for W-S00145 SouthTerminal C Phase 1 and Phase 1X (STC-P1 and P1X) Owner Furnished FFampE and IT Items at The Orlando International Airport [From ConstructionCommittee on February 4 2020 Item No 11]

______________________________

Minutes of the Construction Committee Meeting February 18 2020 Page 39 of 39

ADJOURNMENT

19 There being no further business for discussion the meeting was adjourned at 910 am

Kathleen Sharman Vice Chair Construction Committee Chief Financial Officer

Page 34: On TUESDAY, FEBRUARY 18, 2020 , the CONSTRUCTION … · Mike Patterson, Director of Construction . Gary Hunt, Director of Maintenance . ... Steve Pue, GOAA Maintenance . Vendla Davermann,

Minutes of the Construction Committee Meeting February 18 2020 Page 34 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE TICKET LOBBY MODIFICATIONS ANDIMPROVEMENTS AGREEMENT WITH CT HSU amp ASSOCIATES PA FOR CONSTRUCTION ADMINISTRATION SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 8 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from CT Hsu amp Associates PA dated January 30 2020 to provide Construction Administration Services for V-00906 West Checkpoint Video Walls a the Orlando International Airport Services will include CA services shop drawing review and coordination for the installation of the four LED video walls under the Chilirsquos Restaurant at the West Security Checkpoint A and B Sides

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that CT Hsu ampAssociates PA proposes 604 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Ticket Lobby Modifications and Improvements Agreement with CT Hsuamp Associates PA for Construction Administration Services for V-00906 West Checkpoint Video Walls for the total amount of $5624000 which includes the not-to-exceed fee amount of $5511700 and the not-to-exceed reimbursable expense amount of $112300 with funding from previously-approved Capital Expenditure Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00906 WEST CHECKPOINT VIDEO WALLS AT THE ORLANDO INTERNATIONAL AIRPORT 9 Mr Roche presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated February 4 2020 for Construction Phase OAR Services for the above referenced project This project provides two large and two small Video Walls in the West Checkpoint area ofthe Great Hall on Landside Level 3

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that Geotech Consultants International Inc dba GCI Inc proposes 694 MWBE participation on this Addendum

Agenda Item Nos 8 and 9 were considered in one motion

Upon motion of Ms Schneider second by Mr Patterson vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc for Construction Phase OAR Services for V-00906 West Checkpoint Video Walls for the total not-to-exceed fee amount of $4771500 with funding from previously-approved Capital Expenditure Funds

Minutes of the Construction Committee Meeting February 18 2020 Page 35 of 39

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 19 TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT (OAR PRIME ENTITY) SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC TO PROVIDE ADDITIONAL CONSTRUCTION PHASE OAR SERVICES FOR V-00933 PODS A AND B FLOOR REPAIR AT THE ORLANDO INTERNATIONAL AIRPORT 10 Mr Willems presented the memorandum dated February 18 2020 along with aproposal from AECOM Technical Services Inc dated January 23 2020 to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair at the Orlando International Airport On November 19 2019 the Construction Committee approved Addendum No 19 in the amount of $714400 to the above-referencedagreement Since that time it has been determined that additional Construction Phase OAR Services are required as furthered described in the Consultantrsquos proposal dated January 23 2020

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the required services AECOM Technical Services Inc does not propose any MWBE LDB or VBE participation on this Amendment

Mr Patterson asked if this work will be ending next week Mr Willems answered yes

Mr Patterson stated that the timing of the work needed to be coordinated withOperations to avoid the holiday rush Mr Ruohomaki stated that due to these timingissues the OAR (AECOM Technical Services Inc) needs additional time to continue providing OAR Services on the project through close-out

Vice Chair Sharman asked if RW Block Consulting Inc had any outstanding issues with this request Ms Rainey responded that a change order on V-00933 requestinga time extension has not been received Mr Willems stated that the Contractor has not yet requested additional time but that a change order can be submitted to asubsequent Construction Committee Meeting Vice Chair Sharman asked if RW Block Consulting Inc would be amenable to this request once the change order is receivedMs Rainey answered yes [Subsequent to the Construction Committee meeting following review by the Contractor and OAR it was determined that a time extension change order would not be required RW Block Consulting Inc finds this item acceptable]

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 19 to the Continuing Program and Project Management (OAR Prime Entity) Services Agreement with AECOM Technical Services Inc to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair for thetotal not-to-exceed fee amount of $676800 with funding from previously-approvedOperation and Maintenance Funds

REQUEST FOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH HW DAVIS CONSTRUCTION INC FORV-00957 REPAIR SUB-CANOPIES LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 11 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from HW Davis Construction Inc dated October 23 2019 for V-00957Repair Sub-Canopies Level 3 A and B Enplane Drive at the Orlando InternationalAirport Project scope is to provide all labor equipment and materials to fabricatedeliver and install new fabric cover strips at diagonal steel braces at the sub-canopies rain protection covers at nine canopy locations and repair two separatedcable pockets at Canopy Nos 6 and 16 at the Orlando International Airport The duration of the project is 30 calendar days for Substantial Completion and 30

Minutes of the Construction Committee Meeting February 18 2020 Page 36 of 39

calendar days for Final Completion with a contemplated Notice to Proceed (NTP) date of February 24 2020

