210
GREATER ORLANDO AVIATION AUTHORITY AGENDA DATE: January 15, 2020 DAY: WEDNESDAY TIME: 2:00 P.M. PLACE: CARL T. LANGFORD BOARD ROOM, ORLANDO INTERNATIONAL AIRPORT, ONE JEFF FUQUA BOULEVARD For individuals who conduct lobbying activities with Aviation Authority employees or Board members, registration with the Aviation Authority is required each year prior to conducting any lobbying activities. A statement of expenditures incurred in connection with those lobbying instances should also be filed prior to April 1 of each year for the preceding year. As of January 16, 2013, lobbying any Aviation Authority Staff who are members of any committee responsible for ranking Proposals, Letters of Interest, Statements of Qualifications or Bids and thereafter forwarding those recommendations to the Board and/or Board Members is prohibited from the time that a Request for Proposals, Request for Letters of Interests, Request for Qualifications or Request for Bids is released to the time that the Board makes an award. As adopted by the Board on September 19, 2012, lobbyists are now required to sign-in at the Aviation Authority offices prior to any meetings with Staff or Board members. In the event a lobbyist meets with or otherwise communicates with Staff or a Board member at a location other than the Aviation Authority offices, the lobbyist shall file a Notice of Lobbying (Form 4) detailing each instance of lobbying to the Aviation Authority within 7 calendar days of such lobbying. As of January 16, 2013, Lobbyists will also provide a notice to the Aviation Authority when meeting with the Mayor of the City of Orlando or the Mayor of Orange County at their offices. The policy, forms, and instructions are available in the Aviation Authority’s offices and the web site. Please contact the Director of Board Services with questions at (407) 825-2032. I. CALL TO ORDER II. ROLL CALL III. PLEDGE OF ALLEGIANCE IV. PRESENTATION A. Twenty-Five Year Service Award to Mary Maher B. Twenty Year Service Award to Betty Cardenas C. Twenty Year Service Award to Marcio Cicarini D. Twenty Year Service Award to Alexander Samaroo E. Twenty Year Service Award to Paulino Mauricio F. Twenty Year Service Award to Johnnie Walker V. CONSIDERATION OF AVIATION AUTHORITY MINUTES FOR OCTOBER 16, NOVEMBER 7 AND NOVEMBER 13, 2019 VI. CONSENT AGENDA: (These items are considered routine and will be acted upon by the Authority in one motion. If discussion is requested on an item, it will be considered separately.) Items in bold indicate an amount of $1 million or greater. A. Recommendation to Accept Committee Minutes B. Recommendation to Dispose of Surplus Property C. Recommendation to Approve Event Agreement with Universal City Development Partners for 2020 Florida Airports Council Evening Event D. Recommendation of the Construction Committee to Approve Amendment No. 1 to Addendum No. 26 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner-Kiewit Joint Venture, for Project Bid Package (BP) No. S00149, South Terminal C, Phase 1, Ground Transportation Facility (GTF) - Florida Department of Transportation (FDOT) (Guaranteed Maximum Price (GMP) No. 8-S) at the Orlando International Airport E. Recommendation of the Construction Committee to Approve Amendment No. 1 to Addendum No. 18 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner- Kiewit Joint Venture, for Project Bid Package (BP) No. S00151, South Terminal C, Phase 1, Parking Facility - Phase 2 (GMP No. 9-S.1) at the Orlando International Airport F. Recommendation of the Construction Committee to Approve Addendum No. 20 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Hensel Phelps Construction, for Project Bid Package (BP) No. S00157, South Terminal C, Phase 1, Ground Support Equipment (GSE) Facility (Guaranteed Maximum Price (GMP) No. 15-S), at the Orlando International Airport NOTE: Any person who desires to appeal any decision made at these meetings will need record of the proceedings and for that purpose may need to ensure that a verbatim record of the proceedings is made which includes the testimony and evidence upon which the appeal is to be based.

GREATER ORLANDO AVIATION AUTHORITY AGENDA · 2020-01-10 · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS JANUARY 15, 2020, MEETING PAGE 2 VI. CONSENT AGENDA (con't): G. Recommendation

  • Upload
    others

  • View
    4

  • Download
    0

Embed Size (px)

Citation preview

  • GREATER ORLANDO AVIATION AUTHORITY AGENDA

    DATE: January 15, 2020 DAY: WEDNESDAY TIME: 2:00 P.M.

    PLACE: CARL T. LANGFORD BOARD ROOM, ORLANDO INTERNATIONAL AIRPORT, ONE JEFF FUQUA BOULEVARD

    For individuals who conduct lobbying activities with Aviation Authority employees or Board members, registration with the Aviation Authority is required each year prior to conducting any lobbying activities. A statement of expenditures incurred in connection with those lobbying instances should also be filed prior to April 1 of each year for the preceding year. As of January 16, 2013, lobbying any Aviation Authority Staff who are members of any committee responsible for ranking Proposals, Letters of Interest, Statements of Qualifications or Bids and thereafter forwarding those recommendations to the Board and/or Board Members is prohibited from the time that a Request for Proposals, Request for Letters of Interests, Request for Qualifications or Request for Bids is released to the time that the Board makes an award. As adopted by the Board on September 19, 2012, lobbyists are now required to sign-in at the Aviation Authority offices prior to any meetings with Staff or Board members. In the event a lobbyist meets with or otherwise communicates with Staff or a Board member at a location other than the Aviation Authority offices, the lobbyist shall file a Notice of Lobbying (Form 4) detailing each instance of lobbying to the Aviation Authority within 7 calendar days of such lobbying. As of January 16, 2013, Lobbyists will also provide a notice to the Aviation Authority when meeting with the Mayor of the City of Orlando or the Mayor of Orange County at their offices. The policy, forms, and instructions are available in the Aviation Authority’s offices and the web site. Please contact the Director of Board Services with questions at (407) 825-2032.

    I. CALL TO ORDER

    II. ROLL CALL

    III. PLEDGE OF ALLEGIANCE

    IV. PRESENTATION

    A. Twenty-Five Year Service Award to Mary MaherB. Twenty Year Service Award to Betty CardenasC. Twenty Year Service Award to Marcio CicariniD. Twenty Year Service Award to Alexander SamarooE. Twenty Year Service Award to Paulino MauricioF. Twenty Year Service Award to Johnnie Walker

    V. CONSIDERATION OF AVIATION AUTHORITY MINUTES FOR OCTOBER 16, NOVEMBER 7 AND NOVEMBER 13, 2019

    VI. CONSENT AGENDA:(These items are considered routine and will be acted upon by the Authority in one motion. If discussion is requested on an item, it will beconsidered separately.) Items in bold indicate an amount of $1 million or greater.A. Recommendation to Accept Committee MinutesB. Recommendation to Dispose of Surplus PropertyC. Recommendation to Approve Event Agreement with Universal City Development Partners for 2020 Florida Airports

    Council Evening EventD. Recommendation of the Construction Committee to Approve Amendment No. 1 to Addendum No. 26 to the

    Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement withTurner-Kiewit Joint Venture, for Project Bid Package (BP) No. S00149, South Terminal C, Phase 1, GroundTransportation Facility (GTF) - Florida Department of Transportation (FDOT) (Guaranteed Maximum Price(GMP) No. 8-S) at the Orlando International Airport

    E. Recommendation of the Construction Committee to Approve Amendment No. 1 to Addendum No. 18 to theConstruction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner-Kiewit Joint Venture, for Project Bid Package (BP) No. S00151, South Terminal C, Phase 1, Parking Facility - Phase2 (GMP No. 9-S.1) at the Orlando International Airport

    F. Recommendation of the Construction Committee to Approve Addendum No. 20 to the ConstructionManagement at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Hensel PhelpsConstruction, for Project Bid Package (BP) No. S00157, South Terminal C, Phase 1, Ground SupportEquipment (GSE) Facility (Guaranteed Maximum Price (GMP) No. 15-S), at the Orlando International Airport

    NOTE: Any person who desires to appeal any decision made at these meetings will need record of the proceedings and for that purpose may need to ensure that a verbatim record of the proceedings is made which includes the testimony and evidence upon which the appeal is to be based.

  • GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS JANUARY 15, 2020, MEETING

    PAGE 2

    VI. CONSENT AGENDA (con't):

    G. Recommendation of the Construction Committee to Approve Amendment No. 3 to Addendum No. 15 to theConstruction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement withTurner-Kiewit Joint Venture, for Project Bid Package (BP) No. S00170, South Terminal C, Phase 1,Underground Electrical Distribution (Guaranteed Maximum Price (GMP) No. 5-S.6) at the OrlandoInternational Airport

    H. Recommendation of the Construction Committee to Approve Addendum No. 27 to the ConstructionManagement at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner-KiewitJoint Venture, for Project Bid Package (BP) No. S00180, South Terminal C, Phase 1, Landside ExperientialMedia Environment (EME) (Guaranteed Maximum Price (GMP) No. 7-S.4) at the Orlando International Airport

    I. Recommendation of the Construction Committee to Approve Addendum No. 28 to the ConstructionManagement at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner-KiewitJoint Venture, for Project Bid Package (BP) No. S00181, South Terminal C, Phase 1, Ground TransportationFacility (GTF) (Guaranteed Maximum Price (GMP) No. 8-S.1) at the Orlando International Airport

    J. Recommendation of the Construction Committee to Award Project W-S00142, South Terminal C, Phase 1 -Experiential Media Environment (EME) Content Production Company (CPC), at the Orlando InternationalAirport, to Gentilhomme Inc.

