Item I03 I3
BOARD OF COUNTY COMMISSIONERS
COUNTY of MONROE �� i Mayor Holly Merrill Raschein,District 5
The Florida Keys Mayor Pro Tern James K.Scholl,District 3
Craig Cates,District 1
Michelle Lincoln,District 2
' David Rice,District 4
Board of County Commissioners Meeting
December 11, 2024
Agenda Item Number: I3
2023-3337
BULK ITEM: Yes DEPARTMENT: Airports
TIME APPROXIMATE: STAFF CONTACT: Richard Strickland
N/A
AGENDA ITEM WORDING:
Report of Airport change orders reviewed by the County Administrator/Assistant County Administrator.
ITEM BACKGROUND:
There were two (2) change order(s) considered and approved by the County Administrator/Assistant
Administrator during the month of November, 2024.
PREVIOUS RELEVANT BOCC ACTION:
Ordinance No. 27-1998 was adopted on September 9, 1998, authorizing the County Administrator to
approve separate, non-cumulative change orders for construction projects and professional service
contracts in amounts not to exceed $50,0000 (as amended by Ordinance No. 024-2015) or 5% of the
original contract price, whichever is greater. The BOCC requested a monthly report of all change
orders considered by the County Administrator.
INSURANCE REQUIRED:
No
CONTRACT/AGREEMENT CHANGES:
N/A
STAFF RECOMMENDATION: Approval.
DOCUMENTATION:
Airport Monthly Change Order Report.pdf
FINANCIAL IMPACT:
2524
N/A
2525
0
1= 43
>
o
>z o E
E
o
o
o u
> cL
o
iF
AA m
0 lo
-lu
m
m
7�
z, So
0
E
o
. �:—
u —o
c c
FE 6 .2 E
t 0 o o u - w
0 ,
r4 rQ
Q, -c V ob
rq 0 o c>
c u
E E 0
tTo o
u bo
E > IA 43
0 -5
;j 0 Z
w- w — I E a, -E
0 "1 uo
0 C, 0 u
0
a,
bo
2L w,
0
u
w
a) L s O c cY if F o
O
oo
F m
a
v
41
u
z z
.................
-Fo
E
c
u E E
0 > >
o
E u E
o
u u
2526
Docusign Envelope ID:1EFB7E52-33B1-452A-8CDD-45B3AODC115A
M.,C.A.INSTR,8800.2
Enclosure(1)
3/28/2017
Page 3
MONROE COUNTY/ENGINEERING/PROJECT MANAGEMENT
CONTRACT CHANGE ORDER
PROJECTTITLE: KWIA Concourse A&Terminal Improvements CHANGE ORDER NO.: 34
INITIATION DATE: 6/25/2024
TO CONTRACTOR: NV2A/Gulf Keystar JV CONTRACT DATE: 10/4/2024
The Contract is changed as follows:
The Original(Contract Sum)(Guaranteed Maxium Price) $ 101,461,771.00
tiously authozied Change Order $ 14,273,066.54
The(Contract Sum)(Guaranteed Mxium Price)prior to this Chage order was $ 115,734,837.54
The(Contract Sum)(Guaranteed Mxium Price)will be(DECREASED)by this Change Order $ (1,412,773.87)
The new(Contract Sum)(Guaranteed Mxium Price) including this Change Order is $ 114,322,063.67
The Contract Time will be(unchanged)by 0 days
The date of Substantial Completion as of the date of this Change Order is 4/8/2025
Detailed Description of change order and justification:
As per the attached approved PCO's 91,92,94,96;the Florida Department of Revenue&the tax savings program that has been
established with Key West International Airport&Monroe County Board of Commissioners.
POTENTIAL CHANGE ORDERS IN THIS CHANGE ORDER:
PCO# Title Schedule Impact Amount
91 ODP Deduct-CTC(4) $ (38,187.22)
92 ODP Deduct-David Allen(2) $ (138,480.60)
94 ODP Deduct-Pegasus(1) _i $ (70,031,05)
96 ODP Deduct-FKE(4) $ (1,166,075.00)
Total: $ E(l,412,773.87)
This change order is N/A%of the original contract price.
Not valid until signed by Owner,Architectbile),and Contractor
ARCHITECT:
(,Iis#e 10/18/2024 1 07:20:21 PDT
U^"`
opec;-McFaranland Johnson,Inc. DocusIg"ad by: DATE:
CONTRACTORS: UtS Qizy�t(1 10/18/2024 1 06:IF 7 10/18/2024 1 10:08:01 EDT
C�'a I Joh1n,Scherer-NV2A Gulf Keystar'—ntl;t�7d"!D29Z-34A:S DATE;
EXECUTIVE DIRECTOR OF AIRPORTS 10/29/2024 11:07:38 PDT
DATE.
Digitally signed by Christine
Hurley
COUNTY/DEPUTY ADMINISTRATOR
Christine Hurle Date:2024.11,06011314
u i` DATE:
NROE COUNTY ATTOfJNEY
A , ROyVE FORM
os os t�EO GA
ASSIC,T I U!NTY ATTOMEY
10/29/2,4
2527
Docusign Envelope ID:1 EFB7E52-33B1-452A-8CDD-45B3AODC115A
`...�.""' GOLF BUkL ING
�AWon "CYST p PCCO #034
NV2A/Gulf Keystar JV Project:20-2039-01 -KWIA Concourse A and Terminal improvements
9100 South Dadeland Blvd,Suite 600 Program
Miami,Florida 33156 3941 South Roosevelt Blvd.
Phone:(786)233-5060 Key West,Florida 33040
Prime Contract Change Order #034: PCO 91, 92, 94, 96 - ODP Deducts
TO: Key West International Airport FROM: NV2A/Gulf Keystar JV
3491 South Roosevelt Boulevard 9100 South Dadeland Blvd,Suite 600
Key West,Florida 33040 Miami, Florida 33156
DATE CREATED: 10/04/2024 CREATED BY: Sacha Rodriguez(NV2A/Gulf Keystar JV)
CONTRACT STATUS: Approved REVISION: 0
DESIGNATED REVIEWER: REVIEWED BY:
DUE DATE„ REVIEW DATE. 10/04/2024
INVOICED DATE: _ PAID DATE:
SCHEDULE IMPACT: EXECUTED: No
REVISED SUBSTANTIAL SIGNED CHANGE ORDER
COMPLETION DATE: RECEIVED DATE:
CONTRACT FOR: 20-2039-01:Key West International Airport TOTAL AMOUNT: ($1,412,773.87)
Concourse A
DESCRIPTION:
As per the attached approved PCO's 91,92,94,96,the Florida Department of Revenue&the Tax Savings Program established with ey West
International Airport&Monroe County Board of County Commissioners.
ATTACHMENTS:
O.096-ODP Deduct-FKE„-Graybar(LF).pdf, t ar mIJP, idyt..- TCAa r4tlay(Rcdoag PJl4(NCO 09 _... Dttc9uac4;.
PC,,,.
POTENTIAL CHANGE ORDERS IN THIS CHANGE ORDER:
PCO# Title Schedule Impact Amount
091 ODP Deduct-CTC(4) ($38,187.22)
092 ODP Deduct-David Allen(2) ($138,480.60)
094 ODP Deduct-Pegasus(1) ($70,031.05)
096 ODP Deduct-FKE(4) ($1,166,075.00)
Total: ($1,412,773.87)
The original(Contract Sum) $101,461,771.00
Net change by previously authorized Change Orders $14,273,066.54
The contract sum prior to this Change Order was $115,734,837.54
The contract sum will be decreased by this Change Order in the amount of ($1,412,773.87)
The new contract sum including this Change Order will be $114,322,063.67
The contract time will not be changed by this Change Order.
Christopher Kopec(McFarland Johnson, Key West International Airport NV2A/Gulf Keystar JV
Inc.)
49 Court Street,Suite 240 3491 South Roosevelt Boulevard 9100 South Dadeland Blvd,Suite 600
Dow rurd by: p?awcp�Sff�raod by:
Binghamton,New York 13901 Key West,Florida 33040 cluz"Ayfff"7
ami„ 10 d 33156
� r Sc -►
I / /2024 i0#A"NV,'4D1
� 1 � 10/29/2024 ( 0738 PDT7SI, nm-dby0 rt 5 c ere r
�. 10/18 7024 1 Oti:S
10 18
:08:O1
DATE DATE SIGNATURE ATE
Richard Stri ckl and LW
Cf3p,
NV2A/Gulf Keystar JV Page 1 of 1 L�kcm 10/4/2024 01:34 PM
2528
Docusign Envelope ID:1EFB7E52-33B1-452A-SCDD-45B3AODC115A
Docusign Envelope ID:88591DBD-0177-433B-A2FC-D6DD26E1423B
N a " Tf GULF BUILDING PCO #091
KEYST R
NV2A/Gulf Keystar JV Project:20-2039.01-KW1A Concourse A and Terminal Improvements
Program
9100 South Dadeland Blvd,Suite 600
Miami,Florida 33156 Key
South Roosevelt Blvd.
Key West,Florida 33040
Phone:(786)233-5060
Prime Contract Potential Change Order #091 : ODP Deduct - CTC(4)
TO: Key West Intemational Airport FROM: NV2A/Gu4l Keystar JV
3491 South Roosevelt Boulevard 9100 South Dadeland Blvd,Suite 600
Key West,Florida 33040 Miami,Florida 33156
PCO NUMBER/REVISION: 091 10 CONTRACT: 2 -Key West International
Airportirport Concourse
course A
REQUEST RECEIVED FROM: CREATED BY: Sachs Rodriguez(NV2A/Gulf Keystar
JV)
STATUS: Pending-In Review CREATED DATE: 9/10/2024
REFERENCE: CTC_ASSA PRIME CONTRACT None
CHANGE ORDER:
FIELD CHANGE: No
LOCATION: ACCOUNTING METHOD: Amount Based
SCHEDULE IMPACT: PAID IN FULL: No
EXECUTED: No SIGNED CHANGE ORDER
RECEIVED DATE:
TOTAL AMOUNT. ($38,187.22)
POTENTIAL CHANGE ORDER TITLE:DDP Deduct-CTC(4)
CHANGE REASON:ODP
POTENTIAL CHANGE ORDER DESCRIPTION:{The Contract/s Changed As Follows)
u As per to Florida Department of Revenue&the tax savings program that has been established with Key West International AlrporttMonroe County
Board of Commissioners,below are the savings associated wwdth the Owner Direct Purchase of the Automatic Entrances Materials from ASSA ABLOY
Entrances US tnc..,a vendor of Crawford Tracey Corp.,a subcontractor of NV2A Gulf Keystar Joint Venture.
ATTACHMENTS:
aR Budget Code Description Amount
1 08-.44.10.10.S Curtain Walls.Subcontractor ODP Raquest-20-2039-017-ASSA Abloy $(35,954.92)
2 08-.44.10.10.S Curtain Walls.-Subcontractor Tax Savings Grand Total: $(39,187.22)
Christopher Kopec(McFarland Johnson, Key West International Airport NV2AIGuIf Keystar JV
Inc.)