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that due to the limited scope of the required services HW Davis Construction Inc does notpropose any MWBELDBVBE participation on this Job Order Construction Services Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve a JobOrder Construction Services Addendum to the Continuing Vertical Construction Services Agreement with HW Davis Construction Inc for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total direct-negotiated amount of $3573300 andwaive the requirement for Performance and Payment Bonds with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR V-00957 REPAIR SUB-CANOPIES AT LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 12 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated January 31 2020 is to provide Construction Phase OAR Services on the above-referenced project

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the services to be provided Geotech Consultants International Inc dba GCI Inc does not propose any MWBELDBVBE participation on this Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total not-to-exceed fee amount of $290700 with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH GOMEZ CONSTRUCTION COMPANY FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) AT THE ORLANDO INTERNATIONAL AIRPORT 13 This item was deferred

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) ATTHE ORLANDO INTERNATIONAL AIRPORT 14 This item was deferred

Minutes of the Construction Committee Meeting February 18 2020 Page 37 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING ENVIRONMENTAL ENGINEERING CONSULTANT SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC FOR INSTALLATIONOF NEW MONITORING WELLS IMPLEMENTATION OF ONE SEMI-ANNUAL POST-ACTIVE REMEDIATIONMONITORING (PARM) AND PREPARATION OF ONE PARM REPORT AT THE FORMER DAYRON FACILITYFOR W-00072 OEA REMEDIATION OF DAYRON PLUME AT THE ORLANDO EXECUTIVE AIRPORT 15 Mr Carrington presented the memorandum dated February 18 2020 along with a proposal from AECOM Technical Services Inc dated February 10 2020 to provide for the installation of eleven new monitoring wells implementation of one semi-annual groundwater Post-Active Remediation Monitoring (PARM) and the preparation and submission of one PARM report at the former Dayron Facility at the OrlandoExecutive Airport The one semi-annual PARM monitoring event to be performed in late March or early April 2020

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that AECOM Technical Services Inc proposes 331 MWBE and 80 LDB participation on this Addendum

Mr Ruohomaki asked if this was in pursuit of a NFA designation (No Further Action)Mr Carrington answered yes

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve an Addendum to the Continuing Environmental Engineering Consultant Services Agreement with AECOMTechnical Services Inc for Installation of New Monitoring Wells Implementation of One Semi-Annual Post-Active Remediation Monitoring (PARM) and Preparation of One PARM Report at the Former Dayron Facility for W-00072 OEA Remediation of DayronPlume at the Orlando Executive Airport for the total amount of $7150000 which includes the not-to-exceed fee amount of $4112700 and the not-to-exceed reimbursable expense amount of $3037300 with funding from OEA Environmental Liability Funds

REQUEST FOR RECOMMENDATION OF APPROVAL OF NO-COST ADDENDA TO THE CONTINUING TRANSPORTATION PLANNING CONSULTING SERVICES AGREEMENTS TO EXERCISE THE SECOND AND FINAL ONE-YEAR RENEWAL OPTION 16 Ms Anderson presented the memorandum dated February 18 2020 requesting the recommendation of approval of No-Cost Addenda to the Continuing Transportation Planning Consulting Services Agreements to exercise the second and final one-year renewal option In June 2016 the Aviation Authority Board approved ContinuingTransportation Planning Consulting Services Agreement with the below firms Theprovisions in the agreement include a base three-year term with two subsequent optional one-year renewal periods upon mutual agreement of the parties

Each firmrsquos first one-year renewal expires as follows

Firm Expiration Date HNTB Corporation July 26 2020 HDR Engineering Inc September 12 2020

In order to maintain these services on an as-needed basis for routine operations staff requires the services of the above-referenced firms The firms were requested to provide their concurrence to exercise the second and final one-year renewal option

Upon motion of Mr Patterson second by Mr Hunt vote carried to recommend to theAviation Authority Board approval of No-Cost Addenda to the Continuing Transportation

Minutes of the Construction Committee Meeting February 18 2020 Page 38 of 39

Planning Consulting Services Agreements to Exercise the Second and Final One-Year Renewal Option there is no fiscal impact associated with this item

REQUEST FOR APPROVAL OF CONTRACTORrsquoS FINAL PAYMENT TO HL PRUITT CORPORATION FOR E-00212 INVENTORY AND MARKING OF AIRFIELD LIGHTING AT THE ORLANDO INTERNATIONALAIRPORT 17 Mr Patterson presented the memorandum dated February 18 2020 requesting the Contractorrsquos Final Payment to HL Pruitt Corporation for E-00212 Inventory andMarking of Airfield Lighting at the Orlando International Airport The Construction Contract for the referenced project has been completed and all issues involving the Contractor have been addressed and resolved

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve theContractorrsquos Final Payment Authorization to HL Pruitt Corporation for E-00212Inventory and marking of Airfield Lighting at the Orlando International Airport

INFORMATION ITEMS

18 The following items were presented for information only

A Field Change Order (FCO) Log

B Revised Supporting Documentation for Change Order PS-00329-11 Parking Access and Revenue Control System (PARCS) Replacement at The OrlandoInternational Airport [From Construction Committee on July 30 2019 ItemNo 1-F] [The Construction Committee determined that this information item should be converted to an action item and it was motioned with Item No 2-B]