    K. Recommendation of the Professional Services Committee to Approve a No-Cost Base Agreement with Saab SensisCorporation for W-00396, Virtual Ramp Control (VRC) Services at the Orlando International Airport, and Approval ofAddendum No. 1 to the Base Agreement with Saab Sensis Corporation

    L. Recommendation of the Construction Committee to Approve a Job Order Construction Services Addendum to theContinuing Electrical Construction Services Agreement with Electric Services, Inc. for Project E-00261, Replace Aand B Sides Bag Claim Programmable Logic Controllers (PLC) (Design/Build), at the Orlando International Airport

    M. Recommendation of the Construction Committee to Approve a Job Order Construction Services Addendum to theContinuing Vertical Construction Services Agreement with H.W. Davis Construction, Inc. for Project V-00906, WestCheckpoint Video Walls, at the Orlando International Airport

    N. Recommendation of the Construction Committee to Approve a Job Order Construction Services Addendumto the Continuing Vertical Construction Services Agreement with Gomez Construction Company for ProjectV-00943, Airsides 2 and 4 Guideway Running Surface Refurbishment (Design/Build), at the OrlandoInternational Airport

    O. Recommendation of the Construction Committee to Approve Change Order(s) to Various ContractsP. Recommendation of the Construction Committee to Approve an Addendum to Each of the Continuing Environmental

    Consulting Services Agreements with DRMP, Inc.; MSE Group, LLC; and, Vanasse Hangen Brustlin, Inc., toExercise the Second and Final One-Year Renewal Option

    Q. Recommendation of the Construction Committee to Approve No-Cost Addenda to the Continuing Program andProject Management Services (OAR Prime Entity) Agreements at the Orlando International Airport and OrlandoExecutive Airport to Exercise the First One-Year Renewal Option

    R. Recommendation of the Professional Services Committee to Approve Addendum Nos. 23, 24, 25, and 26 tothe Land Development and Land Management Consulting Services Agreement with Dykes Everett &Company, LLC for Various Land Development and Land Management Consulting Services

    S. Recommendation of the Construction Committee to Approve Amendment No. 1 to Addendum No. 7 to theConstruction Management at Risk (CM@R) Entity Services for the South Terminal C, Phase 1, Agreementwith Turner-Kiewit Joint Venture, for Bid Package (BP) No. S00150, South Terminal C, Phase 1, ParkingFacility (Guaranteed Maximum Price (GMP) No. 9-S) at the Orlando International Airport

    T. Recommendation of the Construction Finance Oversight Committee to Approve Funding Action(s) to VariousContracts

    U. Recommendation of the Capital Management Committee to Authorize the Creation and Implementation of aProposed Campus Wide Enhancements Program at the Orlando International Airport

    V. Recommendation to Award Single Source Purchasing Contract No. 20-20, Standby Pre-Hospital EmergencyMedical Services and Advanced Life Support Ambulance Transport Services, at Orlando International Airport, toLifefleet Southeast, Inc. d/b/a American Medical Response, Inc.

    W. Recommendation of the Concessions/Procurement Committee to Approve a Third Renewal Term to Single SourcePurchasing Contract No. 19-17, Remote Airline Check-In Services at Orlando International Airport, with BaggageAirline Guest Services, Inc.

  • GREATER ORLANDO AVIATION AUTHORITY

    AGENDA FOR ITS JANUARY 15, 2020, MEETING PAGE 3

    X. Recommendation of the Concessions/Procurement Committee to Award the Purchase of Four Buses under

    Purchasing Request for Written Quotation No. 92755-19, 40’ Buses, to Gillig, LLC Y. Recommendation of the Concessions/Procurement Committee to Award Purchasing Request for Written

    Quotation No. 92901-20, Restroom Supplies Z. Recommendation to Enter into a Fire Training Services Contract with Florida State College at Jacksonville AA. Recommendation to Extend the Valet and Remote Check-In Services Concession Agreement with Baggage Airline

    Guest Services, Inc. (BAGS) at Orlando International Airport for a Period of One (1) Year BB. Recommendation of the Finance Committee to Approve the Single Source Contract Extension to Purchasing

    Agreement PS-393, Bundled Administrative Services (Recordkeeper) with Great West Life & Annuity Insurance Company (Great-West) for the Defined Contribution Plan 401(a) and the Deferred Compensation Plan 457(b)

    VII. NEW BUSINESS:

    A. Recommendation to Defer SEIU Proposal to Implement “Passenger Service Workers” of $15 Per Hour Living Wage

    VIII. INFORMATION SECTION:

    (No action is required on the item(s). Board members should feel free to ask questions on the item(s).)

    A. Notification of Chief Executive Officer Approvals for January Board Meeting B. Notification of Release of RFP/RFB/RFQ’s C. Notification of the Professional Services Committee’s Approval of the Lists of Pre-Qualified Subcontractors/Suppliers

    for Major Trade Packages for the South Terminal C, Phase 1, Program, at the Orlando International Airport D. Construction Report

    NEXT SCHEDULED BOARD MEETING IS ON WEDNESDAY, FEBRUARY 19, 2020

  • CONSENT AGENDA ITEM - A -

    GREATER ORLANDO AVIATION AUTHORITY

    ________________________________________________________________ Orlando International Airport

    One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

    MEMORANDUM TO: Members of the Aviation Authority FROM: Dayci S. Burnette-Snyder, Director of Board Services DATE: January 15, 2020 ITEM DESCRIPTION Recommendation to Accept Aviation Authority Committee Minutes BACKGROUND The following Aviation Authority Committee meeting minutes are provided in conjunction with the agenda package for the board meeting:

    1. October 28, November 11 and December 2, 2019, Concessions/Procurement Committee 2. July 10 and August 8, 2019, Capital Management Committee 3. October 16, 2019 Transition Committee 4. March 14, April 10, April 24, May 8, May 22, June 5, June 26, July 3, and August

    7, 2018, Construction Finance Oversight Committee 5. October 8, October 22, November 5 and November 26, 2019, Construction Finance

    Oversight Committee 6. July 9, July 16, July 23, July 30, August 6, August 13, August 20, August 27,

    September 5, September 10, September 17, October 1, October 8 and October 15, 2019, Construction Committee

    7. August 27 and September 24, 2019, Design Review Committee 8. July 2, July 23, July 31, August 1, August 2, September 5, September 6, October

    22, October 29, November 5 and November 19, 2019, Professional Services Committee

    RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to accept these minutes for filing.

  • CONSENT AGENDA ITEM – B –

    GREATER ORLANDO AVIATION AUTHORITY

    Orlando International Airport

    One Jeff Fuqua Boulevard Orlando, Florida 32827-4392

    MEMORANDUM TO: Members of the Aviation Authority FROM: Denise K. Schneider, Assistant Director of Purchasing & Material Control DATE: January 15, 2020 ITEM DESCRIPTION Recommendation to Dispose of Surplus Property BACKGROUND The Greater Orlando Aviation Authority is permitted to dispose of property that is no longer necessary, useful or profitable. ISSUES The Airport Facilities Bond Resolution and Aviation Authority Policies and Procedures Section 450.05, Disposal of Surplus Property, Scrap and Trash, and Section 450.11, Property Control, permit the Aviation Authority to dispose, for fair and reasonable value at any time, any property constituting part of the Airport System which the Aviation Authority and City of Orlando determine, by Resolution, not necessary, useful or profitable. The Aviation Authority Staff recommends disposal of property items as summarized below, in accordance with Aviation Authority policies.

    • Computers, monitors and related equipment • Electronic equipment • Assorted chairs, desks, cabinets, bookcases and tables • Miscellaneous equipment

    ALTERNATIVES The Aviation Authority could hold the property for future disposal. FISCAL IMPACT None. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to: (1) find the property listed in this memorandum no longer necessary, useful, or profitable in the operation of the Airport System; (2) request Orlando City Council concurrence and resolution of this finding; and (3) authorize staff to dispose of this property in accordance with the Aviation Authority’s Policies and Procedures.

  • FOR January 2020 MEETING

    ASSET # GOAA GENERAL52212 Cabinet, File, 4-Drawer, Lateral, Cherry Wood50551 Lift Table, Southworth, Large 6000 Lbs53754 Computer, Hp, Laptop, Elitebook 8730W 54194 Computer, Mobile Workstation, Hp, Elitebook, 8540P W/ Dock 55258 Computer, Hp "Elitebook Folio" 9470M53519 Computer, Compaq Laptop, Nx9500, Notebook, Pent Iv 54990 Computer, Tablet, Series 7, W/Windows 8 Pro 84, 54987 Computer, Tablet, Series 7, W/Windows 8 Pro 84, Samsung 54986 Computer, Tablet, Series 7, W/Windows 8 Pro 84, Samsung 54985 Computer, Tablet, Series 7, W/Windows 8 Pro 84, Samsung 55147 Computer, Hp Mobile Workstation, #C6Y89Ut#Aba 51605 Comp, W-Station, Bp #Zc-045, Po #1001332, Lightning Warn.Sys52541 Computer, Hp, Compaq Mobile Workstation54989 Computer, Tablet, Series 7, W/Windows 8 Pro 84, Samsung54021 Computer, Hp, Elitebook, 2540P W/ Docking Station 53670 Computer, Hp Notebook, Elitebook 2540P 54190 Computer, Mobile Workstation, Hp, Elitebook, 8460W54189 Computer, Mobile Workstation, Hp, Elitebook, 8460W 55172 Computer, Hp Mobile Workstation, "Elitebook" 8470W55176 Computer, Hp Mobile Workstation, "Elitebook" 8470W53695 Computer, Hp 'Elitebook 8540P' W/Docking Station 51176 Printer HP, 4250 TN Laser jet

    124486 Notebooks HP 4540s C13-3110m124488 Notebooks HP 4540s C13-3110m124485 Notebooks HP 4540s C13-3110m125810 Laptops, HP Ci3-3110m124487 Notebooks HP 4540s C13-3110m131413 Notebooks, HP 350 Gi CI3-4005u124340 Computer, HP Compag 8300 Elite SFF124354 Computer, HP Compag 8300 Elite SFF124177 Computer, HP Compaq 8300 Elite SFF, Hewlett Packard Base #QV996AV, Custom Config124351 Computer, HP Compag 8300 Elite SFF