49 Court Street,Suite 240 3491 South Roosevelt Boulevard 9100 South Dadeland Blvd,Suite 600
Binghamton,New York 13901 Key West,Florida 33040 Miami,Florida 33156
"' ,
o xcuWgrod bap
i - 9/10/2024
S. 6pt. 9/Z5/2024 12 t .0
5SI I:t DATE
DATE SI!GNATU'R DAT St
Rodriguez
NV2A/Gulf Keystar JV Page 1 of 1 Printed On:9/10/2024 10:51 AM EDT
2529
Docusign Envelope ID:1 EFB7E52-33Bl-452A-8CDD-45B3AODC115A Board of County
��� ��� �� �y Purchase Order
t w Commissioners
500 Whitehead Street
Purchase Order Nut'rit)er B-PO-1 024-00000047
Key West,FL 33040
United States of America Purchase Order Date 10/03/2024
k" Tax Exempt#: Requested Delive Date
85-8013825294C-7 Payment Terms Due on Receipt
Payment Type Check
Buyer Ernie Simeone
Phone Number +1 (305)8095207
Email Simeone-Emie@MonroeCounty-
FL.Gov
Page 1 of 1
Supplier. Ship To:
Assa Abloy Entrance Systems Us Inc Monroe County Board of County Commissioners
P.O.Box 827375 3491 S Roosevelt Blvd
Philadelphia,PA 19182-7375 Key West,FL 33040
United States of America United States of America
Emie Simeone
+1 (345)8095207
Comments: Bill To
Monroe County Board of County Commissioners
504 Whitehead Street
Key West, FL 33040
United States of America
Ernie Simeone
+1 (305)8095207(Landline)
Curren Total Lines Amount Total Tax Amount_ Total PO Amount
USD 35 954.92 0.00 35 954.92
Sb!Rping Terms Shipping In traction
L
FOB Origin Ground Freight Packages must not be greater than
150 pounds.
aerviiao I,n s
Line Number Item Name Desc pbon Start Date End Date Due Date Amount
1 EYW Conc A-ODP#17- 35,954.92
Crawford Tracey Corp-Assa
Abloy»Automatic Ent Matls
ease ;e
Purchase Order Number must appear on all correspondence,invoices,shipping papers and packages.
Tina Bonn-Purchasing Agent
2530
Docusign Envelope ID:1 EFB7E52-33B1-452A-8CDD-45B3AODC115A
MONROE COUNTY - VENDOR REQUISITION FORM
TAX ID NUMBER:85-8013825294C-7
Date: 9/10/2024 MC POJt MC Project Name: Key West International Airport
GC Requisition No.: 20-2039-017 Concourse A&Terminal Improvements
Contractor Name: NV2AGulf Keystar Joint Venture Contractor Telephone: 786-233-SO44
Contact Person: Sacha Rodriguez Email Address: SRO DRIGUEZ@NV2AGROUP.COM
Mobile: 786.216,6683
Contractor Address: 3591 S.Roosevelt Blvd.
(On-Site Location) Key West Fl.33040
Subrontractor Name: Crawford-Tracey Corp Subcontractor 7elepluooe. 9S4.246.1863
Contact Person: Eiliv Rosen Email Address: t6ire'v a .a" v foa°dtn°aa:o . cru
Contractor Address: 3301 SW 13th Drive
Deerfield Beach,Florida 33442
Vendor Name: A5SA ABLOY Entrance Systems US Inc. Vr ndor Telephone: 954.984.0722
Contact Person: RautSwain Email Address: lf3tL�Swai rip 4ssaaW0 Y.Lurn
Vendor Address: 1937 NW 40th Court Brief Material Description: Automatic Entrances
Pompano Beach Florida 33064
Vendor Remittance Information will be provided
Address(if Diiferent): on invoices
Ship to/Proposed Odd-cite Storage Address: Key West Interational Airport c/o NV2A Gulf Keystar JV
3941 S.Roosevelt Blvd.; Key West,Florida 33040
NOTE TO CONTRACTOR:A deductive Change Order to your contract will be made for the value of the Direct Purchases made by Monroe County,plus Florida Sales
Tax rate of 6%on the entire purrinasa pBaoYs d sc etlona sales surtay of J.5 S tan the Burst$5,00D.0C
LINE d Quanti Units Detailed Description Unit Price Total Price
Automatic Entrances
1 LOT PRICE $ 35,954.92
Total for Taxable Items $ 35,954.92
Non-Taxable Items
Please submit quote from Vendor with Vendor Requisition Purchase Order Subtotal: $ 35,9S4.92
Sales tax of 6% $ 2,157.30
1.5%on first$5,000: $ 75.00
Deductive Change Order Amount: $ 38,187.22
IMPOR 0ANT NOTE: It is imperative in the interets cj prompt payment that all original invocies are sent directly to Monroe County.All Invoices must reference
the Project Name/Number and MC Purchase Order Number.
Please send invoices to: -
Contractor Name: NVZA Gulf Ke tar Joint Venture
Verified and Approved by: Sacha Rodriguez„NV2A Gudf Ke starJV-Ot Ma dr
Approved by: MC Project Manager
,ar«Itiai
� .
2531
Docusign Envelope ID:I EFB7E52-33BI-452A-8CDD-45B3AODC1 15A
CERTIFICATE OF ENTITLEMENT
The undersigned authorized representative of M2n_roe County Board of County Commissioners(hereinafter"Governmental Entity"),Florida Consumer's
Certificate of Exemption Number 85-8013825294C,-7 affirms that the tangible personal property purchased pursuant to:
Purchase Order Number: from ASSA ABLOY Entrance Svstcms US Inc.
on or after (date) will be incorporated into or become a part of a public faci lity as part of a public works contract pursuant
to contract# with NV2A GULF KEXSTAR JV(Name of Contractor)for the construction of KLy West International Airport-
Concourse A&Termairial ImprovementsProiget.
Governmental Entity affirms that the purchase of the tangible personal property contained in the attached Purchase Order meets the following exemption
requirements contained in Section 212.08(6),F.S.,and Rule 12A-1.094,F.A.C.:
You must initial each of the following requirements.
1.The attached Purchase Order is issued directly to the vendor supplying the tangible personal property the Contractor will use in the
identified public works.
2.The vendor's invoice will be issued directly to Governmental Entity.
iV 3.Payment of the vendor's invoice will be made directly by Governmental Entity to the vendor from public funds.
4.Governmental Entity will take title to the tangible personal property from the vendor at the time of purchase or of delivery by the vendor.
5.Governmental Entity assumes the risk of damage or loss at the time of purchase or delivery by the vendor.
Governmental Entity affirms that if the tangible personal property identified in the attached Purchase Order does not qualify for the exemption provided in
Section 212.08(6),F.S.and Rule 12A-1.094,F.A.C.,Governmental Entity will be subject to the tax,interest,and penalties due on the tangible personal property
purchased.If the Florida Department of Revenue determines that the tangible personal property purchased tax-exempt by issuing this Certificate does not qualify
for the exemption,Governmental Entity will be liable for any tax,penalty,and interest determined to be due.
I understand that if I fraudulently issue this certificate to evade the payment of sales tax I will be liable for payment of the sales tax plus a penalty of200%of the
tax and may be subject to conviction of a third degree felony.Under the penalties of perjury,I declare that I have read the foregoing Certificate of Entitlement and
the facts stated in it are true.
Executive Director of Airports
Signature of Authorized Representative Title
Monroe County BOCC 9/27/2024
Purchaser's Name(Print or Type) Date
Federal Employer ldcntification Number: 59-6000749 ............
Telephone Number: --ns--292-4441
Y..must attach.copy of1h,Purchase Order to this Certificate qfE.1Wemt
This Certificate ofEnfific-1 must be retained in the vendor's and the contractor's books and records.
2532
Docusign Envelope ID:1 EFB7E52-33BI-452A-8CDD-45B3AODC1 15A
LETTER OF UNDERSTANDING
Contractor NV2A GULF KEYSTAR JV,in its capacity as Construction Manager/Design Builder/General Contractors Agrees that they direct purchase of
A (Material Description)by Monroe County,Owner,from,
ASSA ABLOY Entrance Systems US Inc. as Vendor,does not in any way or manner diminish OF modify the contractual duties of the
Construction Manager/Design Builder/General Contractor to the Owner insofar as the inspection,handling,storage,protection,and installation of the aforementioned direct
purchase items into the Work is concerned and that such duties pertinent thereto as are set forth in the contract between
NV2A GULF KEYSTAR JV,as Construction Manager/Design Builder/General Contractor and Monroe County,as Owner,remain unchanged
The Contractor acknowledges receipt of Monroe County Owner Direct Purchase Proccedures and agrres to comply with the procedures.
MONROE COUNTY
BOARD OF COUNTY COMMISSIONERS CONTRACTOR
Signature of Authorized Representative Signature of Authorized I
Richard Strickland Sacha Rodriguez
Name Printed: Name Printed:
Executive Director of Airports ODP
Title Title
9/27/2024 9/10/2024
Date: Date:
2533
Docusign Envelope ID:1 EFB7E52-33B1-452A-8CDD-45B3A0DC115A
m-
ar
besam a
0
rAMAABIt7M o-, ll
r ° ,�" i
as �cri snne
1
a u H
T
IV°
i
";:
Key West International Airport
frk�vUfrwiWi�y4ip�r}ry,,� ��'
u Key West International Airport (Material Only)
/
1
j�/%i
i�;'ov�!� ��� ,,,✓���//rr,,;� I/6���//>%/��G� eu„G �� f��� rll/llf��li /y/,�i w4m /� Vw�
r
will ,
�uim
2534
Docusign Envelope ID:I EFB7E52-33BI-452A-8CDD-45B3AODC1 15A
Ke\`- kkest International Airport(330206)
Ke,v West International Airport I'MaLerial... Quoh` \nhJ
Quote No: PQ-001795614-0 o�
Key West International Airport
Attn: Eiliv Rosen
3491 South Roosevelt Blvd
Key West, FL 33040
Project Key West International Airport SLSOO Resilient's
Kind Regards,
Raul Swain
District Sales Representative
Raul.Swain@assaabloy.com
2535
Docusign Envelope ID:1 EFB7E52-33B1-452A-8CDD45B3A0DC1 15A
Kev\,VL,.l;t International Airport Date: 1_-,/_)6/20_'3
\Ajest International Airport (Material. Quotavalid ',D; 1/25/2021
Qt.ote No: PQ-001195614-0 5
Solution Qty
Exterior Bi-Parts Type SL2 Mark 102E & 103B
ASSA ABLOY SL500 Resilience 2
Equipment: ASSA ABLOY SL500 Resilience
Type: Full Breakout
Guide System: Pin Guide/ 1/2"Threshold
Lead-up: Both Sides
Impact Level:: Level D- 50 fps Impact
Handing: Bi-part
Door Stile: Narrow Stile
Glass Stop: 9/16" Level D Glass Stop
Overall Frame Width: 147
Clear Door Opening Width: 59.594
Mounting Height: 95
Clear Door Opening Height: 85
Muntins: No Muntins
Bottom Rail: 4" Bottom Rail
Frame Type: Jambs
Sensor: Motion &Presence Sensor
Mode Selector: 5-Position Switch-Knob
Jamb Prep: Factory Jamb Prep for Position Switch
Lock: Key Cyl Ext/Thumbturn Int
Cylinder: Keyed Alike Cylinder-Black
Lock Indicator: Lock Indicator
Finish: Special finish
Special Finish: Painted
Finish Code: UC43350
Color: White
Extended Paint Warranty: Extended Paint Warranty- 20yr