C Revised Coversheet for Hensel Phelps Construction to issue a SubcontractModification to Inland Construction and Engineering Inc for BP-S00144South Terminal C Phase 1 - Airside Enclosure amp Exterior Finishes (GMPNo 6-S2) at The Orlando International Airport [From ConstructionCommittee on November 26 2019 Item No 2-D]

D Additional Supporting Documentation for Request for Recommendation ofApproval of an Amendment to Addendum No 7 to the Construction Management at Risk (CMR) Entity Services for the South Terminal C Phase 1 (STC-P1)Agreement with Turner-Kiewit Joint Venture for BP-S00150 South TerminalC Phase 1 ndash Parking Facility (GMP 9-S) at The Orlando International Airport [From Construction Committee on December 17 2019 Item No 5]

E Revised Coversheet for Request for Approval of an Addendum to the Technology and Multi-Media Specialty Engineer for the South Terminal CPhase 1 Agreement with Burns Engineering Inc for Design Services related to Customs Border and Patrol (CBP) final review for W-S00113 South Terminal C Phase 1 ndash Experiential Media Environment (EME) at The OrlandoInternational Airport [From Construction Committee on February 4 2020Item No 10]

F Office of Small Business Participation Memorandum for the Request forRecommendation of Approval of the FFampE and IT Estimate Procurement Plan and Process for Updating the Construction Committee for W-S00145 SouthTerminal C Phase 1 and Phase 1X (STC-P1 and P1X) Owner Furnished FFampE and IT Items at The Orlando International Airport [From ConstructionCommittee on February 4 2020 Item No 11]

______________________________

Minutes of the Construction Committee Meeting February 18 2020 Page 39 of 39

ADJOURNMENT

19 There being no further business for discussion the meeting was adjourned at 910 am

Kathleen Sharman Vice Chair Construction Committee Chief Financial Officer

Page 35: On TUESDAY, FEBRUARY 18, 2020 , the CONSTRUCTION … · Mike Patterson, Director of Construction . Gary Hunt, Director of Maintenance . ... Steve Pue, GOAA Maintenance . Vendla Davermann,

Minutes of the Construction Committee Meeting February 18 2020 Page 35 of 39

REQUEST FOR APPROVAL OF AN AMENDMENT TO ADDENDUM NO 19 TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT (OAR PRIME ENTITY) SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC TO PROVIDE ADDITIONAL CONSTRUCTION PHASE OAR SERVICES FOR V-00933 PODS A AND B FLOOR REPAIR AT THE ORLANDO INTERNATIONAL AIRPORT 10 Mr Willems presented the memorandum dated February 18 2020 along with aproposal from AECOM Technical Services Inc dated January 23 2020 to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair at the Orlando International Airport On November 19 2019 the Construction Committee approved Addendum No 19 in the amount of $714400 to the above-referencedagreement Since that time it has been determined that additional Construction Phase OAR Services are required as furthered described in the Consultantrsquos proposal dated January 23 2020

If approved these services would be effective the date of the Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the required services AECOM Technical Services Inc does not propose any MWBE LDB or VBE participation on this Amendment

Mr Patterson asked if this work will be ending next week Mr Willems answered yes

Mr Patterson stated that the timing of the work needed to be coordinated withOperations to avoid the holiday rush Mr Ruohomaki stated that due to these timingissues the OAR (AECOM Technical Services Inc) needs additional time to continue providing OAR Services on the project through close-out

Vice Chair Sharman asked if RW Block Consulting Inc had any outstanding issues with this request Ms Rainey responded that a change order on V-00933 requestinga time extension has not been received Mr Willems stated that the Contractor has not yet requested additional time but that a change order can be submitted to asubsequent Construction Committee Meeting Vice Chair Sharman asked if RW Block Consulting Inc would be amenable to this request once the change order is receivedMs Rainey answered yes [Subsequent to the Construction Committee meeting following review by the Contractor and OAR it was determined that a time extension change order would not be required RW Block Consulting Inc finds this item acceptable]

Upon motion of Mr Hunt second by Mr Patterson vote carried to approve an Amendmentto Addendum No 19 to the Continuing Program and Project Management (OAR Prime Entity) Services Agreement with AECOM Technical Services Inc to provide Additional Construction Phase OAR Services for V-00933 Pods A and B Floor Repair for thetotal not-to-exceed fee amount of $676800 with funding from previously-approvedOperation and Maintenance Funds

REQUEST FOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH HW DAVIS CONSTRUCTION INC FORV-00957 REPAIR SUB-CANOPIES LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 11 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from HW Davis Construction Inc dated October 23 2019 for V-00957Repair Sub-Canopies Level 3 A and B Enplane Drive at the Orlando InternationalAirport Project scope is to provide all labor equipment and materials to fabricatedeliver and install new fabric cover strips at diagonal steel braces at the sub-canopies rain protection covers at nine canopy locations and repair two separatedcable pockets at Canopy Nos 6 and 16 at the Orlando International Airport The duration of the project is 30 calendar days for Substantial Completion and 30

Minutes of the Construction Committee Meeting February 18 2020 Page 36 of 39

calendar days for Final Completion with a contemplated Notice to Proceed (NTP) date of February 24 2020

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that due to the limited scope of the required services HW Davis Construction Inc does notpropose any MWBELDBVBE participation on this Job Order Construction Services Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve a JobOrder Construction Services Addendum to the Continuing Vertical Construction Services Agreement with HW Davis Construction Inc for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total direct-negotiated amount of $3573300 andwaive the requirement for Performance and Payment Bonds with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR V-00957 REPAIR SUB-CANOPIES AT LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 12 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated January 31 2020 is to provide Construction Phase OAR Services on the above-referenced project