    ASSET # Hyatt54812 Kettle 60 Gallon 68753 Fryer, Gas, 50 Lb Capacity, w/ Castors, Frymaster Model #GF4054815 Ice cuber Hoshizaki ,model KM-1300 MAF53431 Oven Low Temp Alto ShaAM #1000

    ASSETS NEEDING BOARD APPROVAL

  • CONSENT AGENDA ITEM – C -

    GREATER ORLANDO AVIATION AUTHORITY

    ________________________________________________________________ Orlando International Airport

    One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

    MEMORANDUM TO: Members of the Aviation Authority FROM: Phillip N. Brown, Chief Executive Officer DATE: January 15, 2020 ITEM DESCRIPTION Recommendation to Approve Event Agreement with Universal City Development Partners for 2020 Florida Airports Council Evening Event BACKGROUND On August 28, 2019, the Aviation Authority approved hosting the 2020 Florida Airports Council Annual Conference and Trade Show with a not-to-exceed amount of $150,000. The Florida Airports Council (FAC) is an association whose membership consists of publicly owned and operated airports, airport professionals, experts in the field for airport design, development and improvement, and aviation trades that support the airport industry in Florida. ISSUES Prior approval did not explicitly include the event agreement with Universal City Development Partners. The host airport provides staff to assist during the conference, provides one evening of meals and entertainment, and coordinates with the FAC executive staff on venues and topics for the conference. In support of the host requirements, FAC will provide up to $50,000 in financial assistance. The Aviation Authority is required to commit funds for its share of expenditures for hosting the conference. Board approval is required for the event agreement with Universal. ALTERNATIVES None. FISCAL IMPACT None. The previously-approved $150,000 covers the cost of this evening event. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to approve the event agreement with Universal City Development Partners for the 2020 Florida Airports Council Annual Conference and Trade Show evening event and authorize the Chief Executive Officer to execute the necessary documents.

  • CONSENT AGENDA ITEM – D –

    GREATER ORLANDO AVIATION AUTHORITY

    ________________________________________________________________ Orlando International Airport

    One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

    MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: January 15, 2020 ITEM DESCRIPTION Recommendation of the Construction Committee to Approve Amendment No. 1 to Addendum No. 26 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner-Kiewit Joint Venture, for Project Bid Package (BP) No. S00149, South Terminal C, Phase 1, Ground Transportation Facility (GTF) - Florida Department of Transportation (FDOT) (Guaranteed Maximum Price (GMP) No. 8-S) at the Orlando International Airport BACKGROUND The South Terminal C, Phase 1, Program provides for a world-class domestic and international airport terminal building, consisting of a new airside terminal with up to 24 airline gates and a landside terminal with both secure and non-secure areas, and may include, but is not limited to all associated improvements and infrastructure required or related thereto, such as site work, roadways, aprons, runways, taxiways, other airfield work, utilities, landscaping, lighting, walkways, pedestrian bridges, expansion of the parking garage, a new and/or expanded chiller plant, aircraft loading bridges, and all interior design, such as concessions planning, ticketing, and security improvements, and baggage handling systems. On May 18, 2016, the Aviation Authority Board approved the award of a Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement to Turner-Kiewit Joint Venture.

    Under the CM@R Agreement, the CM@R is entitled to reimbursement and compensation for the following, upon acceptable performance:

    • Direct cost of the work is the actual cost for the subcontractor costs, direct

    labor, materials, and equipment required to construct the work, • Allowances are estimated dollar amounts that are separately identified in a GMP for

    the purpose of encumbering funds to cover certain costs that are not completely defined when the GMP is approved, but may be necessary to complete the Project. An allowance means that the scope is not fully known or additional review is needed to determine whether the item is reimbursable,

    • General condition expenses, such as CM@R management staff, limited to those set

    forth in the CM@R Agreement, • CM@R Contingency is the negotiated amount or percentage of the Cost of the Work to

    be utilized for over-budget buyout of the work and for increases in the cost due to unforeseen circumstances relating to construction of the project, except when deemed the responsibility of the Owner in accordance with the Agreement,

  • • Owner Contingency is an amount or percentage of the Cost of the Work to be utilized by the Owner for items deemed the responsibility of the Owner in accordance with the Agreement,

    • Performance and Payment Bond rate set forth in the CM@R Contract is 0.664%, and • The CM@R Fee covers the CM@R’s overhead, profit and all other costs not

    reimbursable under the CM@R Contract. For Turner-Kiewit Joint Venture, the CM@R Fee is 4.211%.

    Cost of allowances, contingencies and insurance will not be incurred until approved by the Aviation Authority. The scope of BP No. S00149 provides for the concrete, electrical and low voltage work for the Ground Transportation Facility, for the South Terminal C, Phase 1 and Phase 1 Expansion. On October 16, 2019, the Aviation Authority Board approved Addendum No. 26 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner-Kiewit Joint Venture, for BP No. S00149, South Terminal C, Phase 1, Ground Transportation Facility (GTF) - FDOT (GMP No. 8-S), for the concrete work for a total negotiated GMP amount of $16,322,986. ISSUES This amendment funds electrical and low voltage work for the Ground Transportation Facility as part of the South Terminal C, Phase 1, and Phase 1 Expansion, scope of work. The Owner’s Authorized Representative (i.e., Geotech Consultants International, Inc. dba GCI, Inc.) and Turner-Kiewit Joint Venture have reviewed the current financial status and progress of the work in BP No. S00149, and have determined that, in accordance with the contract documents, it is appropriate at this time to increase the Direct Cost of Work, Allowances, CM@R Contingency, Owner Contingency, and Performance and Payment Bond, including the associated CM@R fee amount, as shown below.

    GMP Original GMP Budget

    (A)

    Current GMP Balance*

    (B)

    Proposed GMP

    Amendment (C)

    Proposed Revised GMP

    (D) = (B) + (C)

    Direct Cost of Work $14,469,781 $14,469,781 $12,165,650 $26,635,431 Allowances $ 0 $ 0 $ 400,000 $ 400,000 CM@R Contingency $ 723,489 $ 723,489 $ 609,434 $ 1,332,923 Owner Contingency $ 361,745 $ 361,745 $ 251,313 $ 613,058 SUBTOTAL: $15,555,015 $15,555,015 $13,426,397 $28,981,412 Perf. & Payment Bond $ 108,385 $ 108,385 $ 93,553 $ 201,938 Fee (4.211%) $ 659,586 $ 659,586 $ 569,325 $ 1,228,911 Total GMP Addendum Cost: $16,322,986 $16,322,986 $14,089,275 $30,412,261

    *The Current GMP Balance amount shown in the above table represents the current budget as a result of authorized GMP subcontract awards and other budget reallocations as a result of the GMP buyout process and the awards of CM@R’s contracts and/or purchase orders through the Budget, Buyout and Contingency Management (BBC) requests approved by the Construction Committee through December 17, 2019. The GMP buyout process results in internal cost transfers between the different GMP elements within the GMP without changing the overall GMP amount previously-approved by the Aviation Authority Board. Due to the funding sources for this GMP Addendum, Turner-Kiewit Joint Venture is committed to achieving 14.3% DBE participation for Construction Services, in lieu of MWBE and LDB/VBE participation goals. As such, Turner-Kiewit Joint Venture’s committed MWBE and LDB/VBE participation goals for Construction Services are not affected by this award. On December 17, 2019, the Construction Committee recommended approval of Amendment No. 1 to Addendum No. 26 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner-Kiewit Joint Venture, for BP No. S00149, South Terminal C, Phase 1, Ground Transportation Facility (GTF) - FDOT (GMP No. 8-S) at the Orlando International Airport, as outlined in the memorandum.

  • ALTERNATIVES None. FISCAL IMPACT The fiscal impact is $14,089,275. Funding is from FDOT Grants to the extent eligible and Customer Facility Charges. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to accept the recommendation of the Construction Committee and approve Amendment No. 1 to Addendum No. 26 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner-Kiewit Joint Venture, for BP No. S00149, South Terminal C, Phase 1, Ground Transportation Facility (GTF) - FDOT (GMP No. 8-S), for a total negotiated GMP Amendment amount of $14,089,275, which includes $12,165,650 for Direct Cost of Work, $400,000 for Allowances, $609,434 for CM@R Contingency, $251,313 for Owner Contingency, $93,553 for Performance and Payment Bonds, and CM@R Fee amount of $569,325 (4.211%), resulting in a revised GMP amount of $30,412,261, with funding from FDOT Grants to the extent eligible and Customer Facility Charges; and authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel.

  • CONSENT AGENDA ITEM – E –

    GREATER ORLANDO AVIATION AUTHORITY

    ________________________________________________________________ Orlando International Airport

    One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

    MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: January 15, 2020 ITEM DESCRIPTION Recommendation of the Construction Committee to Approve Amendment No. 1 to Addendum No. 18 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner-Kiewit Joint Venture, for Project Bid Package (BP) No. S00151, South Terminal C, Phase 1, Parking Facility - Phase 2 (GMP No. 9-S.1) at the Orlando International Airport BACKGROUND The South Terminal C, Phase 1, Program provides for a world-class domestic and international airport terminal building, consisting of a new airside terminal with up to 24 airline gates and a landside terminal with both secure and non-secure areas, and may include, but is not limited to all associated improvements and infrastructure required or related thereto, such as site work, roadways, aprons, runways, taxiways, other airfield work, utilities, landscaping, lighting, walkways, pedestrian bridges, expansion of the parking garage, a new and/or expanded chiller plant, aircraft loading bridges, and all interior design, such as concessions planning, ticketing, and security improvements, and baggage handling systems. On May 18, 2016, the Aviation Authority Board approved the award of a Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement to Turner-Kiewit Joint Venture.