Electric Lock: Fail Safe Electric Lock
Damping Device:: -
Header Switches! Security&Door Position Switch
Sweeps: Dual Resilience Sweep A/L&S/L
A/L Bottom Roller: A/L Bottom Roller
Sidelite Bottom Ball Catch: SL50OR S/L Bottom Bail Catch
Configuration : Standard
C1JSkhU1_P_iQ_r_BMr_hULe Two(2)Year Warranty-Slider 1
Exterior Single Slider Type SL1 Mark 100
ASSA ABLOY SL500 Resilience
2536
Docusign Envelope ID:1 EFB7E52-33BI-452A-8CDD-45B3AODC1 1 SA
Kev'A,'esL International Airport 030206) D, I
Key Vljfesr International,airport I J '21", 2'1
Qt.ote No: PQ-001-705614-0
Solution Qty
Equipment: ASSA ABLOY SL500 Resilience
Type: Full Breakout
Guide System: Pin Guide/ 1/2"Threshold
Lead-up: Both Sides
Impact Level:: Level D- 50 fps Impact
Handing: Left Hand Single
Door Stile: Narrow Stile
Glass Stop: 9/16" Level D Glass Stop
Overall Frame Width: 96
Clear Door Opening Width: 40.172
Mounting Height; 100
Clear Door Opening Height: 90
Muntins: No Muntins
Bottom Rail: 4" Bottom Rail
Frame Type: Jambs
Sensor: Motion &Presence Sensor
Mode Selector: 5-Position Switch-Knob
Jamb Prep: Factory Jamb Prep for Position Switch
Lock: Key Cyl Ext/Thumbturn Int
Cylinder: Keyed Alike Cylinder-Black
Lock Indicator: Lock Indicator
Finish: Special finish
Special Finish: Painted
Finish Code: UC43350
Color: White
Extended Paint Warranty: Extended Paint Warranty- 20yr
Electric Lock: Fail Safe Electric Lock
Damping Device:: -
Header Switches: Security&Door Position Switch
Sweeps: Dual Resilience Sweep A/L&S/L
A/L Bottom Roller: A/L Bottom Roller
Sidelite Bottom Ball Catch: SL50OR S/L Bottom Ball Catch
Configuration : Standard
CAr1LhffA b T Br9du Mm Two(2)Year Warranty-Slider I
Hotel Overnight 6
Hotel
Hotel Rooms
Equipment total $35,954.92
2537
Docusign Envelope ID:1Eps7E52-33e/ 1s^
xevwest mIte,nauuna| Airport /z/zu/aozo
^cvw*sL International Airport(molteria|. j 21
0yutewn: PQ-001re56/4-0
Quote Acceptance
invoice Address Key West International Airport
Attn: Accounts Payable
3491 South Roosevelt Blvd
Key West, FL33O4O
Site Address Key West International Airport sL5ou
Resi|ient's
3491 South Roosevelt Boulevard
Key West, FL]]U4U
Quote Summary Qty
Exterior Bi-partsType SL2 Mark 102B & 103B 2
Exterior Single Slider Type SL1 Mark 100 1
Hotel Overnight h
Equipment total $35,954.92
Payment Terms: Net suDays
Includes:
^ (3) R104 Impact Sliders
~ 2-[oat Kynar Paint with 2U Year Finish Warranty
~ 9/18' Clear Laminated Glass&Glazing
° Electric Solenoid Locks
° 2 Year Warranty
Excludes:
° Installation during normal working hours
~ Sales Tax
2538
Docusign Envelope ID:1EFB7E52-33B1-452A-8CDD-45B3AODC115A p GULF swt OINc
20-2039-01 - KWIA Concourse KSYST*R
A and Terminal Improvements
Program
3941 South Roosevelt Blvd. NV2A/Gulf Keystar
Key West,Florida 33040 9100 South DAkD land Blvd,Suite 600
United States Miami, Florida 33156
United States
(786) 233-5060
Title Submittal Manager
Aluminum-Framed Storefront Ryan Donnelly
Spec Section Type
08 4313-Aluminum-Framed Storefronts Product Information
Number Rev
08 4313-004 3
Description
UBMrr"r L IREVtIE
None
ElApproved-No Eatcepttions"taken
Approved as Nutted-Make Corrections Noted
(Resularatlt.tai Not Required)
r4V
GULF BUILDING El Revise and Besubrrvut-Exceptions Taken
KEYS-r. R ElRejected
Reviewed b -. Accepted-lriforrriatioriM Subrnittat
� Re d
� 2 � f� v
Protect, � 0 Y
Submittal M 08 431 3-004-3 Dale: /19/24 Not Accepted-informational Submittal
Review Status; El Not Reviewed
Submittal
was reviewed for
general conformance to co
ntract
documents
only, it is not to be construed as acceptance of responsibility for design 6Arclalaeet raCiaipineer s autrom orw ttlrs Snifru'wta gl is Wised sotelg an laze infolin atiud
sulyniatted and is subject to the aew avr is lifniku d
intent. Approval of this submittal does not relieve the subcontractor or to verrfwying iyea tuaicauwareraatblaiii wpda t➢vrs udawsigm collcq t of Rlae compioted Project
vendor of their contractual responsibility to confirm tolerances, clearances, as a f"natloniwag awdaodo as indi'tanod by the Coradract raocuriren'I'sa and lot gonnraat
cogaaplianuu,whit ta,e irrfernj ation gdaren ro iUla Conlra�cl Oc2eurnsrds, No detaRed
quantities, fabrication processes, techniques of construction, coordination chock of quanali,raa or dirrwenrsiouws was rnuadra Approval of a spaectdre itawo aaaaid nol
of work with other trades, and performance of work in a safe and local,approval or aI a,aorribty of which lama rterm is a eeaarpenent al aworiiiori or
satisfactory notations do not cuaaietitute a coriiremt Inou9iiiGattic'rr1 and do riiatt relieve tire
rY manner. Co lava ckir foorra waltdt Cuntracl lgacaa0110011 g,trueNlilIg crau9ta„,and
retdolafions,contractor maaaia be aoietg tospaonadbdaa ttoir complying With the Conlwacf
r pel'icarents,aS werwad wall°aritlro'gaatapatirrm"„,PttidGaud,wrigsettusrer'a in uiluclions aaarigurvlirW wr4h
the Confraat OocurrgenUa"owtiaw's dirootiorss,and Lava and Reguul;atpena,'fVie,
Ocoorad�Conarae4or,SualacorftiacWr,auid"lor canmaruction manager is scudell
rezporuw,.ibllo for: awUtainurv,corralating,,coniurniOirf,and cearecling dionensiorw.a;at
iaroe Site„quantig ls,ur,fornljtion and ciaaaicrae fmT aanprag to frrboritiron tecdasairttatao,
meam,oueadaets,sequences,piracedurers,a nef I,arrtm4irum of consvuroon�,
coordirinIin,gl woo^k with other Vlodcm and enauaring that work is performed do a safe
and satisfactory manna%Archliect/Eingiaveet ra not M%rJQt1%iVa1n dot raragadm"Rtade rur
'lacking progress of resuararnktais.
MEAD&.HUNT,WC. Mead l a u n
I
M K H Aaraal"E'CrUREE INC.
Y 02825 DATE 7/22/2024
tii sub'stltutl06 fo7r do6r'closers.(concealed�ov>er� ?d J
�zi bpi le® For all future subs#itution,follow procet�ures
put Ines in 4p,,e laps or lle `will be t led=
2539
Docusign Envelope ID: 1EFB7E52-33B1-452A-8CDD-45B3AODC115A
Docusign Envelope ID:774610EA-7F1 B-4793-96D3-EF49E7447CFE
K
GULF BUILDING PCO #092
NV ["=7KEYST*R
NV2A/Gulf Keystar JV Project:20-203"1-KWiA Concourse A and Terminal improvements
9100 South Dadeland Blvd,Suite 600 Program
Miami,Florida 33156 3941 South Roosevelt Blvd.
Phone:(786)233-5060 Key West,Florida 33040
Prime Contract Potential Change Order #092: ODP Deduct - David Allen (2)
TO: Key West International Airport FROM: N 0 South Keystar
land Blvd,Suite 600
3491 South Roosevelt Boulevard
Key West,Florida 33040 Miami.Florida 33156
PCO NUMBERIREVISION: 092/0 CONTRACT. 20-2039-01-Key West International
Airport Concourse A
REQUEST RECEIVED FROM: CREATED BY: Sacha Rodriguez(NV2A/Gulf Keystar
JV)
STATUS: Pending-In Review CREATED DATE: 9/11/2024
REFERENCE: David Allen_D&B PRIME CONTRACT None
CHANGE ORDER:
FIELD CHANGE: No
LOCATION,, ACCOUNTING METHOD: Amount Based
SCHEDULE IMPACT: PAID IN FULL: No
EXECUTED, No SIGNED CHANGE ORDER
RECEIVED DATE:
TOTAL AMOUNT: ($138,480.60)
POTENTIAL CHANGE ORDER TITLE:ODP Deduct-David Allen(2)
CHANGE REASON:ODP
POTENTIAL CHANGE ORDER DESCRIPTION:(The Contract Is Changed As Follows)
Mfflmgm;���nerawlrnont of Revenue&,tfie tax savings prcagram that has been eslabilshed with Key West InlerrpaUonal Airporl/Monroa County
ers,below are khe savi',ngs associated wd111 flue Owner Direct Purt�pase of tfie PorceVain Tile�Iatariats from D&t�Tlte,a vendor of
contractor of NV2A GulfKeystar lolnl Venture.
ATTACHMENTS:
Budget Code Description Amount
1 09-.60.10.10.S Cermaic IPorcelian Tile.Subcontractor ODP Request-20-2039-018-D&B Tile S(129,626.99)
2 09-.60.10.10.S Cermafc�Porcelian Tile.Subcontractor Non-Taxable Items $(1,000.99j
3 09-.60.10.10.S Cermaic IPoreelian Tile.Subcontractor Tax Savings $(7,852.62
Grand Total: $(138,480.60)
Christopher Kopec(McFarland Johnson, Key West International Airport NV2A/Gulf Keystar JV
Inc.)
49 Court Street,Suite 240 3491 South Roosevelt Boulevard 9100 South Dadeland Blvd,Suite 600
Binghamton,New York 13901 Key West,Florida 33 0 Miami,Florida 33156
PotuM pnod by°
.51bn�dby:
1z:05 D
Is-..A— 9/11/2024 1l
°�
SIGNATURE DATE IGNA1t R O E SIGNATURE DATE
Sacha Rodriguez
NV2A/Gulf Keystar JV Page 1 of 1 Printed On:9/11/2024 10:42 AM EDT
2540
Docusign Envelope ID:1 EFB7E52-33B1-452A-8CDD-45B3AODC115A y Board of County
, �� � Purchase Order
to Commissioners
500 Whitehead Street Purchase Order Number B-PO-1024-00000045
Key West,FL 33040
United States of America Purdhase Order Date 10(03/2024
Tax Exempt#: R uestad'Defi Date
Pa pent Terms Due on Receipt
85-8013825294C-7
� Payment Type Check
.,
Buyer Ernie Simeone
Phone Number +1 (305)8095207
Email Simeone-Emie@MonroeCounty-
FL.Gov
Pace 1 of 1
Supplier: Ship To:
4844 Corp.dba D&B Tile and Related Enterprises Monroe County Board of County Commissioners
14200 NW 4th Street 3491 S Roosevelt Blvd
Sunrise,FL 33325 Key West,FL 33040
United States of America United States of America
Ernie Simeone
+1 (305)8095207
Comments: BIG To;
Monroe County Board of County Commissioners
50D Whitehead Street
Key West,FL 33040
United States of America
Ernie Simeone
+1 (305)8095207(Landline)
CurrencV Total Linas Amount Total Tax Amoyn I Ii Total PO Amount
USD 130 627.98 0.00 1130 627.98
ShiDDina Terms Shipping Method Shi in Instruction
FOB Origin Ground Freight Packages must not be greater than
150 pounds.
Ley1ce,lines
line Number Item Name Oascriptu0n Start Date End Date Due Date Amount
1 EYW Conc A-ODP#18- 130,627.98
David Allen Co-D&B Tile-
Porcelain Tile
Adlessa
Purchase Order Number must appear on all correspondence,invoices,shipping papers and packages.
.... ..... .. ....... _
Tina Boan-Purchasing Agent
2541
Docusign Envelope ID:1EFB7E52-33B1-452A-8CDD-45B3AODC115A
MONROE COUNTY - VENDOR REQUISITION FORM
TAX ID NUMBER:85-8013825294C-7
Date: 9111,/2024 MC Poll MC Project Name: Key West international Airport
GC Requisition No.: 20-2039-018 Concourse A&Terminal Improvements
Contractor Name: NV2A Gulf Keystar Joint Venture Contractor Telephone: 785-233-5044
Contact Person: Sacha Rodriguez Email Address: SRO DRIGUEZ@NV2AGROUP.COM
Mobile: 786.216-6683
Contractor Address: 3591 S.Roosevelt Blvd.