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the services to be provided Geotech Consultants International Inc dba GCI Inc does not propose any MWBELDBVBE participation on this Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total not-to-exceed fee amount of $290700 with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH GOMEZ CONSTRUCTION COMPANY FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) AT THE ORLANDO INTERNATIONAL AIRPORT 13 This item was deferred

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) ATTHE ORLANDO INTERNATIONAL AIRPORT 14 This item was deferred

Minutes of the Construction Committee Meeting February 18 2020 Page 37 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING ENVIRONMENTAL ENGINEERING CONSULTANT SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC FOR INSTALLATIONOF NEW MONITORING WELLS IMPLEMENTATION OF ONE SEMI-ANNUAL POST-ACTIVE REMEDIATIONMONITORING (PARM) AND PREPARATION OF ONE PARM REPORT AT THE FORMER DAYRON FACILITYFOR W-00072 OEA REMEDIATION OF DAYRON PLUME AT THE ORLANDO EXECUTIVE AIRPORT 15 Mr Carrington presented the memorandum dated February 18 2020 along with a proposal from AECOM Technical Services Inc dated February 10 2020 to provide for the installation of eleven new monitoring wells implementation of one semi-annual groundwater Post-Active Remediation Monitoring (PARM) and the preparation and submission of one PARM report at the former Dayron Facility at the OrlandoExecutive Airport The one semi-annual PARM monitoring event to be performed in late March or early April 2020

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that AECOM Technical Services Inc proposes 331 MWBE and 80 LDB participation on this Addendum

Mr Ruohomaki asked if this was in pursuit of a NFA designation (No Further Action)Mr Carrington answered yes

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve an Addendum to the Continuing Environmental Engineering Consultant Services Agreement with AECOMTechnical Services Inc for Installation of New Monitoring Wells Implementation of One Semi-Annual Post-Active Remediation Monitoring (PARM) and Preparation of One PARM Report at the Former Dayron Facility for W-00072 OEA Remediation of DayronPlume at the Orlando Executive Airport for the total amount of $7150000 which includes the not-to-exceed fee amount of $4112700 and the not-to-exceed reimbursable expense amount of $3037300 with funding from OEA Environmental Liability Funds

REQUEST FOR RECOMMENDATION OF APPROVAL OF NO-COST ADDENDA TO THE CONTINUING TRANSPORTATION PLANNING CONSULTING SERVICES AGREEMENTS TO EXERCISE THE SECOND AND FINAL ONE-YEAR RENEWAL OPTION 16 Ms Anderson presented the memorandum dated February 18 2020 requesting the recommendation of approval of No-Cost Addenda to the Continuing Transportation Planning Consulting Services Agreements to exercise the second and final one-year renewal option In June 2016 the Aviation Authority Board approved ContinuingTransportation Planning Consulting Services Agreement with the below firms Theprovisions in the agreement include a base three-year term with two subsequent optional one-year renewal periods upon mutual agreement of the parties

Each firmrsquos first one-year renewal expires as follows

Firm Expiration Date HNTB Corporation July 26 2020 HDR Engineering Inc September 12 2020

In order to maintain these services on an as-needed basis for routine operations staff requires the services of the above-referenced firms The firms were requested to provide their concurrence to exercise the second and final one-year renewal option

Upon motion of Mr Patterson second by Mr Hunt vote carried to recommend to theAviation Authority Board approval of No-Cost Addenda to the Continuing Transportation

Minutes of the Construction Committee Meeting February 18 2020 Page 38 of 39

Planning Consulting Services Agreements to Exercise the Second and Final One-Year Renewal Option there is no fiscal impact associated with this item

REQUEST FOR APPROVAL OF CONTRACTORrsquoS FINAL PAYMENT TO HL PRUITT CORPORATION FOR E-00212 INVENTORY AND MARKING OF AIRFIELD LIGHTING AT THE ORLANDO INTERNATIONALAIRPORT 17 Mr Patterson presented the memorandum dated February 18 2020 requesting the Contractorrsquos Final Payment to HL Pruitt Corporation for E-00212 Inventory andMarking of Airfield Lighting at the Orlando International Airport The Construction Contract for the referenced project has been completed and all issues involving the Contractor have been addressed and resolved

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve theContractorrsquos Final Payment Authorization to HL Pruitt Corporation for E-00212Inventory and marking of Airfield Lighting at the Orlando International Airport

INFORMATION ITEMS

18 The following items were presented for information only

A Field Change Order (FCO) Log

B Revised Supporting Documentation for Change Order PS-00329-11 Parking Access and Revenue Control System (PARCS) Replacement at The OrlandoInternational Airport [From Construction Committee on July 30 2019 ItemNo 1-F] [The Construction Committee determined that this information item should be converted to an action item and it was motioned with Item No 2-B]

C Revised Coversheet for Hensel Phelps Construction to issue a SubcontractModification to Inland Construction and Engineering Inc for BP-S00144South Terminal C Phase 1 - Airside Enclosure amp Exterior Finishes (GMPNo 6-S2) at The Orlando International Airport [From ConstructionCommittee on November 26 2019 Item No 2-D]