    Under the CM@R Agreement, the CM@R is entitled to reimbursement and compensation for the following, upon acceptable performance:

    • Direct cost of the work is the actual cost for the subcontractor costs, direct

    labor, materials, and equipment required to construct the work, • Allowances are estimated dollar amounts that are separately identified in a GMP for

    the purpose of encumbering funds to cover certain costs that are not completely defined when the GMP is approved, but may be necessary to complete the Project. An allowance means that the scope is not fully known or additional review is needed to determine whether the item is reimbursable,

    • General condition expenses, such as CM@R management staff, limited to those set

    forth in the CM@R Agreement, • CM@R Contingency is the negotiated amount or percentage of the Cost of the Work to

    be utilized for over-budget buyout of the work and for increases in the cost due to unforeseen circumstances relating to construction of the project, except when deemed the responsibility of the Owner in accordance with the Agreement,

    • Owner Contingency is an amount or percentage of the Cost of the Work to be utilized

    by the Owner for items deemed the responsibility of the Owner in accordance with the Agreement,

  • • Performance and Payment Bond rate set forth in the CM@R Contract is 0.664%, and • The CM@R Fee covers the CM@R’s overhead, profit and all other costs not

    reimbursable under the CM@R Contract. For Turner-Kiewit Joint Venture, the CM@R Fee is 4.211%.

    Cost of allowances, contingencies and insurance will not be incurred until approved by the Aviation Authority. On September 19, 2018, the Aviation Authority Board approved Addendum No. 18 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner-Kiewit Joint Venture, for BP No. S00151, South Terminal C, Phase 1, Parking Facility - Phase 2 (GMP No. 9-S.1), for a total negotiated GMP amount of $12,852,377. The scope of BP No. S00151 includes masonry, miscellaneous metals, modified bit roofing, applied fireproofing, doors, frames and hardware, drywall, stucco and installation, acoustical ceilings, flooring, painting, terrazzo flooring, specialties, signage, low voltage electrical, and striping and pavement markings. ISSUES The Owner’s Authorized Representative (i.e., Geotech Consultants International, Inc. dba GCI, Inc.) and Turner-Kiewit Joint Venture have reviewed the current financial status and progress of the work in BP No. S00151, and have determined that, in accordance with the contract documents, it is appropriate at this time to decrease the CM@R Contingency, Owner Contingency, and Performance and Payment Bond, including the associated CM@R fee amount, as shown below.

    GMP Original GMP Budget

    (A)

    Current GMP Balance*

    (B)

    Proposed GMP Amendment

    (C)

    Proposed Revised GMP

    (D) = (B) + (C) Direct Cost of Work $ 6,647,105 $10,647,982 $ 0 $10,647,982 Unbought Scope $ 4,746,098 $ 50,495 $ 0 $ 50,495 CM@R Contingency $ 569,660 $ 459,674 ($200,000) $ 259,674 Owner Contingency $ 284,830 $ 1,089,542 ($600,000) $ 489,542 SUBTOTAL: $12,247,693 $12,247,693 ($800,000) $11,447,693 Perf. & Payment Bond $ 85,340 $ 85,340 ($ 5,574) $ 79,766 Fee (4.211%) $ 519,344 $ 519,344 ($ 33,923) $ 485,421 Total GMP Addendum Cost: $12,852,377 $12,852,377 ($839,497) $12,012,880

    *The Current GMP Balance amount shown in the above table represents the current budget as a result of authorized GMP subcontract awards and other budget reallocations as a result of the GMP buyout process and the awards of CM@R’s contracts and/or purchase orders through the Budget, Buyout and Contingency Management (BBC) requests approved by the Construction Committee through December 3, 2019. The GMP buyout process results in internal cost transfers between the different GMP elements within the GMP without changing the overall GMP amount previously-approved by the Aviation Authority Board. The proposed GMP Amendment for contingency reduction to GMP No. 9-S.1 does not have any impact to the small business participation. On December 17, 2019, the Construction Committee recommended approval of Amendment No. 1 to Addendum No. 18 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner-Kiewit Joint Venture, for BP No. S00151, South Terminal C, Phase 1, Parking Facility - Phase 2 (GMP No. 9-S.1), at the Orlando International Airport, as outlined in the memorandum. ALTERNATIVES None. FISCAL IMPACT The fiscal impact is ($839,497). Funding is from Customer Facility Charges and General Airport Revenue Bonds.

  • RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to accept the recommendation of the Construction Committee and approve Amendment No. 1 to Addendum No. 18 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner-Kiewit Joint Venture, for BP No. S00151, South Terminal C, Phase 1, Parking Facility - Phase 2 (GMP No. 9-S.1), for a total deductive negotiated GMP Amendment amount of ($839,497), which includes a deductive amount of ($200,00) for CM@R Contingency, a deductive amount of ($600,000) for Owner Contingency, a deductive amount of ($5,574) for Performance and Payment Bonds, and a deductive CM@R Fee amount of ($33,923) (4.211%), resulting in a revised GMP amount of $12,012,880, with funding from Customer Facility Charges and General Airport Revenue Bonds and authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel.

  • CONSENT AGENDA ITEM – F –

    GREATER ORLANDO AVIATION AUTHORITY

    ________________________________________________________________ Orlando International Airport

    One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

    MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: January 15, 2020 ITEM DESCRIPTION Recommendation of the Construction Committee to Approve Addendum No. 20 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Hensel Phelps Construction, for Project Bid Package (BP) No. S00157, South Terminal C, Phase 1, Ground Support Equipment (GSE) Facility (Guaranteed Maximum Price (GMP) No. 15-S), at the Orlando International Airport BACKGROUND The South Terminal C, Phase 1, Program provides for a world-class domestic and international airport terminal building, consisting of a new airside terminal with up to 24 airline gates and a landside terminal with both secure and non-secure areas, and may include, but is not limited to, all associated improvements and infrastructure required or related thereto, such as site work, roadways, aprons, runways, taxiways, other airfield work, utilities, landscaping, lighting, walkways, pedestrian bridges, expansion of the parking garage, a new and/or expanded chiller plant, aircraft loading bridges, and all interior design, such as concessions planning, ticketing, and security improvements, and baggage handling systems. On March 19, 2017, the Aviation Authority’s Finance Committee approved the award of a Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement to Hensel Phelps Construction. Under the CM@R Agreement, the CM@R is entitled to reimbursement and compensation for the following, upon acceptable performance:

    • Direct cost of the work is the actual cost for the subcontractor costs, direct

    labor, materials, and equipment required to construct the work, • Allowances are estimated dollar amounts that are separately identified in a GMP for

    the purpose of encumbering funds to cover certain costs that are not completely defined when the GMP is approved, but may be necessary to complete the Project. An allowance means that the scope is not fully known or additional review is needed to determine whether the item is reimbursable,

    • General condition expenses, such as CM@R management staff, limited to those set

    forth in the CM@R Agreement, • CM@R Contingency is the negotiated amount or percentage of the Cost of the Work to

    be utilized for over-budget buyout of the work and for increases in the cost due to unforeseen circumstances relating to construction of the project, except when deemed the responsibility of the Owner in accordance with the Agreement,

    • Owner Contingency is an amount or percentage of the Cost of the Work to be utilized

    by the Owner for items deemed the responsibility of the Owner in accordance with the Agreement,

  • • Performance and Payment Bond rate set forth in the CM@R Contract is 0.66%, and • The CM@R Fee covers the CM@R’s overhead, profit and all other costs not

    reimbursable under the CM@R Contract. For Hensel Phelps Construction, the CM@R Fee is 6.031%.

    Cost of allowances, contingencies and insurance will not be incurred until approved by the Aviation Authority. ISSUES GMP No. 15-S for South Terminal C, Phase 1, has been negotiated with Hensel Phelps Construction for BP No. S00157, Ground Support Equipment (GSE) Facility (GMP No. 15-S) at the Orlando International Airport, for a total GMP amount as shown below. The scope of BP No. S00157 provides for the turn-key ground support equipment facility for the South Terminal C, Phase 1, Program. Hensel Phelps Construction proposes these services for the following compensation:

    Direct Cost of Work $5,531,477 CM@R Contingency $ 276,574 Owner Contingency $ 138,287 SUBTOTAL: $5,946,338 Perf. & Payment Bond $ 41,872 Fee (6.031%) $ 358,624 Total GMP Addendum Cost: $6,346,834

    The schedule included in the GMP proposal provides for the BP No. S00157 substantial completion date of June 7, 2021. Payment for work will be for the work and services performed up to but not exceeding the total GMP amount in accordance with the CM@R Agreement. The overall GMP proposal has been thoroughly reviewed by the Owner’s Authorized Representative (i.e., Geotech Consultants International, Inc. dba GCI, Inc.), the Aviation Authority’s Construction-Engineering-Financial Consultant (i.e., R. W. Block Consulting, Inc.), legal counsel, and staff. Hensel Phelps Construction proposes 28% MWBE and 4% LDB/VBE participation goals on this GMP Addendum for Construction Services. Hensel Phelps Construction is committed to the established small business goals of 20% MWBE and 4% LDB/VBE participation for Construction Services. On December 17, 2019, the Construction Committee recommended approval of Addendum No. 20 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Hensel Phelps Construction for BP No. S00157, South Terminal C, Phase 1, Ground Support Equipment (GSE) Facility (GMP No. 15-S) at the Orlando International Airport, as outlined in the memorandum. ALTERNATIVES None. FISCAL IMPACT The fiscal impact is $6,346,834. Funding is from General Airport Revenue Bonds. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to accept the recommendation of the Construction Committee and approve Addendum No. 20 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Hensel Phelps Construction for BP No. S00157, South Terminal C, Phase 1, Ground Support Equipment (GSE) Facility (GMP No. 15-S) at the Orlando International Airport, for a total negotiated GMP amount of $6,346,834, which includes $5,531,477 for Direct Cost of Work, $276,574 for CM@R Contingency, $138,287 for Owner Contingency, $41,872 for Performance and Payment Bonds, and $358,624 for CM@R Fee (6.031%), with funding from General Airport Revenue Bonds and authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel.