(On-Site Location) Key West FI.33040
Subcontractor Name: David Allen Company S'trbcoeaCeactfSrTelephone: 19.971.4036
Contact Person: Leigh Young Email Address: lei.,.J's aroun aedGavid.Ilr+,n rorn
'..Contractor Address: 6604 Kingspointe Parkway
Orlando,FI 32819
Vendor N ame: 4844 Corp.DBA:0,%B Tile and Related Enterprises Vendor TeWphone: 954.846.2660
Contact Person: Lou Flautko Email Address:
Vendor Address: 14200 NW 4th Street Brief Material Description:. Porcelain Tile
Sunrise,Florida 33325
Vendor Remittance Information will be provided
Address(if Different): on invoices
Ship to/PvN)osecU off-Site Storage Address: West
InterationvdAirportC/o NV2A Gulf KeysrtarJV
3941,
Key West,Florida 33040
NOTE TO CONTRACTOR,.A deductive Change Order to your contract will be made for the value of the Direct Purchases made by Monroe County,plus Florida Sales
Tax rate of 6%on the entire uoCi asc lu s duscretdrrnar sales surtax of 1.w" on tBte lirsk$S 000,00
LINE 4 9tuan6t Units Detailed Description Unit Price Total Price
Porcelain Tile
1 LOT PRICE $ 129,626.99
Total for Taxable Items S 1,000.99
Non-Taxable Items
Please submit quote from Vendor with Vendor Requisition Purchase Order Subtotal: S 130,627.98
Sales tax of 6% $ 7,777.62
1.S%on first$5,000:. $ 75.00
Deductive Cha a Order Amounk. 5 139,480.60
IMPORTANT N07C It is imperative in the interets of prompe payment that all oraqirral invoci a.s are sent directly to Monroe County.All Invoices must reference
the Project Name/Number and MC Purchase Order Number.
Please send inV&C to:
Contractor Name: NV2A Ctuil ke star Joint Venture
Verified and Approved by: Sachet Rodr& uez NV2A Gulf Ke kar JV-OOP ML"r t t
Approved by: ""a MC Project Manager
2542
Docusign Envelope ID:1 EFB7E52-33Bl-452A-8CDD-45B3AODCI 15A
CERTIFICATE OF ENTITLEMENT
The undersigned authorized representative of"Monroe CountyBoard of County Commissioners(hereinafter"Governmental Entity"),Florida Consumer's Certificate
of Exemption Number g5-$QI.3825294C-Z affirms that the tangible personal property purchased pursuant to:
Purchase Order Number: from 4844(1,12rp.DBA,D&B Tile and Related Enterprises
on or after (date) will be incorporated into or become a part of public facility as part of a public works contract pursuant
to contract 4 with NV2A GULF EFInternational.......
�YSToNRJV�'Namie of Contractor)for the construction of Key West Airport-ConcourseA
&Termaln.j
Governmental Entity affirms that the purchase of the tangible personal property contained in the attached Purchase Order meets the following exemption requirements
contained in Section 212.08(6),F.S.,and Rule 12A-1.094,F.A.C.:
You must initial each of the following requirements.
1.The attached Purchase Order is issued directly to the vendor supplying the tangible personal property the Contractor will use in the identified
RS public works.
2.The vendor's invoice will be issued directly to Governmental Entity.
3.Payment of the vendor's invoice will be made directly by Governmental Entity to the vendor from public funds.
4.Governmental Entity will take title to the tangible personal property from the vendor at the time of purchase or of delivery by the vendor.
5.Governmental Entity assumes the risk of damage or loss at the time of purchase or delivery by the vendor.
Governmental Entity affirms that if the tangible personal property identified in the attached Purchase Order does not qualify for the exemption provided in Section
21108(6),F.S.and Rule 12A-1.094,F.A.C.,Governmental Entity will be subject to the tax,interest,and penalties due on the tangible personal property purchased.If the
Florida Department of Revenue determines that the tangible personal property purchased tax-exempt by issuing this Certificate does not qualify for the exemption,
Governmental Entity will be liable for any tax,penalty,and interest determined to be due.
I understand that if I fraudulently issue this certificate to evade the payment of sales tax I will be liable for payment of the sales tax plus a penalty of200%of the tax and
may be subject to conviction of a third degree felony.Under the penalties of perjury,I declare that I have read the foregoing Certificate of Entitlement and the facts stated
in it are true.
4
Executive Director of Airports
Signature of Authorized Representative Title
Monroe County BOCC 9/23/2024
Purchaser's Name(Print or Type) Date
Federal Employer Identification Number: 59-6000749
Telephone Number: 30S-292-4441
You must attach a copy of the Purchase Order to this certificate ofEmiaemct.
Do not send 1.the Florida Np-1-1 fRThis Certificate fErtfint..or must be retained in the vendor's and the contractor's books and records.
2543
Docusign Envelope ID:1EFB7E52-33B1-452A-8CDD-45B3AODC115A
LETTER OF UNDERSTANDING
Contractor NV2A GULF KEYSTAR JV,in its capacity as Construction Manager/Design Builder/General Contractors Agrees that they direct purchase of
Porcelain Tile (Material Description)by Monroe County,Owner,from,
4844 Corp.DBA:D&B Tile and Related Enterprises as Vendor,does not in any way or manner diminish or modify the contractual duties of the
Construction Manager/Design Builder/General Contractor to the Owner insofar as the inspection,handling,storage,protection,and installation of the aforementioned direct purchase
items into the Work is concerned and that such duties pertinent thereto as are set forth in the contract between
NV2A GULF KEYSTAR JV,as Construction Manager/Design Builder/General Contractor and Monroe County,as Owner,remain unchanged
The Contractor acknowledges receipt of Monroe County Owner Direct Purchase Proceedures and agrres to comply with the procedures.
MONROE COUNTY
BOARD OF COUNTY COMMISSIONERS CONTRACTOR
B d
Signature of Authorized Representative Signature of Authorized I lrry 'a tru
Richard Strickland saenaRodrie�uez
Name Printed: Name Printed:
Executive Director of Airports
ODP Mataaer
Title Title
9/23/2024 9/11/2024
Date: Date:
2544
Docusign Envelope ID:1EFB7E52-33B1-452A-8CDD-45B3AODC115A
Sawg0rass Northwest Quote
4th Street
1420
D &B Sunrise, FL 33325
TILE (954)846-2660 ES 3 T 258509
9/22/2023
Bin To Ship To TOTAL
DAVID ALLEN COMPANY INC Customer Pick-Up
PO BOX 27705 DAVID ALLEN COMPANY INC
RALEIGH NC 27611 14200 Northwest 4th Street
United States Sunrise FL 33325 $ 138,455.65
United States
Expires:12/26/2024
Exp.Close Memo Sales Rep Customer Title
12/6/2024 KEY WEST AIRPORT Lou Bautko 12722 DAVID ALLEN
COMPANY INC
Item QTY Rate Amount
FUEL SURCHARGE 1 EA $0.99 $0.99
FUEL AND HANDLING SURCHARGE
SPUSH3030110 2,778.48 SF $12.25 $34,036.38
30x30 Extra Vena Honed Stonepeak PLANE Rectified Porcelain PCKG QTY:
153
SPUSSP3015110 6,701.04 SF $14.15 $94,819.72
30xl5 Extra Vena Polished Stonepeak PLANE Rectified Porcelain PCKG QTY:
369 CN
SPUSSP3015272 54.48 SF $14.15 $770.89
30x15 Pietra Azzurra Polished Stonepeak PLANE Rectified Porcelain PCKG QTY:
3 CN
DELIVERY D&B TRUCK 1 EA $1,000.00 $1,000.00
DELIVERY TO CUSTOMER D&B TRUCK
Special Order
**SPECIAL ORDER**Deposit Required. No Refund. No Return.
Subtotal $130,627.98
�w
I .Ctt� (StII1.) Tax Total $7,827.67
Your continued use and payment(s)
are acceptance of our terms. Total $138,455.65
1111111111111111111111111 1 of
EST3258509
2545
Docusign Envelope ID:1EFB7E52-33B1-452A-8CDD-45B3AODC115A
GULF DU IL2O4, NV2A/Gulf Keystar JV Project:20-2039-01 KWIA Concourse A and
KGYST' R 9100 South Dadeland Blvd,Suite 600 Terminal Improvements Program
Miami,Florida 33156 3941 South Roosevelt Blvd.
P:(786)233-5060 Key West,Florida 33040
Submittal #09 3000-1.0 - Tiling
09 3000 - Tiling
Revision 0 Submittal Manager Ryan Donnelly(NV2A/Gulf Keystar JV)
Status Open Date Created Sep 5,2023
Issue Date Spec Section 09 3000-Tiling
Responsible David Allen Company,Inc. Received From Frank Tomsey(David Allen Company,Inc.)
Contractor
Received Date Submit By Jan 31,2023
Final Due Date Apr 25,2024 Lead Time
Cost Code
Location Type Product Information
Approvers Ryan Donnelly(NV2A/Gulf Keystar JV),Tang Fang(Mead&Hunt),Christopher Kopec(McFarland Johnson,Inc.),Don Koppy
(Mead&Hunt),Judy Telford(Mead&Hunt),Tonya Wood(Mead&Hunt)
Ball in Court Tang Fang(Mead&Hunt),Christopher Kopec(McFarland Johnson,Inc.),Don Koppy(Mead&Hunt),Judy Telford(Mead&
Hunt),Tonya Wood(Mead&Hunt)
Distribution Gustavo Lazaro(NV2A/Gulf Keystar JV),Antonio Pinto(NV2A/Gulf Keystar JV),Mansour Sodagad(NV2A)Gulf Keystar JV),
Alex Hyppolite(NV2A/Gulf Keystar JV),Claudio Santos(NV2A/Gulf Keystar JV),Gregg,Gaston(NV2A/Gulf Keystar JV),Jose
McSherry(NV2A/Gut'f Keystar JV)„Ryan Dannelly(NV2A/Gulf Keystar JV)„T'um Bergeron(NV2A/Guff Keystar JV)
Description
Track Procurement No Notes
Submittal Workflow
Name Sent Date Due Date Returned Date Response Attachments
General Information
Attachments
Cyr beIIt Cu b ewth Sep 29,2023 Pending
Erica King ;ccµ 29,,2023 Per6ng
Jackson Smith Sep 29,2023 - Pe,ndIng
Frank Tomsey Sep 29,2023 Mar 20,2024 Submitted �I
Ryan Donnelly Apr 11,2024 Apr 18,2024 Apr 11,2024 Reviewed by NGK �0 1-.mule f"ar �angG•9 ((Current)
Comment Physical samples were shipped to the Dallas Mead&Hunt office on 4/11/24.
Tang Fang Apr 11,2024 Apr 25,2024 Pending
Christopher Kopec Apr 11,2024 Apr 25,2024 Pending
Don Koppy Apr 11,2024 Apr 25,2024 Pending
Judy Telford Apr 11,2024 Apr 25,2024 Pending
Tonya Wood Apr 11,2024 Apr 25,2024 Pending
NV2A/Gulf Keystar JV Page 1 of 1 Printed On:Apr 11,2024 12:00 PM EDT
2546
Docusign Envelope ID:1EFB7E52-33B1-452A-8CDD-45B3AODC115A � GULF auiLttnxa
20-2039-01 - KWIA Concourse E KY--r f
A and Terminal Improvements
Program
3941 South Roosevelt Blvd. NV2A/Gulf Keystar
Key West, Florida 33040 9100 South Dallkland Blvd,Suite 600
United States Miami, Florida 33156
United States
(786) 233-5060
Title Submittal Manager
Tiling Ryan Donnelly
Spec Section Type
09 3000-Tiling Product Information
Number Rev
09 3000-1 0
Description
None
S iJBMI17AL iREVIEW
Approved-No Exceptions Taken
GULF Hu1LGIHG
Approved as iJctetf•Make Corrections Noted
FVT R El (Resubmittap Not Required)
Revise and ftesutromit-Exceptiaans TaViceru
Protect: 2C� � 9-�1 Reviewed by: V�
submittal#: 09 3000-11-0 Date: 4/11/24
Rejected
Review Status: Accepted.,Rnformational Submittat
Submittal was reviewed for general oonformance to contract documents r
only, It Is not to be construed as acceptance of responsibility for design El Not Accepted"RrsforrfuatiarnaputanaittaR
intent. Approval of this submittal does not relieve the subcontractor or pip
vendor of their contractual responsibility to confirm tolerances,clearances, Not Reviewed
quantities, fabrication processes, tEe tnlques of construction, coordination Aacpa68ecf slEnginver s action oan finis sutawnalat,al is based,sollAy,on Nae Inlwonafion
of work with other trades, and performance of work in a safe and subnflOed and Is,subject tea ants"lralllowing. HvW w I%Urnked
to verifying general a rnimObilityv vv'itio alma design Camera of the cornplelwad Erra,loaat
satisfactory manner. as ea funclioning whole as lndiuoted by the Contract Dor,twnrwrsnie and for gfrnen�sI
comp lio nre with the n1fo(mnationn given In Live Conti act Documents, No daetaniest
rhark of rquaieagtier or dirvnsioa,ws vn,ys rruede, Approval of a sperirpr neirl Shell unok
Men approval ll of can as�s�a mbl�'off which the Nam;is aoonngaooneral. Oispesifion or
� �
trotnRt4ras do not rensi'dtaate e ernnlrnrorlY rnodwftretirare unnd dcea not,ref#ewr dkva,�
ConrroOor Ram uor idiaan"with Conntroo oorrrr i nis,gtoveiniang cod"and
regluetmtaonns,ca ntuvOor shall40 Solely ro5porojlble fear nswaplyying wisbi Ow f:'aeOlaact
Documents,;ass waaetl as With z rdA9dmm aRh aaw�W'�srtnr�r"5 instructions cumsisterit w4 u
ROne Conntr,auf.Onauanneants,Owner s d'areua uonss„and t.awws,,-md IkmggsaRstunwu,„ The
.rOnDrAl Conntoloww,,subcontracgor,aaandwr c'onstwuaalio n Miniger W solely
rrx��gxoaasipatrr I'aan° ogtrrianiaeg„rruru�nlmtiang traarnforraring,nnrup.c�swrrrsutiang diara¢hnatnra^.w.aal
the Sitoa gauantittes, nla nnoehdoun Ond chlofres pertaining to fabrf"fio�m t arlhuniaguos,
u�nneans wrha thodc,sequerncus,ynpe(,ndurvs,add 4a^awhni pints of constr'wCHO"i
cowl iinuatldagq work mshother trannffm;and ensuring fhant work is raedfarrnaaed I"a safe
and sati5fartorgr innonrevnor, ArelnitertVgrngiswer is not responsible for resubmittals raw
tracking progress of resub mittals.