D Additional Supporting Documentation for Request for Recommendation ofApproval of an Amendment to Addendum No 7 to the Construction Management at Risk (CMR) Entity Services for the South Terminal C Phase 1 (STC-P1)Agreement with Turner-Kiewit Joint Venture for BP-S00150 South TerminalC Phase 1 ndash Parking Facility (GMP 9-S) at The Orlando International Airport [From Construction Committee on December 17 2019 Item No 5]

E Revised Coversheet for Request for Approval of an Addendum to the Technology and Multi-Media Specialty Engineer for the South Terminal CPhase 1 Agreement with Burns Engineering Inc for Design Services related to Customs Border and Patrol (CBP) final review for W-S00113 South Terminal C Phase 1 ndash Experiential Media Environment (EME) at The OrlandoInternational Airport [From Construction Committee on February 4 2020Item No 10]

F Office of Small Business Participation Memorandum for the Request forRecommendation of Approval of the FFampE and IT Estimate Procurement Plan and Process for Updating the Construction Committee for W-S00145 SouthTerminal C Phase 1 and Phase 1X (STC-P1 and P1X) Owner Furnished FFampE and IT Items at The Orlando International Airport [From ConstructionCommittee on February 4 2020 Item No 11]

______________________________

Minutes of the Construction Committee Meeting February 18 2020 Page 39 of 39

ADJOURNMENT

19 There being no further business for discussion the meeting was adjourned at 910 am

Kathleen Sharman Vice Chair Construction Committee Chief Financial Officer

Page 36: On TUESDAY, FEBRUARY 18, 2020 , the CONSTRUCTION … · Mike Patterson, Director of Construction . Gary Hunt, Director of Maintenance . ... Steve Pue, GOAA Maintenance . Vendla Davermann,

Minutes of the Construction Committee Meeting February 18 2020 Page 36 of 39

calendar days for Final Completion with a contemplated Notice to Proceed (NTP) date of February 24 2020

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that due to the limited scope of the required services HW Davis Construction Inc does notpropose any MWBELDBVBE participation on this Job Order Construction Services Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve a JobOrder Construction Services Addendum to the Continuing Vertical Construction Services Agreement with HW Davis Construction Inc for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total direct-negotiated amount of $3573300 andwaive the requirement for Performance and Payment Bonds with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INCDBA GCI INC TO PROVIDE CONSTRUCTION PHASE OAR SERVICES FOR V-00957 REPAIR SUB-CANOPIES AT LEVEL 3 A AND B ENPLANE DRIVE AT THE ORLANDO INTERNATIONAL AIRPORT 12 Mr Pancoast presented the memorandum dated February 18 2020 along with aproposal from Geotech Consultants International Inc dba GCI Inc dated January 31 2020 is to provide Construction Phase OAR Services on the above-referenced project

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has determined that due to the limited scope of the services to be provided Geotech Consultants International Inc dba GCI Inc does not propose any MWBELDBVBE participation on this Addendum

Agenda Item Nos 11 and 12 were considered in one motion

Upon motion of Mr Patterson second by Ms Schneider vote carried to approve anAddendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International Inc dba GCI Inc to provide Construction Phase OAR Services for V-00957 Repair Sub-Canopies Level 3 A and B Enplane Drive for the total not-to-exceed fee amount of $290700 with funding from previously-approved Operation and Maintenance Funds

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF A JOB ORDER CONSTRUCTION SERVICES ADDENDUM TO THE CONTINUING VERTICAL CONSTRUCTION SERVICES AGREEMENT WITH GOMEZ CONSTRUCTION COMPANY FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) AT THE ORLANDO INTERNATIONAL AIRPORT 13 This item was deferred

REQUEST FOR RESCISSION OF PRIOR APPROVAL OF AN ADDENDUM TO THE CONTINUING PROGRAM AND PROJECT MANAGEMENT SERVICES (OAR PRIME ENTITY) AGREEMENT WITH GEOTECH CONSULTANTS INTERNATIONAL INC DBA GCI INC FOR CONSTRUCTION PHASE OAR SERVICES FOR V-00958 EAST SECURITY CHECKPOINT LANES 17 AND 18 INSTALLATION PHASE 1 (DESIGNBUILD) ATTHE ORLANDO INTERNATIONAL AIRPORT 14 This item was deferred

Minutes of the Construction Committee Meeting February 18 2020 Page 37 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING ENVIRONMENTAL ENGINEERING CONSULTANT SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC FOR INSTALLATIONOF NEW MONITORING WELLS IMPLEMENTATION OF ONE SEMI-ANNUAL POST-ACTIVE REMEDIATIONMONITORING (PARM) AND PREPARATION OF ONE PARM REPORT AT THE FORMER DAYRON FACILITYFOR W-00072 OEA REMEDIATION OF DAYRON PLUME AT THE ORLANDO EXECUTIVE AIRPORT 15 Mr Carrington presented the memorandum dated February 18 2020 along with a proposal from AECOM Technical Services Inc dated February 10 2020 to provide for the installation of eleven new monitoring wells implementation of one semi-annual groundwater Post-Active Remediation Monitoring (PARM) and the preparation and submission of one PARM report at the former Dayron Facility at the OrlandoExecutive Airport The one semi-annual PARM monitoring event to be performed in late March or early April 2020