  • CONSENT AGENDA ITEM – G –

    GREATER ORLANDO AVIATION AUTHORITY

    ________________________________________________________________ Orlando International Airport

    One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

    MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: January 15, 2020 ITEM DESCRIPTION Recommendation of the Construction Committee to Approve Amendment No. 3 to Addendum No. 15 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner-Kiewit Joint Venture, for Project Bid Package (BP) No. S00170, South Terminal C, Phase 1, Underground Electrical Distribution (Guaranteed Maximum Price (GMP) No. 5-S.6) at the Orlando International Airport BACKGROUND The South Terminal C, Phase 1, Program provides for a world-class domestic and international airport terminal building, consisting of a new airside terminal with up to 24 airline gates and a landside terminal with both secure and non-secure areas, and may include, but is not limited to, all associated improvements and infrastructure required or related thereto, such as site work, roadways, aprons, runways, taxiways, other airfield work, utilities, landscaping, lighting, walkways, pedestrian bridges, expansion of the parking garage, a new and/or expanded chiller plant, aircraft loading bridges, and all interior design, such as concessions planning, ticketing, and security improvements, and baggage handling systems. On May 18, 2016, the Aviation Authority Board approved the award of a Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner-Kiewit Joint Venture for the South Terminal C, Phase 1, Program at the Orlando International Airport. Under the CM@R Agreement, the CM@R is entitled to reimbursement and compensation for the following, upon acceptable performance: • Direct cost of the work is the actual cost for the subcontractor costs, direct

    labor, materials, and equipment required to construct the work, • Allowances are estimated dollar amounts that are separately identified in a GMP for

    the purpose of encumbering funds to cover certain costs that are not completely defined when the GMP is approved, but may be necessary to complete the Project. An allowance means that the scope is not fully known or additional review is needed to determine whether the item is reimbursable,

    • General condition expenses, such as CM@R management staff, limited to those set

    forth in the CM@R Agreement, • CM@R Contingency is the negotiated amount or percentage of the Cost of the Work to

    be utilized for over-budget buyout of the work and for increases in the cost due to unforeseen circumstances relating to construction of the project, except when deemed the responsibility of the Owner in accordance with the Agreement,

  • • Owner Contingency is an amount or percentage of the Cost of the Work to be utilized by the Owner for items deemed the responsibility of the Owner in accordance with the Agreement,

    • Performance and Payment rate set forth in the CM@R Contract is 0.664%, and • The CM@R Fee covers the CM@R’s overhead, profit and all other costs not

    reimbursable under the CM@R Contract. For Turner-Kiewit Joint Venture, the CM@R Fee is 4.211%.

    Cost of allowances, contingencies and insurance will not be incurred until approved by the Aviation Authority. On June 20, 2018, the Aviation Authority Board approved Addendum No. 15 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner-Kiewit Joint Venture for BP No. S00170, South Terminal C, Phase 1, Underground Electrical Distribution (GMP No. 5-S.6) at the Orlando International Airport, for a total negotiated GMP amount of $40,534,012. On September 18, 2019, the Aviation Authority Board approved Amendment No. 1 to Addendum No. 15 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner-Kiewit Joint Venture for BP No. S00170, South Terminal C, Phase 1, Underground Electrical Distribution (GMP No. 5-S.6) at the Orlando International Airport, for a total negotiated GMP Amendment amount of $2,025,918, resulting in a revised GMP amount of $42,559,930. On October 16, 2019, the Aviation Authority Board approved Amendment No. 2 to Addendum No. 15 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner-Kiewit Joint Venture for BP No. S00170, South Terminal C, Phase 1, Underground Electrical Distribution (GMP No. 5-S.6) at the Orlando International Airport, for a total negotiated GMP Amendment amount of $3,538,793, resulting in a revised GMP amount of $46,098,723. The scope of BP No. S00170 includes primary power and emergency power distribution ductbanks and associated manholes for four main ductbanks, consisting of the Orlando Utilities Commission (OUC) ductbank, emergency generators A and B, and communications control. The south portion of the OUC power, including the OUC primary switchyard pad and OUC access roads, was bid as an alternate and was previously incorporated into this GMP. ISSUES This amendment funds changes to the underground utilities that required adjustments to the ductbanks for the South Terminal C, Phase 1, and Phase 1 Expansion, scope of work. The Owner’s Authorized Representative (i.e., Geotech Consultants International, Inc. dba GCI, Inc.) and Turner-Kiewit Joint Venture have reviewed the current financial status and progress of the work in BP No. S00170, and have determined that, in accordance with the contract documents, it is appropriate at this time to decrease the CM@R Contingency and increase the Direct Cost of Work, Owner Contingency, and Performance and Payment Bonds, including the associated CM@R fee amount, as shown below.

    GMP Original GMP Budget

    (A)

    Current GMP Budget* (B)

    Proposed GMP Amendment

    (C)

    Proposed Revised GMP

    (D) = (B) + (C) Direct Cost of Work $34,239,548 $39,994,271 $4,622,475 $44,616,746 Allowances $ 1,692,500 $ 345,040 $ 0 $ 345,040 CM@R Contingency $ 1,796,602 $ 1,936,433 ($ 250,000) $ 1,686,433 Owner Contingency $ 898,301 $ 1,654,107 $ 90,000 $ 1,744,107 SUBTOTAL: $38,626,951 $43,929,851 $4,462,475 $48,392,326 Perf. & Payment Bonds $ 269,146 $ 306,096 $ 31,094 $ 337,190 Fee (4.211%) $ 1,637,915 $ 1,862,776 $ 189,224 $ 2,052,000 Total GMP Addendum Cost: $40,534,012 $46,098,723 $4,682,793 $50,781,516

    *The Current GMP Balance amount shown in the above table represents the current budget resulting from authorized GMP subcontract awards and other budget reallocations as a result of the GMP buyout process and the awards of CM@R’s contracts and/or purchase orders through the Budget, Buyout and Contingency Management (BBC) requests approved by the Construction Committee through September 10, 2019. The GMP buyout process

  • results in internal cost transfers between the different GMP elements within the GMP without changing the overall GMP amount previously-approved by the Aviation Authority Board. Turner-Kiewit Joint Venture proposes 3.5% LDB participation for Construction Services on this GMP Amendment to BP No. S00170. Turner-Kiewit Joint Venture is committed to the established small business goals of 20% MWBE and 4% LDB participation for Construction Services. Currently, Turner-Kiewit Joint Venture’s cumulatively awarded participation for this GMP Addendum for Construction Services is 24.4% MWBE and 4.4% LDB/VBE. On December 17, 2019, the Construction Committee recommended approval of Amendment No. 3 to Addendum No. 15 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner-Kiewit Joint Venture, for BP No. S00170, South Terminal C, Phase 1, Underground Electrical Distribution (GMP No. 5-S.6), at the Orlando International Airport, as outlined in the memorandum. ALTERNATIVES None. FISCAL IMPACT The fiscal impact is $4,682,793. Funding is from General Airport Revenue Bonds. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to accept the recommendation of the Construction Committee and approve Amendment No. 3 to Addendum No. 15 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner-Kiewit Joint Venture for BP No. S00170, South Terminal C, Phase 1, Underground Electrical Distribution (GMP No. 5-S.6) at the Orlando International Airport, for a total negotiated GMP Amendment amount of $4,682,793, which includes $4,622,475 for Direct Cost of Work, a deductive amount of ($250,000) for CM@R Contingency, $90,000 for Owner Contingency, $31,094 for Performance and Payment Bonds, and $189,224 for the CM@R’s Fee (4.211%), resulting in a revised GMP amount of $50,781,516, with funding from General Airport Revenue Bonds and authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel.

  • CONSENT AGENDA ITEM – H –

    GREATER ORLANDO AVIATION AUTHORITY ________________________________________________________________

    Orlando International Airport One Jeff Fuqua Boulevard

    Orlando, Florida 32827-4399 MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: January 15, 2020 ITEM DESCRIPTION Recommendation of the Construction Committee to Approve Addendum No. 27 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner-Kiewit Joint Venture, for Project Bid Package (BP) No. S00180, South Terminal C, Phase 1, Landside Experiential Media Environment (EME) (Guaranteed Maximum Price (GMP) No. 7-S.4) at the Orlando International Airport BACKGROUND The South Terminal C, Phase 1, Program provides for a world-class domestic and international airport terminal building, consisting of a new airside terminal with up to 24 airline gates and a landside terminal with both secure and non-secure areas, and may include, but is not limited to all associated improvements and infrastructure required or related thereto, such as site work, roadways, aprons, runways, taxiways, other airfield work, utilities, landscaping, lighting, walkways, pedestrian bridges, expansion of the parking garage, a new and/or expanded chiller plant, aircraft loading bridges, and all interior design, such as concessions planning, ticketing, and security improvements, and baggage handling systems. On May 18, 2016, the Aviation Authority Board approved the award of a Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement to Turner-Kiewit Joint Venture.

