Specifications include, but are not limited to: a. Project 1: Concourse A Expansion i. Addition of three (3) holdroom gates to the end of existing Concourse A. ii. Addition of four (4) new passenger boarding bridges (PBBs) and associated equipment including preconditioned air units, ground power units (GPUs). New foundations and apron work, electrical, and low voltage work will be required at each new PBB location. iii. Addition of two new restroom banks iv. Expansion Area: 1. Second Floor (Departures Level): Approximately 12,500 s.f. -15,000 s.f. 2. First Floor (Apron Level) Approximately 4,200 s.f. v. Removal and re-roofing of the entire existing Concourse A roof assembly, less the area above the existing security checkpoint, with a single ply roof membrane assembly system. vi. Expansion is located completely on the secure airside of the airport campus. vii. Refer to Exhibits T for select current architectural documentation available at the time of the advertisement of this document viii. The Airport has funding available for the entirety of the Concourse A Expansion Design and Construction assuming the Construction Budget is in alignment with NAA’s expectations. NAA will require Substantial Completion of the Concourse A Expansion Project prior to that of the FIS Facility. ix. Estimated Construction Cost: $28 million b. Project 2: Federal Inspection Services (FIS) Facility i. Addition of a new standalone FIS facility abutting the west façade of existing Concourse A near the existing Security Checkpoint and Gate 1. ii. Expansion will include but not be limited to: 1. Multiple restroom and locker room locations 2. Baggage conveying equipment 3. Exit Lane Breach Control (ELBC) devices 4. Vertical circulation including elevators 5. Various spaces for queuing, bag claim, and various office type spaces. 6. Special systems work will include access control, CCTV, and specialty equipment coordination and the tenant will require a turnkey delivery. iii. The FIS will abut on one side to the existing Concourse A located on the secure airside of the Airport campus, and then span west through the Air Operations Area (AOA) demarcation to the unsecure landside of the Airport campus. The completed new CBP building structure will include both an unsecure/landside entrance, as well as an entrance on the secure airside which is a Security Identification Display Area (SIDA) at Concourse A. iv. Expansion Area: 1. Second Floor (Departures Level): Approximately 20,000 sf 2. First Floor (Apron/Grade Level) Approximately 5,000 sf v. Refer to Exhibit U for select current architectural documentation available at the time of the advertisement of this document. Note, due to the sensitive national security interest surrounding Customs and Border Protection (CBP) programming and planning, large portions of the interior layouts are redacted in the attachments. Once an awarded Offeror is under contract, an appropriate Non-Disclosure Agreement (NDA) will be executed and the CMR will have access to the documents and inclusion in meetings with the Design Team and US Customs and Border Patrol for coordination. vi. The Airport currently has funding sources allocated and available to complete design services and fund CMR pre-construction services for the FIS presuming CMR fees are in alignment with NAA’s budget expectations. The Airport has funding allocated and available for Construction Services associated with the FIS Project starting July 1, 2024. The Offeror shall provide and track separate pre-construction service fees for the FIS and Concourse A expansion and take note of this delay in the FIS Work and invoicing when considering their proposal. Based on this delay of funding source availability, the Airport anticipates the FIS Substantial Completion to occur after the Concourse Expansion Substantial Completion. vii. Estimated Construction Cost: $32 million c. General: i. The selected Offeror will need to coordinate with ongoing Authority projects. ii. Phasing: The Airport is a 24 hours a day, 365 days a year facility which requires new construction to minimize impacts to daily operations. The project will require the Contractor to be knowledgeable in minimizing downtime of operating utilities and planning/phasing/staging the work to limit impact to Airport Operations and maintain a safe passenger experience in the facility while under construction. iii. The Contractor shall be responsible for all planning, execution, and means and methods related to project phasing. Phasing shall be executed in a manner that does not interrupt airport operations and or continuity of facility services (MEPSS&FP) unless specifically agreed to by the Owner. iv. In addition to existing survey, geotechnical, and SUE documentation that will be provided, the Contractor will be responsible for providing additional detailed SUE/Utility investigations efforts including pot-holing and other efforts to directly identify utility locations. v. Contractor will be responsible for existing systems trace out for phasing and continuity of service planning, and as required to execute the project.