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that AECOM Technical Services Inc proposes 331 MWBE and 80 LDB participation on this Addendum

Mr Ruohomaki asked if this was in pursuit of a NFA designation (No Further Action)Mr Carrington answered yes

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve an Addendum to the Continuing Environmental Engineering Consultant Services Agreement with AECOMTechnical Services Inc for Installation of New Monitoring Wells Implementation of One Semi-Annual Post-Active Remediation Monitoring (PARM) and Preparation of One PARM Report at the Former Dayron Facility for W-00072 OEA Remediation of DayronPlume at the Orlando Executive Airport for the total amount of $7150000 which includes the not-to-exceed fee amount of $4112700 and the not-to-exceed reimbursable expense amount of $3037300 with funding from OEA Environmental Liability Funds

REQUEST FOR RECOMMENDATION OF APPROVAL OF NO-COST ADDENDA TO THE CONTINUING TRANSPORTATION PLANNING CONSULTING SERVICES AGREEMENTS TO EXERCISE THE SECOND AND FINAL ONE-YEAR RENEWAL OPTION 16 Ms Anderson presented the memorandum dated February 18 2020 requesting the recommendation of approval of No-Cost Addenda to the Continuing Transportation Planning Consulting Services Agreements to exercise the second and final one-year renewal option In June 2016 the Aviation Authority Board approved ContinuingTransportation Planning Consulting Services Agreement with the below firms Theprovisions in the agreement include a base three-year term with two subsequent optional one-year renewal periods upon mutual agreement of the parties

Each firmrsquos first one-year renewal expires as follows

Firm Expiration Date HNTB Corporation July 26 2020 HDR Engineering Inc September 12 2020

In order to maintain these services on an as-needed basis for routine operations staff requires the services of the above-referenced firms The firms were requested to provide their concurrence to exercise the second and final one-year renewal option

Upon motion of Mr Patterson second by Mr Hunt vote carried to recommend to theAviation Authority Board approval of No-Cost Addenda to the Continuing Transportation

Minutes of the Construction Committee Meeting February 18 2020 Page 38 of 39

Planning Consulting Services Agreements to Exercise the Second and Final One-Year Renewal Option there is no fiscal impact associated with this item

REQUEST FOR APPROVAL OF CONTRACTORrsquoS FINAL PAYMENT TO HL PRUITT CORPORATION FOR E-00212 INVENTORY AND MARKING OF AIRFIELD LIGHTING AT THE ORLANDO INTERNATIONALAIRPORT 17 Mr Patterson presented the memorandum dated February 18 2020 requesting the Contractorrsquos Final Payment to HL Pruitt Corporation for E-00212 Inventory andMarking of Airfield Lighting at the Orlando International Airport The Construction Contract for the referenced project has been completed and all issues involving the Contractor have been addressed and resolved

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve theContractorrsquos Final Payment Authorization to HL Pruitt Corporation for E-00212Inventory and marking of Airfield Lighting at the Orlando International Airport

INFORMATION ITEMS

18 The following items were presented for information only

A Field Change Order (FCO) Log

B Revised Supporting Documentation for Change Order PS-00329-11 Parking Access and Revenue Control System (PARCS) Replacement at The OrlandoInternational Airport [From Construction Committee on July 30 2019 ItemNo 1-F] [The Construction Committee determined that this information item should be converted to an action item and it was motioned with Item No 2-B]

C Revised Coversheet for Hensel Phelps Construction to issue a SubcontractModification to Inland Construction and Engineering Inc for BP-S00144South Terminal C Phase 1 - Airside Enclosure amp Exterior Finishes (GMPNo 6-S2) at The Orlando International Airport [From ConstructionCommittee on November 26 2019 Item No 2-D]

D Additional Supporting Documentation for Request for Recommendation ofApproval of an Amendment to Addendum No 7 to the Construction Management at Risk (CMR) Entity Services for the South Terminal C Phase 1 (STC-P1)Agreement with Turner-Kiewit Joint Venture for BP-S00150 South TerminalC Phase 1 ndash Parking Facility (GMP 9-S) at The Orlando International Airport [From Construction Committee on December 17 2019 Item No 5]

E Revised Coversheet for Request for Approval of an Addendum to the Technology and Multi-Media Specialty Engineer for the South Terminal CPhase 1 Agreement with Burns Engineering Inc for Design Services related to Customs Border and Patrol (CBP) final review for W-S00113 South Terminal C Phase 1 ndash Experiential Media Environment (EME) at The OrlandoInternational Airport [From Construction Committee on February 4 2020Item No 10]

F Office of Small Business Participation Memorandum for the Request forRecommendation of Approval of the FFampE and IT Estimate Procurement Plan and Process for Updating the Construction Committee for W-S00145 SouthTerminal C Phase 1 and Phase 1X (STC-P1 and P1X) Owner Furnished FFampE and IT Items at The Orlando International Airport [From ConstructionCommittee on February 4 2020 Item No 11]

______________________________

Minutes of the Construction Committee Meeting February 18 2020 Page 39 of 39

ADJOURNMENT

19 There being no further business for discussion the meeting was adjourned at 910 am

Kathleen Sharman Vice Chair Construction Committee Chief Financial Officer

Page 37: On TUESDAY, FEBRUARY 18, 2020 , the CONSTRUCTION … · Mike Patterson, Director of Construction . Gary Hunt, Director of Maintenance . ... Steve Pue, GOAA Maintenance . Vendla Davermann,