    Under the CM@R Agreement, the CM@R is entitled to reimbursement and compensation for the following, upon acceptable performance:

    • Direct cost of the work is the actual cost for the subcontractor costs, direct

    labor, materials, and equipment required to construct the work, • Allowances are estimated dollar amounts that are separately identified in a GMP for

    the purpose of encumbering funds to cover certain costs that are not completely defined when the GMP is approved, but may be necessary to complete the Project. An allowance means that the scope is not fully known or additional review is needed to determine whether the item is reimbursable,

    • General condition expenses, such as CM@R management staff, limited to those set

    forth in the CM@R Agreement, • CM@R Contingency is the negotiated amount or percentage of the Cost of the Work to

    be utilized for over-budget buyout of the work and for increases in the cost due to unforeseen circumstances relating to construction of the project, except when deemed the responsibility of the Owner in accordance with the Agreement,

    • Owner Contingency is an amount or percentage of the Cost of the Work to be utilized

    by the Owner for items deemed the responsibility of the Owner in accordance with the Agreement,

    • Performance and Payment Bond rate set forth in the CM@R Contract is 0.664%, and

  • • The CM@R Fee covers the CM@R’s overhead, profit and all other costs not

    reimbursable under the CM@R Contract. For Turner-Kiewit Joint Venture, the CM@R Fee is 4.211%.

    Cost of allowances, contingencies and insurance will not be incurred until approved by the Aviation Authority. ISSUES GMP No. 7-S.4 for South Terminal C, Phase 1, has been negotiated with Turner-Kiewit Joint Venture for BP No. S00180, South Terminal C, Phase 1, Landside Experiential Media Environment (EME) (GMP No. 7-S.4) at the Orlando International Airport, for a total GMP amount as shown below. The scope of BP No. S00180 will furnish and install all mechanical, electrical, structural, audio-visual components, servers, controls and architectural finishes for the Experiential Media Environment (EME) system including, but not limited to, the Portal and all related work required for a complete EME system for the South Terminal C, Phase 1 and Phase 1 Expansion. Turner-Kiewit Joint Venture proposes these services for the following compensation:

    Direct Cost of Work $ 9,225,292 Allowances $ 1,139,601 CM@R Contingency $ 518,245 Owner Contingency $ 259,122 SUBTOTAL: $11,142,260 Perf. & Payment Bond $ 77,637 Fee (4.211%) $ 472,470 Total GMP Addendum Cost: $11,692,367

    The schedule included in the GMP proposal provides for the BP No. S00180 substantial completion date of September 29, 2021. The overall GMP proposal has been thoroughly reviewed by the Owner’s Authorized Representative (i.e., Geotech Consultants International, Inc. dba GCI, Inc.), the Aviation Authority’s Construction-Engineering-Financial Consultant (i.e., R. W. Block Consulting, Inc.), legal counsel, and staff. Payment for work will be for the work and services performed up to but not exceeding the total GMP amount in accordance with the CM@R Agreement. The Aviation Authority has not established MWBE/LDB/VBE goals because of the specialized nature of the services to be provided. On December 17, 2019, the Construction Committee recommended approval of Addendum No. 27 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner-Kiewit Joint Venture, for BP No. S00180, South Terminal C, Phase 1, Landside Experiential Media Environment (EME) (GMP No. 7-S.4) at the Orlando International Airport, as outlined in the memorandum. ALTERNATIVES None. FISCAL IMPACT The fiscal impact is $11,692,367. Funding is from General Airport Revenue Bonds. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to accept the recommendation of the Construction Committee and approve Addendum No. 27 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner-Kiewit Joint Venture, for BP No. S00180, South Terminal C, Phase 1, Landside Experiential Media Environment (EME) (GMP No. 7-S.4), for a total negotiated GMP amount of $11,692,367, which includes $9,225,292 for Direct Cost of Work, $1,139,601 for Allowances, $518,245 for CM@R Contingency, $259,122 for Owner Contingency, $77,637 for Performance and Payment Bonds, and a CM@R’s Fee amount of $472,470 (4.211%), with funding from General Airport Revenue Bonds; and authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel.

  • CONSENT AGENDA ITEM – I –

    GREATER ORLANDO AVIATION AUTHORITY

    ________________________________________________________________ Orlando International Airport

    One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

    MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: January 15, 2020 ITEM DESCRIPTION Recommendation of the Construction Committee to Approve Addendum No. 28 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner-Kiewit Joint Venture, for Project Bid Package (BP) No. S00181, South Terminal C, Phase 1, Ground Transportation Facility (GTF) (Guaranteed Maximum Price (GMP) No. 8-S.1) at the Orlando International Airport BACKGROUND The South Terminal C, Phase 1, Program provides for a world-class domestic and international airport terminal building, consisting of a new airside terminal with up to 24 airline gates and a landside terminal with both secure and non-secure areas, and may include, but is not limited to all associated improvements and infrastructure required or related thereto, such as site work, roadways, aprons, runways, taxiways, other airfield work, utilities, landscaping, lighting, walkways, pedestrian bridges, expansion of the parking garage, a new and/or expanded chiller plant, aircraft loading bridges, and all interior design, such as concessions planning, ticketing, and security improvements, and baggage handling systems. On May 18, 2016, the Aviation Authority Board approved the award of a Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement to Turner-Kiewit Joint Venture.

    Under the CM@R Agreement, the CM@R is entitled to reimbursement and compensation for the following, upon acceptable performance:

    • Direct cost of the work is the actual cost for the subcontractor costs, direct

    labor, materials, and equipment required to construct the work, • Allowances are estimated dollar amounts that are separately identified in a GMP for

    the purpose of encumbering funds to cover certain costs that are not completely defined when the GMP is approved, but may be necessary to complete the Project. An allowance means that the scope is not fully known or additional review is needed to determine whether the item is reimbursable,

    • General condition expenses, such as CM@R management staff, limited to those set

    forth in the CM@R Agreement, • CM@R Contingency is the negotiated amount or percentage of the Cost of the Work to

    be utilized for over-budget buyout of the work and for increases in the cost due to unforeseen circumstances relating to construction of the project, except when deemed the responsibility of the Owner in accordance with the Agreement,

  • • Owner Contingency is an amount or percentage of the Cost of the Work to be utilized by the Owner for items deemed the responsibility of the Owner in accordance with the Agreement,

    • Performance and Payment Bond rate set forth in the CM@R Contract is 0.664%, and • The CM@R Fee covers the CM@R’s overhead, profit and all other costs not

    reimbursable under the CM@R Contract. For Turner-Kiewit Joint Venture, the CM@R Fee is 4.211%.

    Cost of allowances, contingencies and insurance will not be incurred until approved by the Aviation Authority. ISSUES GMP No. 8-S.1 for South Terminal C, Phase 1, has been negotiated with Turner-Kiewit Joint Venture for BP No. S00181, South Terminal C, Phase 1, Ground Transportation Facility (GTF) (GMP No. 8-S.1) at the Orlando International Airport, for a total GMP amount as shown below. The scope of BP No. S00181 provides for all scopes of work for the Ground Transportation Facility excluding concrete, electrical, low voltage work (awarded as part of GMP No. 8-S), and piles (awarded as GMP No. 5-S.1), for the South Terminal C, Phase 1 and Phase 1 Expansion. Turner-Kiewit Joint Venture proposes these services for the following compensation:

    Direct Cost of Work $27,699,329 Unbought Scope $17,453,179 Allowances $ 300,375 CM@R Contingency $ 1,363,586 Owner Contingency $ 681,793 SUBTOTAL: $47,498,262 Perf. & Payment Bond $ 330,960 Fee (4.211%) $ 2,014,089 Total GMP Addendum Cost: $49,843,311

    The schedule included in the GMP proposal provides for the BP No. S00181 substantial completion date of January 17, 2022. The overall GMP proposal has been thoroughly reviewed by the Owner’s Authorized Representative (i.e., Geotech Consultants International, Inc. dba GCI, Inc.), the Aviation Authority’s Construction-Engineering-Financial Consultant (i.e., R. W. Block Consulting, Inc.), legal counsel, and staff. Payment for work will be for the work and services performed up to but not exceeding the total GMP amount in accordance with the CM@R Agreement. Turner-Kiewit Joint Venture proposes 15.6% MWBE and 3.2% LDB/VBE participation for Construction Services on this GMP Addendum to BP No. S00181. Turner-Kiewit Joint Venture is committed to the established small business goals of 20% MWBE and 4% LDB participation for Construction Services. Currently, Turner-Kiewit Joint Venture’s cumulatively awarded participation for Construction Services for this Addendum is 19% MWBE and 4% LDB. On December 17, 2019, the Construction Committee recommended approval of Addendum No. 28 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner-Kiewit Joint Venture, for BP No. S00181, South Terminal C, Phase 1, Ground Transportation Facility (GTF) (GMP No. 8-S.1) at the Orlando International Airport, as outlined in the memorandum. ALTERNATIVES None. FISCAL IMPACT The fiscal impact is $49,843,311. Funding is from Customer Facility Charges and General Airport Revenue Bonds.

  • RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to accept the recommendation of the Construction Committee and approve Addendum No. 28 to the Construction Management at Risk (CM@R) Entity Services for South Terminal C, Phase 1, Agreement with Turner-Kiewit Joint Venture, for BP No. S00181, South Terminal C, Phase 1, Ground Transportation Facility (GTF) (GMP No. 8-S.1), for a total negotiated GMP amount of $49,843,311, which includes $27,699,329 for Direct Cost of Work, $17,453,179 for Unbought Scope, $300,375 for Allowances, $1,363,586 for CM@R Contingency, $681,793 for Owner Contingency, $330,960 for Performance and Payment Bonds, and a CM@R’s Fee amount of $2,014,089 (4.211%), with funding from Customer Facility Charges and General Airport Revenue Bonds; and authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel.