MEAD&HUNT,IIaiC,. ,,
I ds I11d,AC"I"CIE `fN.N E,INC.
IC E( 02825 13AT I. 4/30/2024
2547
Docusign Envelope ID:1EFB7E52-33B1-452A-8CDD-45B3AODC115A
Docusign Envelope ID:AEC74BB9-7C86-4C4C-BCBA-59708FD295F6
GULF BUILDING PCO #094
NVKe YST R
NV2A/Gulf Keystar JV Project:20-2039-01-KWIA Concourse A and Terminal Improvements
Program
9100 South Dadeland Blvd,Suite 600
Miami.Florida 33156 3941 South Roosevelt Blvd.
Key West,Florida 33040
Phone:(786)233-5060
Prime Contract Potential Change Order#094: ODP Deduct - Pegasus M_
TO: Key West international Airport FROM, NVZNGuIf Keystar JV
3491 South Roosevelt Boulevard 9 1On South Dadeland Blvd,Suite 600
Key West,Florida 33040 Miami,Florida 33156
PCO NUMBERlREVISION: 09410 CONTRACT: 20-2039-01-Key West International
Airport Concourse A
REQUEST RECEIVED FROM: CREATED BY: Sacha Rodriguez(NV2A/Gulf Keystar
JV)
STATUS: Pending-In Review CREATED DATE: 9/17/2024
REFERENCE: Pegasus—SW PRIME CONTRACT None
CHANGE ORDER:
FIELD CHANGE: No
LOCATION: ACCOUNTING METHOD: Amount Based
SCHEDULE IMPACT PAID IN FULL: No
EXECUTED: No SIGNED CHANGE ORDER
RECEIVED DATE:
TOTAL AMOUNT: ($70,031.05)
POTENTIAL CHANGE ORDER TITLE:ODP Deduct-Pegasus(1)
CHANGE REASON:ODP
POTENTIAL CHANGE ORDER DESCRIPTION:(The Contract Is Changed As Follows)
7 ODP taftst` as
s frost the Florida Dapartraaent of F�evenun the fats savings program chat has been established with Key West International AirparlPMonron County
B'Dard of Commissionois„below are the Savings associated with the Owner Direct Purchase of the Painting Materials from The Sherwin-Wiliam
Company,a vendor of Pegasus Painting&Waterproofing„a subcontractor of NV2A Gulf Keystar Joint Venture.
ATTACHMENTS:
C) ? P4rrltfd 4 A.P.J1 9 A.I d eaJwrM i4tl armns I mf
11 :�O�.
BudgetCodeDescription Amount
1,10.1O.S Pain6ng.Subcontractor OOP Request-20-2039-019-Sherwin-Williams $(65,996.27J
110.10.5 Painting.SubconVactor Tax Savings Grand Total: S(70,031.06)'
$(4,034.78
Christopher Kopec(McFarland Johnson, Key West international Airport NV2A/Gulf Keystar JV
Inc,)
49 Court Street,Suite 240 3491 South Roosevelt Boulevard 9100 South Dadeland Blvd,Suite 600
Binghamton,New York 13901 Key West,Florida 33040 Miami,Florida 33156
E5kp�uord�Dy: �A'acpAtW'c�nt+'tl dY:
ro� �� 9/z5/20za 1 iZ:41: DT< ES.�ta - d r 9/17/2024 10:
SIGNATURE DATE S NA U DATE
sxraer�' �a a
ftE DA E Sac a Ro riguez
NV2A/Gulf Keystar JV Page 1 of 1 Printed On:9/17/2024 10:42 AM EDT
2548
Docusign Envelope ID:1 EFB7E52-33B1-452A-8CDD-45B3AODC115A y Board of County
��� ����v�, � Purchase Order
m w Commissioners
500 Whitehead Street purchase Order Number B-PO-1024-00000044
Key West,FL 33040
United States of America Purchase Order Date 10/03/2024
f Tax Exempt Re ested Dellve Date
#:
85-8013825294C-7 a mantTertns Due on Receipt
Pa'rnentT e Check
_.
B a Ernie Simeone
Phone Nurtibe +1 (305)8095207
Email Simeon e-Emie@ Mon roeCounty-
FL.Gov
Page 1 of 1
Su pliers Ship To:
Sherwin Williams Monroe County Board of County Commissioners
Sherwin Williams-Key West 3491 S Roosevelt Blvd
908 Kennedy Dr Key West,FL 33040
Key West, FL 33040-4017 United States of America
United States of America Emie Simeone
+1 (305)8095207
Comments: Bill To:
Monroe County Board of County Commissioners
500 Whitehead Street
Key West,FL 33040
United States of America
Ernie Simeone
+1 (305)8095207(Landline)
Currencv Total Lines Amount Total Tax Amount I Total PO Amount
USD 65 996.27 0.on 1 65 996,27
=EB30
Shi ,in Method hi I Instruction
Ground Freight Packages must not be greater than
150 pounds.
Service tine"
Line Number Item Name Description Stan Date End Data Due Date Amount
1 EYW Conc A-ODP#19 65„996.27'
Pegasus Painting-Sherwin
W'llllams-Painting Matls
Messages
Purchase Order Number must appear on all correspondence,invoices,shipping papers and packages.
Tina Boan-Purchasing Agent
2549
Docusign Envelope ID:1EFB7E52-33B1-452A-8CDD-45B3AODC115A
MONROE COUNTY - VENDOR REQUISITION FORM
TAX ID NUMBER:85-8013825294C-7
Date: 9/17/2024 MC PO# MC Project Name: Key West International Airport
GC Requisition No.: 20-2039-029 Concourse A&Terminal Improvements
ContraetorName: NV2A Gull Keystar loin,Venture Contractor Telephone: 786-233-5044
Contact Person: Sacha Rodriguez Email Address: SRODRIGUEZ@NV2AGROUP.COM
Mobile: 786.216,6683
Contractor Address: 3591 S.Roosevelt Blvd,
(Our-Sate Location) Key West FI.33040
Subcontractor Name: Pegasus Painting&Wterproofing Subcontractor Telephone: 954.7S5-4616
Contact Person+ Michael Wendt Email Address: aicjrpd 0uy�u7peeau+rsfL flu p
Contractor Address: 5601 Powerline Road Suite 102-103
Ft.Lauderdale,Florida 33309
Vendor Name: The Sherwin-Williams Company VendorI'eiephone` RSS-499-74SI ext.960
Contact Person: Hector Rivera Email Address: hfft10�ro d+p rf�� ir�r rddat�cortt
Vendor Address: 2800 Centry Parkway,NE Suite 960 Brief Material Description: Painting Materials
Atlanta,GA. 30345
Vendor Remittance
Address(if Different): TBD
Ship to/Proposed Off-Srte Storage Address: Key West Interational Airport tf'o NV2.A Gulf Keystar NV
3941 S.Roosevelt Blvd.; Key West,Florida 33040
NOTE TO CONTRACTOR:A deductive Change Order to your contract will be made for the value of the Direct Purchases made by Monroe County,plus Florida Sales
Cox rate of 6%on the endre riru Iraw Ep? dlsrxefionar salessales wrlax of 1,5"aSof�L,S%,on the first$5,000.00
LINE# lAuantit Units Detailed Descri Lion Unit Prig Total Price
Paintm Materials
1 LOT PRICE 65,996.27
Total for Taxable Items $ 65,996,27
Non-Taxable Items
Please submit quote from Vendor with Vendor Requisition Purchase Order Subtotal: $ 6S„996.27
Sales tax of 6% $ 3,959,78
1.5%on first$5,000: 5 75,00
Deductive Chan ,e order Amount LS' 10,031,01
lfwi9PORTANT NOTE: It is imperative in the interets of prompt payment that all original Urvocr'es are sent directly to Monroe County.Ali Invoices must reference
the Project Name/Number and MC Purchase Order Number,
Please send invoices to:
Contractor Name: NV2A Gulf KeVstartoint Venture "
Verified and Approved by: 5acha Rodri uez„NV2A Gulf Kra tar 1V-O an arwt e
Approved by: MC Project Manager
initla'I'..
2550
Docusign Envelope ID:I EFB7E52-33BI-452A-8CDD-4563AODC1 15A
CERTIFICATE OF ENTITLEMENT
The undersigned authorized representative of_M2nrgc Coun(3: and of County Lgom_missionns(hereinafter"Governmental Entity"),Florida Consumer's
Certificate of Exemption Number 85-8013825294C-7 affirms that the tangible personal property purchased pursuant to:
Purchase Order Number: from The Sherwin-Williams Company _
on or after (date) will be incorporated into or become a part of a public facility as part of a public works contract pursuant
to contract# with NV2A GULF KEYSTAR JV,(Name of Contractor)for the construction of'Key West International Ahroliq-
Concoyrse A&Termainal Im ravernents Pr[o2llect.
Governmental Entity affirms that the purchase of the tangible personal property contained in the attached Purchase Order meets the following exemption
requirements contained in Section 212.08(6),F.S.,and Rule 12A-1.094,F.A.C.:
You must initial each of the following requirements.
1.The attached Purchase Order is issued directly to the vendor supplying the tangible personal property the Contractor will use in the identified
public works.
2.The vendor's invoice will be issued directly to Governmental Entity,
R-5 3.Payment of the vendor's invoice will be made directly by Governmental Entity to the vendor from public funds.
R.5 4.Governmental Entity will take title to the tangible personal property from the vendor at the time of purchase or of delivery by the vendor.
-R-5 5.Governmental Entity assumes the risk of damage or loss at the time of purchase or delivery by the vendor.
Governmental Entity affirms that if the tangible personal property identified in the attached Purchase Order does not qualify for the exemption provided in Section
212.08(6),F.S.and Rule 12A-1.094,F.A.C.,Governmental Entity will be subject to the tax,interest,and penalties due on the tangible personal property purchased.
If the Florida Department of Revenue determines that the tangible personal property purchased tax-exempt by issuing this Certificate does not qualify for the
exemption,Governmental Entity will be liable for any tax,penalty,and interest determined to be due.