Minutes of the Construction Committee Meeting February 18 2020 Page 37 of 39

REQUEST FOR APPROVAL OF AN ADDENDUM TO THE CONTINUING ENVIRONMENTAL ENGINEERING CONSULTANT SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES INC FOR INSTALLATIONOF NEW MONITORING WELLS IMPLEMENTATION OF ONE SEMI-ANNUAL POST-ACTIVE REMEDIATIONMONITORING (PARM) AND PREPARATION OF ONE PARM REPORT AT THE FORMER DAYRON FACILITYFOR W-00072 OEA REMEDIATION OF DAYRON PLUME AT THE ORLANDO EXECUTIVE AIRPORT 15 Mr Carrington presented the memorandum dated February 18 2020 along with a proposal from AECOM Technical Services Inc dated February 10 2020 to provide for the installation of eleven new monitoring wells implementation of one semi-annual groundwater Post-Active Remediation Monitoring (PARM) and the preparation and submission of one PARM report at the former Dayron Facility at the OrlandoExecutive Airport The one semi-annual PARM monitoring event to be performed in late March or early April 2020

If approved these services would be effective the date of Construction Committeeapproval

The Office of Small Business Development has reviewed the qualifications of thesubject contracts MWBELDBVBE specifications and determined that AECOM Technical Services Inc proposes 331 MWBE and 80 LDB participation on this Addendum

Mr Ruohomaki asked if this was in pursuit of a NFA designation (No Further Action)Mr Carrington answered yes

Upon motion of Ms Schneider second by Mr Hunt vote carried to approve an Addendum to the Continuing Environmental Engineering Consultant Services Agreement with AECOMTechnical Services Inc for Installation of New Monitoring Wells Implementation of One Semi-Annual Post-Active Remediation Monitoring (PARM) and Preparation of One PARM Report at the Former Dayron Facility for W-00072 OEA Remediation of DayronPlume at the Orlando Executive Airport for the total amount of $7150000 which includes the not-to-exceed fee amount of $4112700 and the not-to-exceed reimbursable expense amount of $3037300 with funding from OEA Environmental Liability Funds

REQUEST FOR RECOMMENDATION OF APPROVAL OF NO-COST ADDENDA TO THE CONTINUING TRANSPORTATION PLANNING CONSULTING SERVICES AGREEMENTS TO EXERCISE THE SECOND AND FINAL ONE-YEAR RENEWAL OPTION 16 Ms Anderson presented the memorandum dated February 18 2020 requesting the recommendation of approval of No-Cost Addenda to the Continuing Transportation Planning Consulting Services Agreements to exercise the second and final one-year renewal option In June 2016 the Aviation Authority Board approved ContinuingTransportation Planning Consulting Services Agreement with the below firms Theprovisions in the agreement include a base three-year term with two subsequent optional one-year renewal periods upon mutual agreement of the parties

Each firmrsquos first one-year renewal expires as follows

Firm Expiration Date HNTB Corporation July 26 2020 HDR Engineering Inc September 12 2020

In order to maintain these services on an as-needed basis for routine operations staff requires the services of the above-referenced firms The firms were requested to provide their concurrence to exercise the second and final one-year renewal option

Upon motion of Mr Patterson second by Mr Hunt vote carried to recommend to theAviation Authority Board approval of No-Cost Addenda to the Continuing Transportation

Minutes of the Construction Committee Meeting February 18 2020 Page 38 of 39

Planning Consulting Services Agreements to Exercise the Second and Final One-Year Renewal Option there is no fiscal impact associated with this item

REQUEST FOR APPROVAL OF CONTRACTORrsquoS FINAL PAYMENT TO HL PRUITT CORPORATION FOR E-00212 INVENTORY AND MARKING OF AIRFIELD LIGHTING AT THE ORLANDO INTERNATIONALAIRPORT 17 Mr Patterson presented the memorandum dated February 18 2020 requesting the Contractorrsquos Final Payment to HL Pruitt Corporation for E-00212 Inventory andMarking of Airfield Lighting at the Orlando International Airport The Construction Contract for the referenced project has been completed and all issues involving the Contractor have been addressed and resolved

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve theContractorrsquos Final Payment Authorization to HL Pruitt Corporation for E-00212Inventory and marking of Airfield Lighting at the Orlando International Airport

INFORMATION ITEMS

18 The following items were presented for information only

A Field Change Order (FCO) Log

B Revised Supporting Documentation for Change Order PS-00329-11 Parking Access and Revenue Control System (PARCS) Replacement at The OrlandoInternational Airport [From Construction Committee on July 30 2019 ItemNo 1-F] [The Construction Committee determined that this information item should be converted to an action item and it was motioned with Item No 2-B]

C Revised Coversheet for Hensel Phelps Construction to issue a SubcontractModification to Inland Construction and Engineering Inc for BP-S00144South Terminal C Phase 1 - Airside Enclosure amp Exterior Finishes (GMPNo 6-S2) at The Orlando International Airport [From ConstructionCommittee on November 26 2019 Item No 2-D]