  • CONSENT AGENDA ITEM – J –

    GREATER ORLANDO AVIATION AUTHORITY

    ________________________________________________________________ Orlando International Airport

    One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

    MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: January 15, 2020 ITEM DESCRIPTION Recommendation of the Construction Committee to Award Project W-S00142, South Terminal C, Phase 1 - Experiential Media Environment (EME) Content Production Company (CPC), at the Orlando International Airport, to Gentilhomme Inc. BACKGROUND The South Terminal C, Phase 1, Program provides for a world-class domestic and international airport terminal building, consisting of a new airside terminal with up to 24 airline gates and a landside terminal with both secure and non-secure areas, and may include, but is not limited to, all associated improvements and infrastructure required or related thereto, such as sitework, roadways, aprons, runways, taxiways, other airfield work, utilities, landscaping, lighting, walkways, pedestrian bridges, expansion of the parking garage, a new and/or expanded chiller plant, aircraft loading bridges, and all interior design, such as concessions planning, ticketing, and security improvements, and baggage handling systems. W-S00142 is for services for a Content Production Company (CPC) to develop and deliver all content production services, including pre-production, production, post-production, and integration services, for the Aviation Authority’s Experiential Media Environment (EME) for the South Terminal C at the Orlando International Airport. The EME is an innovative, large-scale, multimedia program that will be integral to the overall architectural environment of the South Terminal C. The CPC will provide all services required for the production and integration of the full inventory of content into the EME Content Delivery System, in all forms of required content, and based upon the established guidelines and budget. The Aviation Authority will utilize EME, an array of new technologies designed to enhance the passenger experience, including an innovative, large-scale, multimedia program. For Phase 1 of the South Terminal C Program, the EME will comprise of three large-scale, custom designed, architecturally-integrated, immersive media features. The EME Media Features will incorporate high resolution Light Emitting Diode (LED) displays in unique configurations and an inventory of original multimedia content supported by a robust centralized Content Delivery System (CDS). The EME is designed to both enhance the guest experience and give expression to the multiple dimensions of Orlando and Central Florida as a global destination, place of natural wonders, multiplicity of communities and as a burgeoning region for innovation. The inventory of content, that the CPC will develop for the EME and display on the Media Features, will serve as an expression of the multiple dimensions of the Orlando Experience®, complementing the guest journey and touch points throughout the arrival and departure process. The Orlando Experience®, as expressed through the EME, is intended to embrace the many aspects that contribute to the character and distinctiveness of Orlando and Central Florida, such as its remarkable skies and quality of light; its abundant water resources including its beaches, lakes, rivers and cenotes; its flora and fauna; its Space Coast, the home of National Aeronautics

  • and Space Administration (NASA) and center-point for the renaissance of private space exploration; its immersive theme parks and attractions; its unique sense of place from downtowns to main streets; and its diverse tapestry of communities and people that call the Central Florida area home. The EME will be comprised of three architecturally-scaled, immersive Media Features. Two of the EME Media Features, the Moment Vault and Windows on Orlando, will be located within the Airside Terminal where passengers arrive and depart via the domestic and international gates. The third Media Feature, the Portal, will be located within the Landside Arrival and Departure Hall. On November 13, 2019, the Aviation Authority Board accepted the recommendation of the Professional Services Committee and (1) approved the ranking of the shortlisted firms for the South Terminal C, Phase 1 - Experiential Media Environment (EME) Content Production Company (CPC) (W-S00142), at the Orlando International Airport as follows: First – Gentilhomme Inc.; and, Second – Les Studios Moment Factory Inc.; and, (2) authorized negotiations with the first-ranked firm in accordance with Aviation Authority policy, and if those negotiations are unsuccessful, negotiate with the second-ranked firm; and, (3) upon reaching agreement with the successful proposer, present the final agreement terms to the Aviation Authority Board for approval; following satisfactory review by legal counsel. ISSUES A fee has been negotiated with Gentilhomme Inc. for a total amount of $5,500,000, to provide all CPC services, including, but not limited to, pre-production, production, post-production, and integration services, for the Aviation Authority’s W-S00142, South Terminal C, Phase 1 - Experiential Media Environment (EME) Content Production Company (CPC), at the Orlando International Airport. The Aviation Authority has not established MWBE/LDB/VBE goals because of the specialized nature of the services to be provided. On December 17, 2019, the Construction Committee recommended award of W-S00142, South Terminal C, Phase 1 - Experiential Media Environment (EME) Content Production Company (CPC), at the Orlando International Airport, to Gentilhomme Inc., as outlined in the memorandum. ALTERNATIVES None. FISCAL IMPACT The fiscal impact is $5,500,000. Funding is from General Airport Revenue Bonds. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to accept the recommendation of the Construction Committee and approve the award of W-S00142, South Terminal C, Phase 1 - Experiential Media Environment (EME) Content Production Company (CPC), at the Orlando International Airport, to Gentilhomme Inc., for the total negotiated amount of $5,500,000, with funding from General Airport Revenue Bonds and authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel.

  • CONSENT AGENDA ITEM – K –

    GREATER ORLANDO AVIATION AUTHORITY

    ________________________________________________________________ Orlando International Airport

    One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

    MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Professional Services Committee DATE: January 15, 2020 ITEM DESCRIPTION Recommendation of the Professional Services Committee to Approve a No-Cost Base Agreement with Saab Sensis Corporation for W-00396, Virtual Ramp Control (VRC) Services at the Orlando International Airport, and Approval of Addendum No. 1 to the Base Agreement with Saab Sensis Corporation BACKGROUND The Aviation Authority controls, operates and maintains the Orlando International Airport (MCO), which consists of the existing North Terminal Complex (NTC) and the anticipated South Terminal C, Phase 1 (STC-P1), which is currently under design and construction and is scheduled to open by 2022. The STC-P1 will include the VRC, which is the subject of the solicitation. STC-P1 will include up to 24 aircraft gates/parking positions and will undergo future expansions, which may expand the VRC operations up to 60 gates, including shared Multiple Aircraft Ramp System (MARS) gates and multiple remote hardstand aircraft parking positions. The VRC will enable ramp control personnel to manage aircraft movements in the non-movement area in all-weather conditions on a 24-hours-per-day, 7-days-per-week basis. The VRC will operate out of a single control room (VRC Center). The VRC Center will house all necessary equipment and ramp control personnel for the STC. VRC operations will rely on multiple technologies and systems. The scope of services shall include design, integration, testing, implementation and installation of a VRC system and training, and may also include the purchase and provision of equipment, software, hardware and all other items necessary for, or incidental to, a VRC system and VRC Center. On August 28, 2019, the Aviation Authority Board (1) approved the ranking of the shortlisted firms for Virtual Ramp Control Services (W396) at the Orlando International Airport as follows: First – Saab Sensis Corporation; and, Second – Searidge Technologies, Inc.; (2) authorized negotiations with the first-ranked firm in accordance with Aviation Authority policy, and if those negotiations are unsuccessful, negotiate with the second-ranked firm; and (3) upon reaching agreement with the successful proposer, present the final agreement terms to the Aviation Authority Board for approval; following satisfactory review by legal counsel. ISSUES A fee has been negotiated with Saab Sensis Corporation for a total amount of $422,782, to provide Project Management Office (PMO) and engineering planning and management services for the Aviation Authority’s W-00396, Virtual Ramp Control (VRC) Services at the Orlando International Airport. These services will include, but are not limited to, PMO management, Joint Application Design (JAD) sessions to finalize negotiations and define the national system architecture, camera sightings, supplemental cameras, controller/ supervisor configurations, integrations, monitors/equipment recommendations, and VRC requirements documentation.

  • The Aviation Authority has not established MWBE/LDB/VBE goals because of the specialized nature of the services to be provided. On December 11, 2019, the Professional Services Committee recommended approval of a No-Cost Base Agreement with Saab Sensis Corporation for W-00396, Virtual Ramp Control (VRC) Services at the Orlando International Airport, and approval of Addendum No. 1 to the Base Agreement with Saab Sensis Corporation, as outlined in the memorandum. ALTERNATIVES None. FISCAL IMPACT The fiscal impact is $422,782. Funding is from General Airport Revenue Bonds. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to accept the recommendation of the Professional Services Committee and (1) approve a No Cost Base Agreement with Saab Sensis Corporation for the award of W-00396, Virtual Ramp Control (VRC) Services at the Orlando International Airport; (2) approve Addendum No. 1 to the Base Agreement with Saab Sensis Corporation for W-00396, Virtual Ramp Control (VRC) Services for the total negotiated amount of $422,782, with funding from General Airport Revenue Bonds; and (3) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel.

  • CONSENT AGENDA ITEM – L –

    GREATER ORLANDO AVIATION AUTHORITY

    ________________________________________________________________ Orlando International Airport

    One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

    MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: January 15, 2020 ITEM DESCRIPTION Recommendation of the Construction Committee to Approve a Job Order Construction Services Addendum to the Continuing Electrical Construction Services Agreement with Electric Services, Inc. for Project E-00261, Replace A and B Sides Bag Claim Programmable Logic Controllers (PLC) (Design/Build), at the Orlando International Airport BACKGROUND E-00261 will design and construct the replacement of the existing and now discontinued bag claim unit PLCs that are no longer available for replacement at the Orlando International Airport. The construction is scheduled to start in January 2020 and completed in July 2020. ISSUES Electric Services, Inc. has proposed a total direct-negotiated amount of $269,303.48 for design and construction services for E-00261. Electric Services, Inc.’s pricing has been reviewed and determined to be reasonable, and the scope has been verified. The Aviation Authority has not established MWBE/LDB/VBE goals because of the specialized nature of the services to be provided. On December 17, 2019, the Construction Committee recommended approval of a Job Order Construction Services Addendum to the Continuing Electrical Construction Services Agreement with Electric Services, Inc. for E-00261, Replace A and B Sides Bag Claim Programmable Logic Controllers (PLC) (Design/Build), at the Orlando International Airport, as outlined in the memorandum. ALTERNATIVES None. FISCAL IMPACT The fiscal impact is $269,303.48. Funding is from General Airport Revenue Bonds. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to accept the recommendation of the Construction Committee and approve a Job Order Construction Services Addendum to the Continuing Electrical Construction Services Agreement with Electric Services, Inc. for E-00261, Replace A and B Sides Bag Claim Programmable Logic Controllers (PLC) (Design/Build), at the Orlando International Airport, for the total direct-negotiated amount of $269,303.48, with funding from General Airport Revenue Bonds and authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel.