I understand that if I fraudulently issue this certificate to evade the payment of sales tax I will be liable for payment of the sales tax plus a penalty of 200%of the
tax and may be subject to conviction of a third degree felony.Under the penalties of perjury,I declare that I have read the foregoing Certificate of Entitlement and
the facts stated in it are true.
0'
Executive Director of Airports
Signature of Authorized Representative Title
Monroe County BOCC 9/27/2024
Purchaser's Name(Print or Type) Date
Federal Employer Identification Number: 59-6000749
Telephone Number: 305-292-4441
You must attach a copy of the Purchase Order to this certifleate ofEaddement
D.not-.d t.the Florida Dtp.,1.imf,,fRec...This Certificate ofE.fidcert must be retained in the vendor's..d the contractor's banks and e-rd,.
2551
Docusign Envelope ID:1 EFB7E52-33B1-452A-8CDD-45B3AODC115A
LETTER OF UNDERSTANDING
Contractor NV2A GULF KEYSTAR JV,in its capacity as Construction Manager/Design Builder/General Contractors Agrees that they direct purchase of
Painting Material (Material Description)by Monroe County,Owner,from,
The Sherwin-Williams Company as Vendor,does not in any way or manner diminish or modify the contractual duties of the
Construction Manager/Design Builder/General Contractor to the Owner insofar as the inspection,handling,storage,protection,and installation of the aforementioned direct
purchase items into the Work is concerned and that such duties pertinent thereto as are set forth in the contract between
NV2A GULF KEYSTAR JV,as Construction Manager/Design Builder/General Contractor and Monroe County,as Owner,remain unchanged
The Contractor acknowledges receipt of Monroe County Owner Direct Purchase Proccedures and agrres to comply with the procedures.
MONROE COUNTY
BOARD OF COUNTY COMMISSIONERS CONTRACTOR s
By:
Signature of Authorized Representative B
�.
S�� p Ve Signature of Authorized l 'tl"
Richard Strickland Sacba Rodriguez
Name Printed: Name Printed:
Executive Director of Airports ODP Maria cr
Title Title
9/27/2024 9/17/2024
Date: Date:
2552
Docusign Envelope ID:1EFB7E52-33B1-452A-8CDD-45B3AODC115A
SHERWIN
WILLIAMS.
Quote Presented By:
Jonathan Bieschke
Sales Representative PC
Commercial
jonathan.m.bieschke@sherwin.com
SHERWIN-WILLIAMS
3212 NW 9TH AVE
OAKLAND PARK, FL 33309 5912
(954) 566-4586
September 03, 2024
2553
Docusign Envelope ID:1 EFB7E52-33Bl-452A-8CDD-45B3AODC1 15A
ACCOUNT# 5327-0614-0
SHERWIN PEGASUS PAINTING & WATERPROOF
WILLIAMS. QUOTE # 7428469
VALID FROM: AUG 13, 2024 -AUG 14, 2024
Dear Ron Pearson:
Thank you for considering Sherwin-Williams products for the Kew west
international Airport project. Included is the Sherwin-Williams price quote.
Should you require assistance or have any questions or concerns, please
contact me at (954) 868-4947 or e-mail me at
joriathan,in.bieschke Cbsherwin.coni.
Jonathan Bieschke
SALES-Sales Representative PC Commercial
j I OTIathan.tn.bieschke�'sherw in.corn
SHERWIN-WILLIAMS
8212'\W 9TH AVE, OAKLAND PARK, FL. 53300 5012
1.
2554
Docusign Envelope ID:1EFB7E52-33B1-452A-8CDD-45B3AODC115A
ACCOUNT# 5327-0614-0
SHERWIN PEGASUS PAINTING &WATERPROOF
QUOTE # 7428469
VALID FROM: AUG 13, 2024 -AUG 14, 2024
PROJECT: PEGASUS PAINTING &WATERPROOF
Purchase Type: Annual Purchase
P�1�i Pr
GallonsExtended
Description Sales # Rex# Size / Units price
PM 200 0 PRIMER 650259195 B28WO260 5 GAL 330 $17.00 $5,610.00
0
PI PROCRYL PR OF W 650930647 B66WO131 5 65 $47.25 $3,071.25
0 5 GAL
PREM W&W PRM WHITE 650132772 B28WO811 30 $36.99 $1,109.70
1 5 GAL
PT ED PL FL EW 651234940 PE4500051 5 GAL 155 $14.00 $2,170.00
PRO-977 ULTRA PRIME 1252469 .01252469 5 GAL 35 $19.00 $665.00
950A SIL ACR LTX CLK 1518323 OOWL0950 11 OZ 96 $2.97 $285.12
A
LXN SELF-CLN SA EW 651075731 LX14WO05 5 GAL 275 $42.00 $11,550.00
1
PI PRECAT EG EX WH 651175325 K45WO215 5 GAL 25 $55.44 $1,386.00
1
WB DF FL BLACK 650205669 B42B00081 5 GAL 550 $16.00 $8,800.00
SPR INT SA EXTRA 651283228 A87WO135 5 GAL _ 500 $32.00 $16,000.00
1
LXN BLOCK SURF WHT 651032716 LX01W020 5 GAL 180 $19.19 $3,454.20
0
PI SHER-CRYL SG EW 651344723 B66WO135 5 GAL 225 $46.20 $10,395.00
1
STORE SUPPLIES 1612720 .01612720 EACH 1 $1,500.00 $1,500.00
Total Price: $65,996.27
2
2555
Docusign Envelope ID:1 EFB7E52-33B1-452A-8CDD-45B3AODC115A
cu L r 2 U I L 0 1 N, NV2A/Gulf Keystar JV Project:20-2039-01 KWIA Concourse A and
KGYS` *R 9100 South Dadeland Blvd,Suite 600 Terminal Improvements Program
Miami,Florida 33156 3941 South Roosevelt Blvd.
P:(786)233-5060 Key West,Florida 33040
Submittal #09 9113-001.0 - Exterior Paint
09 9113 - Exterior Painting
Revision 0 Submittal Manager Ryan Donnelly(NV2A/Gulf Keystar JV)
Status Open Date Created Aug 13,2024
Issue Date Aug 13,2024 Spec Section 09 9113-Exterior Painting
Responsible Pegasus Painting&Waterproofing,LLC Received From Ron Pearson(Pegasus Painting&Waterproofing,
Contractor LLC)
Received Date Submit By
Final Due Date Aug 27,2024 Lead Time
Cost Code
Location Type Product Information
Approvers Kellen Donnelly(NV2A/Gulf Keystar JV)„Ryan Donnelly(NV2A/Gulf Keystar JV),Tang Fang(Mead&Hunt),Christopher Kopec
(McFarland Johnson,Inc.),Don Koppy(Mead&Hunt),Judy Teh"ord(Mead&Hunt),Tonya Wood(Mead&Hunt)
Ball in Court Tang Fang(Mead&Hunt),Christopher Kopec(McFarland Johnson,Inc.),Don Koppy(Mead&Hunt),Judy Telford(Mead&
Hunt),Tonya Wood(Mead&Hunt)
Distribution Alex Hyppolite(NV2A/Gulf Keystar JV),Antonio Pinto(NV2A/Gulf Keystar JV),Claudio Santos(NV2A/Gulf Keystar JV),Gregg
Gaston(NV2A/Gulf Keystar JV),Gustavo Lazaro(NV2A/Gulf Keystar JV),Joseph L.Petzack(McFarland Johnson,Inc.),Kellen
Donnelly(NV2A/Gulf Keystar JV),Kirk Boothroyd(McFarland Johnson,Inc.),Mansour Sodagari(NV2A/Gulf Keystar JV),Ryan
Donnelly(NV2A/Gulf Keystar JV),Tim Bergeron(NV2A/Gulf Keystar JV)
Description
Track Procurement No Notes
Submittal Workflow
Name Sent Date Due Date Returned Date Response Attachments
General Information
Attachments
Ron Pearson Aug 20,2024 Jul 9,2024 Submitted :9 9'. 3-001-0-=Exterioi Paint.pdi
Kellen Donnelly Aug 13,2024 Aug 16,2024 Pending
Ryan Donnelly Aug 13,2024 Aug 16,2024 Aug 13,2024 Reviewed by NGK 0b ).:t 3 qC1 Etenww°Pruin,(. zj(Current)
Tang Fang Aug 13,2024 Aug 27,2024 Pending
Christopher Kopec Aug 13,2024 Aug 27,2024 Pending
Don Koppy Aug 13,2024 Aug 27,2024 Pending
Judy Telford Aug 13,2024 Aug 27,2024 Pending
Tonya Wood Aug 13,2024 Aug 27,2024 Pending
NV2A/Gulf Keystar JV Page 1 of 1 Printed On:Aug 14,2024 09:35 AM EDT
2556
docusign Envelope ID:1EFB7E52-33B1-452A-8CDD-4583AOdC115A GULF eua�acnfc
20-2039-01 - h °1 IA Concourse Kt=YS "lam
A and Terminal improvements
Program
3941 South Roosevelt Blvd. NV2AfGulf Keystar
Key West,Florida 33040 9100 South DalDlkland Blvd,Suite 600
United States Miami, Florida 33156
United States
(786) 233-5060
Title Submittal Manager
Exterior Paint Ryan Donnelly
Spec Section Type
09 9113- Exterior Painting Product Information
Number Rev
09 9113-001 0
Description SIJEWIT7AI.. REVIEW
None
Approved-too Exceptions Taken
Approved as Noted-Make Coirectptons Noted
f (Pesub mitt�at Not Required)
WlvEI Revise and Resubmit-Exceptions Tatten
Rejected
Project: 20 20 -01 Reviewed by: R
Accepted-tnformatuonai 5rwbrt"Dittafp
Submittal#: 09 9 ll.1.3°001-0 Date: 8/13/24
Review Status: Not Accepted-informational Submittal
Submittal was reviewed for general conformance to contract documents Not lReviewed
only, It Is not to be construed as acceptance of responsibility for design
intent. Approval of this submittal does not relieve the subcontractor or Arriwtrad s) npincar s acoa n an ttrus Subnnftrl is based oWy on dna irnforanailinn
t
vendor of their contractual responsibility to confirm tolerances, clearances, sebaantked and wn euiabiert to Ole fntloMris"Arw:dvriec s,En W rwoar s ravrwrw p%ltrrnited
to verifying donmal Pomapatlprpddfy wrtfr 'hro dosip,n coomapt of Ole,carnplrsted H"roirid
quantities, fabrication processes, techniques of construction, coordination as as func ionrng whole Is sntiiCWed by 9310 controcl Doruunnw rd% and for rterrerat
of work with other trades, and performance of worst in a safe and aomphance!'WWI the wnfornwa6an Ulven dan Tbo Contract C otr o ents. No rdrmta'dted
a taocls of quaaanfrttcs or dimenseons was made, Approval of a spaocdfra;itom;hafli riot
satisfactory manner. nwan;appwrowo1 of as aassnrnbty of wwlrrcd The itonr ps a�roromrponent, tuirapcw,aWon or
noNifions do not cnwasrufota a contract wnodificaiion and do not reflove ffae
oantrr clor train caairnplf;ancae with GwNlrart Docurnwasa,governing conies road
reggulatio ns.rowraoctror shalt be sately rospoiinsibta for GornpIying wrtli the Colligart
Docunionts,as omit as whin seapapBVor'+rPPRarrewrra,cdsurer"s�ins tr.uciions a,ansistent with
ihn,coniroct Documents Owner's a drocrions,and Laws and pa eadatlons, The
Generat Contractor,,Subcontractor,andlav Construction Manager 6s saodeiy
roepon apblo for: obdalnIngg,w.orrrelati"U,confBrmt np,and corsccting diruensfons at
Vie stir;rpu arwtrti "'inrorarwalio"and ciwuodcdes pordab'rdns to tabriea6an techniques,,
ftlio+aos,rnwhods, procedures,and fochntupms of oors"trurcttont
c000,dirwa't'i nag work with Whaer trades'and ensuring that uwrorlu is pemframwd in a safe
and sairspactory manner, Architecdpng in eor Jr,riot responsible,for resultinflito14 or
4rackinug progress of resuL miltMs.
r
MEAD d t-tt00slr i WC, e, ,,0 ,., ' ..
by d ft da9fC.fHTEGTURF,WC,
BY 02825 DATIE 8/27/2024
ALL L afety Data sheets are rejected as
they are riot pair] of the specffied submattalL
2557
Docusign Envelope ID:1EFB7E52-33B1452A-8CDD-45B3AODC115A
Docusign Envelope 10:B5A6OA33-3540-4EE6-BFFE-05EAAB2646CF
K
' �ceYST " G Pc0 #a�6
NV -R
GULF' BUILDING
NV2A/Gulf Keystar JV Project:20-2039-01-KWIA Concourse A and Terminal Improvements
9100 South Dadeland Blvd,Suite 600 Program
Miami,Florida 33156 3941 South Roosevelt Blvd.