D Additional Supporting Documentation for Request for Recommendation ofApproval of an Amendment to Addendum No 7 to the Construction Management at Risk (CMR) Entity Services for the South Terminal C Phase 1 (STC-P1)Agreement with Turner-Kiewit Joint Venture for BP-S00150 South TerminalC Phase 1 ndash Parking Facility (GMP 9-S) at The Orlando International Airport [From Construction Committee on December 17 2019 Item No 5]

E Revised Coversheet for Request for Approval of an Addendum to the Technology and Multi-Media Specialty Engineer for the South Terminal CPhase 1 Agreement with Burns Engineering Inc for Design Services related to Customs Border and Patrol (CBP) final review for W-S00113 South Terminal C Phase 1 ndash Experiential Media Environment (EME) at The OrlandoInternational Airport [From Construction Committee on February 4 2020Item No 10]

F Office of Small Business Participation Memorandum for the Request forRecommendation of Approval of the FFampE and IT Estimate Procurement Plan and Process for Updating the Construction Committee for W-S00145 SouthTerminal C Phase 1 and Phase 1X (STC-P1 and P1X) Owner Furnished FFampE and IT Items at The Orlando International Airport [From ConstructionCommittee on February 4 2020 Item No 11]

______________________________

Minutes of the Construction Committee Meeting February 18 2020 Page 39 of 39

ADJOURNMENT

19 There being no further business for discussion the meeting was adjourned at 910 am

Kathleen Sharman Vice Chair Construction Committee Chief Financial Officer

Page 38: On TUESDAY, FEBRUARY 18, 2020 , the CONSTRUCTION … · Mike Patterson, Director of Construction . Gary Hunt, Director of Maintenance . ... Steve Pue, GOAA Maintenance . Vendla Davermann,

Minutes of the Construction Committee Meeting February 18 2020 Page 38 of 39

Planning Consulting Services Agreements to Exercise the Second and Final One-Year Renewal Option there is no fiscal impact associated with this item

REQUEST FOR APPROVAL OF CONTRACTORrsquoS FINAL PAYMENT TO HL PRUITT CORPORATION FOR E-00212 INVENTORY AND MARKING OF AIRFIELD LIGHTING AT THE ORLANDO INTERNATIONALAIRPORT 17 Mr Patterson presented the memorandum dated February 18 2020 requesting the Contractorrsquos Final Payment to HL Pruitt Corporation for E-00212 Inventory andMarking of Airfield Lighting at the Orlando International Airport The Construction Contract for the referenced project has been completed and all issues involving the Contractor have been addressed and resolved

Upon motion of Mr Hunt second by Ms Schneider vote carried to approve theContractorrsquos Final Payment Authorization to HL Pruitt Corporation for E-00212Inventory and marking of Airfield Lighting at the Orlando International Airport

INFORMATION ITEMS

18 The following items were presented for information only

A Field Change Order (FCO) Log

B Revised Supporting Documentation for Change Order PS-00329-11 Parking Access and Revenue Control System (PARCS) Replacement at The OrlandoInternational Airport [From Construction Committee on July 30 2019 ItemNo 1-F] [The Construction Committee determined that this information item should be converted to an action item and it was motioned with Item No 2-B]

C Revised Coversheet for Hensel Phelps Construction to issue a SubcontractModification to Inland Construction and Engineering Inc for BP-S00144South Terminal C Phase 1 - Airside Enclosure amp Exterior Finishes (GMPNo 6-S2) at The Orlando International Airport [From ConstructionCommittee on November 26 2019 Item No 2-D]

D Additional Supporting Documentation for Request for Recommendation ofApproval of an Amendment to Addendum No 7 to the Construction Management at Risk (CMR) Entity Services for the South Terminal C Phase 1 (STC-P1)Agreement with Turner-Kiewit Joint Venture for BP-S00150 South TerminalC Phase 1 ndash Parking Facility (GMP 9-S) at The Orlando International Airport [From Construction Committee on December 17 2019 Item No 5]

E Revised Coversheet for Request for Approval of an Addendum to the Technology and Multi-Media Specialty Engineer for the South Terminal CPhase 1 Agreement with Burns Engineering Inc for Design Services related to Customs Border and Patrol (CBP) final review for W-S00113 South Terminal C Phase 1 ndash Experiential Media Environment (EME) at The OrlandoInternational Airport [From Construction Committee on February 4 2020Item No 10]

F Office of Small Business Participation Memorandum for the Request forRecommendation of Approval of the FFampE and IT Estimate Procurement Plan and Process for Updating the Construction Committee for W-S00145 SouthTerminal C Phase 1 and Phase 1X (STC-P1 and P1X) Owner Furnished FFampE and IT Items at The Orlando International Airport [From ConstructionCommittee on February 4 2020 Item No 11]

______________________________

Minutes of the Construction Committee Meeting February 18 2020 Page 39 of 39

ADJOURNMENT

19 There being no further business for discussion the meeting was adjourned at 910 am

Kathleen Sharman Vice Chair Construction Committee Chief Financial Officer

Page 39: On TUESDAY, FEBRUARY 18, 2020 , the CONSTRUCTION … · Mike Patterson, Director of Construction . Gary Hunt, Director of Maintenance . ... Steve Pue, GOAA Maintenance . Vendla Davermann,

______________________________

Minutes of the Construction Committee Meeting February 18 2020 Page 39 of 39

ADJOURNMENT

19 There being no further business for discussion the meeting was adjourned at 910 am

Kathleen Sharman Vice Chair Construction Committee Chief Financial Officer