  • CONSENT AGENDA ITEM – M –

    GREATER ORLANDO AVIATION AUTHORITY

    ________________________________________________________________ Orlando International Airport

    One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

    MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: January 15, 2020 ITEM DESCRIPTION Recommendation of the Construction Committee to Approve a Job Order Construction Services Addendum to the Continuing Vertical Construction Services Agreement with H.W. Davis Construction, Inc. for Project V-00906, West Checkpoint Video Walls, at the Orlando International Airport BACKGROUND V-00906 will modify the soffits under the Chili’s Restaurant to construct two large and two small Light Emitting Diode (LED) video walls outside the West Security Screening Checkpoint at the Orlando International Airport. The large video walls measure 3-feet-6-inches high by 46-feet-0-inches long. The small video walls measure 3-feet-6-inches high by 8-feet-8-inches long. The video walls will be placed along the newly created vertical wall at the Chili's Restaurant fascia on both the A-Side and B-Side of the Great Hall. H.W. Davis Construction, Inc. is currently completing the expansion of the West Security Checkpoint. V-00906 is an extension of this expansion, improving information signage to the public entering the checkpoint. The construction is scheduled to start in January 2020 and completed in May 2020. ISSUES H.W. Davis Construction, Inc. has proposed a total direct-negotiated amount of $781,733 for construction services for V-00906. H.W. Davis Construction, Inc.’s pricing has been reviewed and determined to be reasonable, and the scope has been verified. The Aviation Authority has reviewed the proposal from H.W. Davis Construction, Inc., and determined that H.W. Davis Construction, Inc. proposes 20% MWBE and 5% LDB participation for this job order construction services addendum. On November 26, 2019, the Construction Committee recommended approval of a Job Order Construction Services Addendum to the Continuing Vertical Construction Services Agreement with H.W. Davis Construction, Inc. for V-00906, West Checkpoint Video Walls, at the Orlando International Airport, as outlined in the memorandum. ALTERNATIVES None. FISCAL IMPACT The fiscal impact is $781,733. Funding is from previously-approved Capital Expenditure Funds.

  • RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to accept the recommendation of the Construction Committee and approve a Job Order Construction Services Addendum to the Continuing Vertical Construction Services Agreement with H.W. Davis Construction, Inc. for V-00906, West Checkpoint Video Walls, at the Orlando International Airport, for the total direct-negotiated amount of $781,733, with funding from previously-approved Capital Expenditure Fund and authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel.

  • CONSENT AGENDA ITEM – N –

    GREATER ORLANDO AVIATION AUTHORITY

    ________________________________________________________________ Orlando International Airport

    One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

    MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: January 15, 2020 ITEM DESCRIPTION Recommendation of the Construction Committee to Approve a Job Order Construction Services Addendum to the Continuing Vertical Construction Services Agreement with Gomez Construction Company for Project V-00943, Airsides 2 and 4 Guideway Running Surface Refurbishment (Design/Build), at the Orlando International Airport BACKGROUND V-00943 will design and construct the refurbishment of the running surfaces for the Airsides 2 and 4 Automated People Mover (APM) system guideways, to extend the useful life by at least an additional six years. Gomez Construction Company, and their primary subcontractor, Restocon, performed this same type of refurbishment to the Airsides 1 and 3 guideway running pads several years ago, and have specialized knowledge for this type of services. The construction is scheduled to start in January 2020 and completed in August 2020. ISSUES Gomez Construction Company has proposed a total direct-negotiated amount of $715,496.22 for design and construction services for V-00943. Gomez Construction Company’s pricing has been reviewed and determined to be reasonable, and the scope has been verified. The Aviation Authority has reviewed the proposal from Gomez Construction Company, and determined that Gomez Construction Company proposes 7.3% MWBE participation for this job order construction services addendum. On November 5, 2019, the Construction Committee recommended approval of a Job Order Construction Services Addendum to the Continuing Vertical Construction Services Agreement with Gomez Construction Company for V-00943, Airsides 2 and 4 Guideway Running Surface Refurbishment (Design/Build), at the Orlando International Airport, as outlined in the memorandum. ALTERNATIVES None. FISCAL IMPACT The fiscal impact is $715,496.22. Funding is from previously-approved Capital Expenditure Funds.

  • RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to accept the recommendation of the Construction Committee and approve a Job Order Construction Services Addendum to the Continuing Vertical Construction Services Agreement with Gomez Construction Company for V-00943, Airsides 2 and 4 Guideway Running Surface Refurbishment (Design/Build), at the Orlando International Airport, for the total direct-negotiated amount of $715,496.22, with funding from previously-approved Capital Expenditure Funds and authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel.

  • V-943 Airsides 2 & 4 APM Guideway Refurbishment

    Consent Agenda Item - N

  • CONSENT AGENDA ITEM – O –

    GREATER ORLANDO AVIATION AUTHORITY

    ________________________________________________________________ Orlando International Airport

    One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

    MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: January 15, 2020 ITEM DESCRIPTION Recommendation of the Construction Committee to Approve Change Order(s) to Various Contracts BACKGROUND At its meetings on November 19, and December 17, 2019, the Construction Committee recommended approval of the change order(s) as outlined in Attachment A. ISSUES The Aviation Authority reserves the right to recover premium and other costs from the responsible party, as applicable. ALTERNATIVES None. FISCAL IMPACT The funding source for each change order is outlined in Attachment A. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to accept the recommendation of the Construction Committee to (1) approve Change Order No. BP-00459-07 in the amount of $35,327.83 and no time extension, and request Orlando City Council and FAA concurrence (as required because of FAA funding), with funding as outlined in Attachment A; (2) approve Change Order No. BP-00468-04 in the deductive amount of ($611,113.67) and a 77 calendar day time extension to Final Completion, and request Orlando City Council and FAA concurrence (as required because of FAA funding), with funding as outlined in Attachment A; (3) approve Change Order No. BP-00479-05 in the amount of $5,801.24 and an 86 calendar day time extension to Substantial Completion, with funding as outlined in Attachment A; (4) approve Change Order No. E-00143-03 in the amount of $7,599.49 and a 28 calendar day time extension to Substantial Completion, with funding as outlined in Attachment A; (5) approve Change Order No. V-00914-01 in the amount of $15,399, a 148 calendar day time extension to Substantial Completion, and a 97 calendar day time extension to Final Completion, with funding as outlined in Attachment A; and (6) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the change order(s) following satisfactory review by legal counsel.

  • Attachment A (Page 1 of 6) Change Order BP-00459-07 Construction Committee: December 17, 2019 Project: Secured Area Access Point CCTV Improvements Contractor: SimplexGrinnell LP Amount This Change Order: $ 35,327.83 (1.2% of Original Contract Price) Original Contract Amount: $2,927,120.00 Previous Change Orders: $ 552,030.68 (18.9% of Original Contract Price) Revised Contract Amount: $3,514,478.51 Time Extension: None. Funding Source: Federal Aviation Administration (FAA) and Florida

    Department of Transportation (FDOT) Grants to the extent eligible, and previously-approved Capital Expenditure Fund and Passenger Facility Charges to the extent eligible.

    Description of Change: This is the final change order settlement and includes the following: 1. Provide material, labor, and equipment to install and remove liquidtight conduit at Airside 2 mechanical chases. ADD: $13,687.84; 2. Provide material, labor, and equipment to install three-cell innerduct in the existing mechanical chases at Airside 2 for future expansion. ADD: $32,634.12; 3. Provide material, labor, and equipment to install additional conduit for Cameras 1664, 1665, 1666, and 1672. ADD: $8,356.13; 4. Provide material, labor, and equipment to replace the emergency power receptacle at Airside 2. ADD: $2,628.89; 5. Provide material, labor, and equipment to install enclosure for camera interface box behind the chapel at the west checkpoint. ADD: $15,526.05; 6. Provide additional material, labor and equipment to update the as-builts for Item Nos. 1, 2, 3, 4 and 5 above. ADD: 2,494.80; 7. Reduce the Allowance for Fiber Optic Channelization by ($20,000), from $20,000 to $0, for the unused portion of the allowance. DEDUCT: ($20,000); and, 8. Reduce the Allowance for Discovered Conditions and/or Owner Requested Changes by ($20,000), from $20,000 to $0, for the unused portion of the allowance. DEDUCT: ($20,000). By executing this Change Order, SimplexGrinnell LP ("Contractor") does hereby fully and completely discharge and release the Greater Orlando Aviation Authority ("GOAA"), its board members, employees, and representatives, including but not limited to all design and project management professionals retained by GOAA and their current and former officers, directors, principals, employees, agents, representatives, suppliers, contractors, subcontractors, attorneys-in-fact, attorneys-at-law, insurers, sureties, predecessors, successors, and assigns, individually and collectively, from, and waives any and all debts and accounts, promises, damages, liens, encumbrances, causes of action, suits, bonds, judgments, claims and demands whatsoever, in law or in equity, which Contractor ever had, now has, or may ever have on account of labor performed, material furnished, or services rendered, directly or indirectly, for the Contract between the parties, dated December 12, 2016, as "BP-459 Secured Area Access Point CCTV Improvements” (the "Contract"). Contractor further covenants that all subcontractors, suppliers, materialmen, and all other persons supplying material, supplies, services, or labor used directly or indirectly in the prosecution of the work provided in the Contract shall be paid in full, and that Contractor shall defend, indemnify, and hold harmless GOAA from any and all debts and accounts, promises, damages, liens, encumbrances, causes of acti