Phone:(786)233-5060 Key West,Florida 33040
Prime Contract Potential Change Order #096: ODP Deduct - FKE (4
TO: Key West International Airport FROM: NV2A/Gulf Keystar JV
3491 South Roosevelt Boulevard 9100 South Dadeland Blvd,Suite 600
Key West,Florida 33040 Miami,Florida 33156
PCO NUM13ER/RE6SlON: 096/0 CONTRACT: 20-2039-01-Key West International
Airport Concourse A
REQUEST RECEIVED FROM: CREATED BY: Sacha Rodriguez(NV2AIGulf Keystar
JV)
STATUS: Pending-In Review CREATED DATE: W26/2024
REFERENCE: FKE_Graybar(LF) PRIME CONTRACT None
CHANGE ORDER:
FIELD CHANGE: No
LOCATION: ACCOUNTING METHOD: Amount Based
SCHEDULE IMPACT: PAID IN FULL: No
EXECUTED: No SIGNED CHANGE ORDER
RECEIVED DATE:
TOTAL AMOUNT: ($1,166,075.00)
POTENTIAL CHANGE ORDER 71TLE:ODP Deduct-FKE(4)
CHANGE REASON:ODP
POTENTIAL CHANGE ORDER DESCRIPTION:(The Contract Is Changed As Follows)
t" tl1 -QQ Il E14
As per the Florida Department of Rovemie&the tax savings program that has been established with Key West Inlemat anal AurporllMonroe County
Board of Commissioners,,below are the savings associated with the Owner Direct Purchase of the Light Fixture Package Materials from Graybar Electric
Company,Inc.,a vendor of Florida Keys Elecbic,a subcontractor of NV2A Gulf Keystar Joint Venture.
ATTACHMENTS:
# Budget Code Description Amount
1 26-.00.10.10.S EleciricaLSubcontractar ODP Request-'20-2039-020-Florida Keys Electric $(1,100,000.00)
2 26-.00.10.10.S Electrical.Subcontractor Tax Savings $(66,075.00
)
Grand Total: $(1,166,075.00)
Christopher Kopec(McFarland Johnson, Key West international Airport NV2AIGulf Keystar JV
Inc.)
49 Court Street,Suite 240 2491 South Roosevelt Boulevard 9100 South Dadeland Blvd,Suite 600
Binghamton,New York 13901 /West, da 33"D Miami,Florida 33156
Signed b�'
i - uses�arodisy:
1-�is � �4pGG 9/30/2024 1 44:0 oE �� 9/26/20Z4 � 11:55
ads3ri4rarr MDATE
SIGNATURE DATE DA E clr�riguez
NV2AlGulf Keystar JV Page 1 of 1 Printed On:9/26/2024 11:45 AM EDT
2558
Docusign Envelope ID:1EFB7E52-33B1-452A-8CDD45B3AO y Board of County
� �OD �� � Purchase Order
d a Commissioners
500 Whitehead Street Key West,FL 33040 Purchase Order Number B-PO-1024-00000046
United I StatesRequested Relive Date
10(03l2024
Tax E�n o America Purchase Order ff Date
Payment Terms Due on Receipt
85-8013825294C-7
Payment Type Check
Me Ernie Simeone
Phone Number +1 (305)8095207
Email Simeone-Emie@MonroeCounty-
FL.Gov
Page 1 of 1
Supplier. Ship To:
Graybar Electric Company Inc Monroe County Board of County Commissioners
P.O.Box 403062 3491 S Roosevelt Blvd
Atlanta,GA 30384-3062 Key West,FL 33040
United States of America United States of America
Ernie Simeone
+1 (305)8095207
Comments: BID To:
Monroe County Board of County Commissioners
500 Whitehead Street
Key West,FL 33040
United States of America
Ernie Simeone
+1 (305)8095207(Landline)
—C,-ngy Total.Lines Amount Total Tax Amount Total PO Amount
USD 1 100 000.00 0.00 1 100 000.00
Shirwino Terms ShiRp9 Meth d SShlDV1n i Inslructlora,
FOB Origin Ground Freight Packages must not be greater than
150 pounds.
Service Lines
Line Number Item Name Description Start Date End Date Due Date Amount
1 EYW ConcA-ODP#20-FKE- 1,100,000.00
Graybar-Light Fixtures
sa ers-
Purchase Order Number must appear on all correspondence,invoices,shipping papers and packages.
._.....
Tina Boan-Purchasing Agent
2559
Docusign Envelope ID:1 EF87E52-33E11452A-8CDD4583A0DC1 15A
DocusIgn Envelope ID:B5A6OA33-3548-4EE6-BFFE-05EAAB2646CF
MONROE COUNTY - VENDOR REQUISITION FORM
TAX ID NUMBER,85-8013825294C-7
Date" 912612024 MC POO MC Profirri Name Key West international Airport
GCRequlsitlonNo,: 20-2039420 Concourse A&Terminal improvements
Contractor Name: NV2A Gulf Keystariaint venture contractor Telephone: 786-233-SD44
Contact Person: Sacha Rodriguez Email Address: SROORIGUE2@NV2AGROUP.COM
Mobile: 78U16.6683
Carat at-tor Address: 3591 S.Roosevelt Blvd.
Key West Fl.13040
Subconlyanor Name: Florida Keys Elpclk 5AJb<0n1r34tQT Ttlk'06011V 105196,407S
Co'nt,xt Person: John Tipcke Email Address: LP tyf GAzjwlgimmm'
Cordsactor Address: 905 overseas Highway
Key West,Florida 33040
vendor Namer Graybgr Electric Company,fint. Veptior TWephonva 30S,SZOA827
Cootact Person: TBD Email Address: D�4p
VendorAddfem: 12250 NW 91 Street Brief Material DescTlptlon: Light Fixtures
Medley,Florida 33178-1486
yt,odov Remittance Remittance will be an all
Address(if Dillerent); invoices submitted
Ship
toforoposed off-Site Storage Addttv4' Key West lnteratYtanat Airport C/O NVIA Gulf KeysurIV
3941 S.Roosevelt Blvd.; Key West Florida 33040
NOTE TO CONTRACTOR:A deductive Change Order to your contract w0f be made for the Value Of the NfKr Purchases made W,Monroe County,pMua"cri,da Sales
7axnaeor6%on the entire urchaso I d4"(Wonas
I.JNE# Iuand Units 0"it Price Total Price
Irtftaattras
UOT PRICE _S1,1DDaD0.00,
Total for Taxable Items $_100,000,11
rinn-Tavabta.Items S ------:--
please submit quotefrom Vendor witir Vendor Requisition Purchase Order Subtotal: S 1100,000.00
sales tax of 6% $ 66,000.00
15%on first$5,000: S15-01
nedoctivechair OrderAfftount S 1,166,075.00
E�MZOIRIT�ANTN101TE—! it r,%dmaviMfve In the IntLrets orptompr payment that sqi orjglftof invocies are sent dket*' es must refererce
in
the,Project:Narne/Numberand MC Purchase Order Number.
Please send invoices toc
Contractor Nam Or NV2A Crud Ke ster Point V—t-0
verified and Approved by:
Approved by: MC Protect Manager
Inival
LJ
2560
Docusign Envelope ID:1EFB7E52-33B1-452A-8CDD-45B3AODC115A
CERTIFICATE OF ENTITLEMENT
The undersigned authorized representative of Moiriroe County Hinird of County!9ammissloners(hereinafter"Governmental Entity"),Florida Consumer's
Certificate of Exemption Number 85-8013825294C,'7 affirms that the tangible personal property purchased pursuant to:
Purchase Order Number: from Graybar Electric Com,any,..Inc.
on or after (date) will be incorporated into or become a part of a public facility as part of a public works contract pursuant
to contract# with N_V2A GULF KEYSTAR JV(Name of Contractor)for the construction of Key_West International AlrvLrt-
Concourse A&"rermainal Improvements Project
Governmental Entity affirms that the purchase of the tangible personal property contained in the attached Purchase Order meets the following exemption
requirements contained in Section 212.08(6),F.S.,and Rule 12A-1.094,F.A.C.:
You must initial each of the following requirements.
1.The attached Purchase Order is issued directly to the vendor supplying the tangible personal property the Contractor will use in the
RS identified public works.
R-15 2.The vendor's invoice will be issued directly to Governmental Entity.
R5 3.Payment of the vendor's invoice will be made directly by Governmental Entity to the vendor from public funds.
IRS 4.Governmental Entity will take title to the tangible personal property from the vendor at the time of purchase or of delivery by the vendor.
RS5.Governmental Entity assumes the risk of damage or loss at the time of purchase or delivery by the vendor,
Governmental Entity affirms that if the tangible personal property identified in the attached Purchase Order does not qualify for the exemption provided in
Section 212.08(6),F.S.and Rule 12A-1.094,F.A.C.,Governmental Entity will be subject to the tax,interest,and penalties due on the tangible personal property
purchased.If the Florida Department of Revenue determines that the tangible personal property purchased tax-exempt by issuing this Certificate does not qualify
for the exemption,Governmental Entity will be liable for any tax,penalty,and interest determined to be due.
I understand that if I fraudulently issue this certificate to evade the payment of sales tax I will be liable for payment of the sales tax plus a penalty of200%of the
tax and may be subject to conviction of a third degree felony.Under the penalties of perjury,I declare that I have read the foregoing Certificate of Entitlement and
the facts stated in it are true.
Executive Director of Airports
Signature of Authorized Representative Title
Monroe County BOCC 9/30/2024
Purchaser's Name(Print or Type) Date
Federal Employer Identification Number: 59-6000749
Telephone Number: 305-292=44A1�
Y..must.bJ..capy of the P—hase Order 1.this Certificate ofE.dt&--t
Do nut send to the FI-id.Depnnent of Revenue.This Ceryificate of Entitlement mast be retained in the vendar's and the cantractor'v books and records.
2561
Docusign Envelope ID:1 EFB7E52-33Bl-452A-8CDD-45B3AODC1 15A
LETTER OF UNDERSTANDING
Contractor NV2A GULF KEYSTAR JV,in its capacity as Construction Manager/Design Builder/General Contractors Agrees that they direct purchase of
Light Fixtures (Material Description)by Monroe County,Owner,from,
Graybar Electric Company,Inc. as Vendor,does not in any way or manner diminish or modify the contractual duties of the
Construction Manager/Design Builder/General Contractor to the Owner insofar as the inspection,handling,storage,protection,and installation of the aforementioned direct
purchase items into the Work is concerned and that such duties pertinent thereto as are set forth in the contract between
NV2A GULF KEYSTAR JV,as Construction Manager/Design Builder/General Contractor and Monroe County,as Owner,remain unchanged
The Contractor acknowledges receipt of Monroe County Owner Direct Purchase Proceedures and agrres to comply with the procedures.
MONROE COUNTY
BOARD OF COUNTY COMMISSIONERS CONTRACTOR
.. ........ 13
Signature of Authorized Representative Si�`a=..f Auth.-zed ^parr act �tkt
Richard Strickland Sacha Rodriguez
Name Printed: Name Printed:
Executive Director of Airports ODP Manager
Title Title
9/30/2024 9/26/2024
Date: Date:
2562
Docusign Envelope ID:1 EFB7E52-33B1-452A-8CDD-45B3AODC115A
Graybar Electric Company, Inc. PROPOSAL
12250 NW 91 Street
Medley, FL. 33178-1486
P: 305.520.4827
F: 305.520.4950
DATE: SEPTEMBER 26,2024
BILL TO: SHIP TO:
Monroe County Board of County Commissioners Key West International Airport c/o NV2A_Guif Keystar JV
c/o Florida Keys Electric Monroe County Board of County Commissioners
3491 S. Roosevelt Blvd.
Key West, Florida 33040
Monroe County Board of County Commissioners
3491 S. Roosevelt Blvd.
KEY WEST,FLORIDA 33040
COMMENTS OR SPECIAL INSTRUCTIONS:
NV2A GROUP Job#: 21-2016-00 / The Village of Bal Harbour— Park & Community Center
SALESPERSON P.O. NUMBER REQUISITIONER SHIPPED VIA F.O.B. POINT TERMS
Pending Arellano Construction Due on receipt
_. .......
QUANTITY DESCRIPTION UNIT PRICE TOTAL
1-Lot Light Fixtures from SESCO Lighting as per Quote# SQ216906-01 1,100,000.00
Dated 08/09/2024 (see attached)
SUBTOTAL 1,100,000.00
SALES TAX EXEMPT
NON TAXABLE ITEMS 0.00
TOTAL PO AMOUNT $1,100,000.00
Thank you for your business!
2563
Docusign Envelope ID:I EFB7E52-33Bl-452A-8CDD-45B3AODC1 15A
Form Wes9' Request for Taxpayer Give Form to the
(Rev,October 2018) Identification Number and Certification requester.Do not
Department at the Treasury send to the IRS.
Internal Revenue Service 0 Go to wwwJrsgov1FormW9 for Instructions and the latest information.
I Name(as shown,on your income tax return).Name is required on We line:do not tasive this line blank.
Graybar Electric Company Inc
2 Businf.ms narneddisregarded entity name,if different from above
M 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1.Check only one of the 4 Exemptions(codes apply only to
(1)
a following seven boxes. certain entities,not Individuals;see
co
OL instructions on page 3):
0 c: El indivicluall/sole proprietor or R"I 0 Corporation El S Corporation El Partnership D Trust/estate
0 single-member LLC Exempt payee code(it any)
too F] Limited liability company.Enter the tax classification(C=C corporation,S=S corporation,P=Partnership)10,
Note,Check the appropriate box in the line above for the tax:classiftation of the shWa-mamber owner. Do not check Exemption from FATCA reporting
to "C If the LLC is ciessWied as a singla-rarer LLC that is disregarded from true c'
e owner unless the owner of the LLC is de(if any)
-C another LLC that is not disregarded from the owner for U.S.federal tax purposes.Otherwise,a single-member LLC that
is disregarded from the owner should check the appropriate box for the tax classification of its owner,
El Other(soo instructions)Do- (ApPN..Walib IMWMOd.11sid.the U.S)
6 Address(number,street,and apt.or suite no.)See instructions, Requester's name and address(optionaq
U) 11250 NW 91st Street
6 City,state,and ZIP code
Miami FL 33178
7 List account number(s)here loptional)
J= Taxpayer Identification Number(TIN)
Enter your TIN in the appropriate box.The TIN provided must match the name given on line I to avoid Social security number
backup withholding.For individuals,this is generally your social security number(SSN).However,for a F
resident alien,sole proprietor,or disregarded entity,see the Instructions for Part 1,later.For other
entities,it is your employer identification number(EIN).If you do not have a number,see How to get a
TIN,later. or
Note:If the account is in more than one name,see the instructions for line 1.Also see What Name and [Employer identification number �
Number To Give the Requester for guidelines on whose number to enter. EE -Fo M79 41-3 11 8 1 1 0
EM Certification
Under penalties of perjury,I certify that:
1.The number shown on this form is my correct taxpayer identification number(or I am waiting for a number to be issued to me);and
2.1 am not subject to backup withholding because:(a)I am exempt from backup withholding,or(b)I have not been notified by the Internal Revenue
Service(IRS)that I am subject to backup withholding as a result of a failure to report all interest or dividends,or(c)the IRS has notified me that I am
no longer subject to backup withholding;and
3.1 am a U.S.citizen or other U.S.person(defined below);and
4.The FATCA code(s)entered on this form(if any)indicating that I am exempt from FATCA reporting Is correct.
Certification instructions.You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because
you have failed to report all interest and dividends on your tax return.For real estate transactions,item 2 does not apply.For mortgage interest paid,
acquisition or abandonment of secured property,cancellation of debt,contributions to an individual retirement arrangement(IRA),and generally,payments
other than interest and dividends,you are not required to sign the certification,but you must provide your correct TIN.See the instructions for Part 11,later.
.............
Sign Signature of
Here I U.S.person P, Date b, 12/09/2021
V. •Form 1099-DIV(dividends,including those from stocks or mutual
General Instructions funds)
Section references are to the Internal Revenue Code unless otherwise *Form 1 099-Ml SC(various types of income,prizes,awards,or gross
noted. proceeds)
Future developments.For the latest information about developments o Form 1 099-B(stock or mutual fund sales and certain other
related to Form W-9 and its instructions,such as legislation enacted transactions by brokers)
after they were published,go to www.irs.gov/FormW9. -Form 1099-5(proceeds from real estate transactions)
Purpose of Form -Form 1099-K(merchant card and third party network transactions)
An individual or entity(Form W-9 requester)who is required to file an -Form 1098(home mortgage interest), 1098-E(student loan interest),
information return with the IRS must obtain your correct taxpayer 1098-T(tuition)
identification number(TIN)which may be your social security number -Form 1099-C(canceled debt)
(SSN),individual taxpayer identification number 011N),adoption
identification number(ATIN),or employer identification number -Form 1099-A(acquisition or abandonment of secured property)
taxpayer
(EIN),to report on an information return the amount paid to you,or other Use Form W-9 only if you are a U.S.person(including a resident
amount reportable on an information return.Examples of information alien),to provide your correct TIN.
returns include,but are not limited to,the following. If you do not return Form W-9 to the requester with a TIN,you might
•Form 1099-INT(interest earned or paid) be subject to backup withholding.See What is backup withholding,
later.
Cat.No.10231X Form W-9(Rev.10-2018)
2564
Docusign Envelope ID:1EFB7E52-33B1-452A-8CDD-45B3AODC115A
QUOTE#SQ216906-01 KEY WEST INTERNATIONAL AIRPORT CONCOURSE A&TERMINAL Date: 8/9/2024 2:40 PM
IMPROVEMENTS
6250 Coral Ridge Dr
SCO Suite 200
Coral Springs FL 33076
L I G H T I N G P 954-474-9888 1 F:954474 9773
"If there is a problem with a SESCO product that
//��/ ���S you specified or we supplied,we will fix it...PERIOD"
To: Job/Project Name:
Florida Keys Electric KEY WEST INTERNATIONAL AIRPORT CONCOURSE
905 OVERSEAS HIGHWAY A&TERMINAL IMPROVEMENTS
KEY WEST FL 33040
Contractor: Bid Date: Location:
Florida Keys Electric KEY WEST, FL
Specifiers: Contact Name: Type:
MCFARLAND JOHNSON
MEAD&HUNT,INC
Remarks:
Qty Type Mfg Description Price
9 ARA ISOLIT TLCG2-AC-W-BL-I-BA-MB-CX-C-W26-FA-VR-AREA.OF.RESCUE.ASSISTANCE
66 B1 TRULYG 882230-35-L-F-ELOO-5000
2 B1E TRULYG 882230-35-L-F-EI.00-5000frGS-15W-INT'
5 B1-STK TRULYG 882230-35-L-F-ELD0-5000
121 132 TRULYG 882230.35-L-F-ELDO-3750
5 B2/B3-STK TRULYG 882230-35-L-F-ELDO-3750
29 132E TRULYG 882230-35-L-F-ELDO-3750/fGS-15W-INT
58 B3 TRULYG 882230-35-L-F-ELDO-3750
16 B3E TRULYG 882230-35-L-F-ELDO-3750ffGS-15W-INT
7 134 LUMENWE PORRSSQ-22-ULO-QUADRO-51W-INV-DMX-1-GRD-MU-FU277-FWC
45 BV LEDALI X-3622D1 STL93545QI DEP
17 EVE LEDALI X-3622D1STL93545QBD P
3 C TRULYG 881420-35-L-F-ELDO-3000
2 C1 TRULYG 881420- 5-L-F-ELDO-3000
2 C1E TRULYG 881420-35-L-F-ELDO-30OOfrGS-15W-INT
2 CF TRULYG 881420-35-L-F-ELDO-3000
2 CF TRULYG 8814-FMK
2 C-STK TRULYG 881420-35-L-F-ELDO-3000
14 D LOL 41RN
14 D LOL C41-209351VISOLU
14 D LOL C4RDLCD
60 D1 SESCO ('EUREKA)1O13BD-CFR-LED.4.TL-35-17/1714C 3-9.35TL.4DV.6
14 D2 LOL C2L09DL935R210U
14 D2 LOL C2LO9DL935R210U
14 D2 LOL C2LDLCCDW
14 D2 LOL C21-IC
37 D4 SESCO (SHAPER)340.4030D010 340-EU4C25409035-4I_BW1L1-CF
Page: 1 of 4
2565
Docusign Envelope ID:1EFB7E52-33B1-452A-8CDD-4583AODC115A
QUOTE#S0216906-01 KEY WEST INTERNATIONAL AIRPORT CONCOURSE A&TERMINAL Date: 8/9/2024 2:40 PM
IMPROVEMENTS
Qty Type Mfg Description Price
14 D5 LOL 4RN
14 D5 LOL P4RSL15930WWHEIdo
21 D6 SESCO (LITHONIA)LBR6-AL03-SWWI-AR-TRW-LSS•MWD-MVOLT•UG2-EC1-QDS/
21 D6 SESCO (LtTHONIA)LBRGR78 GOOF RING
74 D8 SESCO (LITHONIA)LBR6-ALO3-35KmmAR-LSS-MWD-M-VOLT-UG2-LBR46810I1B FPAN U-
BRG910
2 DE LOL 4RNEM-BSL10LST
2 DE LOL C4L30935MSOLU
2 DE LOL C4RDLCDFIEM6
30 EBU ISOLIT BUG-6WATT-WH.MB-SD
4 EBU1 CHLORI RN'25HLP202IC'lW
2 EBUR ISOLIT MIGN2-CU-WH-MR-L-MIGN2-ACCY-RBB-TLRT
21 EX/EBU CHLORI PI..ACEMW
1 F10 3GLIGH 3G-1RLI-D500-S80.35K-U'NV-DIM-GCX-DD0.5-S(10')
1 F12 3GLIGH 3G-1RLI:-D500-S90�35K-UNV-DIM-GCX-DD0,5-S(12')
12 F16 3GLIGH 3G-1RL1U-D500-S80-35K-UNV-DIM-GCX-DDO.5-S(16')
4 F21) 3GLIGH 3G-1RLI-D350-580-3;5K-UNV-DIM-XTR-DDO.5-S(2')MOD
11 F4 3GLIGH 3G-1RLI-D500-S80�35K-UNV-DIM-GCX-DD0,5-S(4')
6 F4D 3GLIGH 36-1 RLI-DC350-S80-35K-UNV-DIM-XTR-DDO.,5-S(4')
11 F6 3GLIGH 3G-1 RLI-D500-S80-35K-UNV-DIM-GCX-DDO.5-S(6')
3 F6D 3GLIGH 3G-1 RL,I-DC350-S80-35K-UNV-DIM-XTR-DDO.5-S(6')
152 F8 3GLIGH 3G-1 RLI-D500-S80-35K-UNV-DIM-GCX-DDO.5-S(B')
18 F8D 3GLIGH 3G-1RLI-0C350.860-35K-UNV-DIM-XTR-DDO.5-S(8')
1 FF11 3GLIGH 3G-4RLI-D500-S80-35K-UNV-DIM-WT-FL-S(11')
1 FF13 3GLIGH 3G-4N L,I-D500-S80-35K-UNV-DIM-WT-FL-S(1T)
3 FF14 3GLIGH 3G-4RLI-D500-S80-35K-UNV-DIM-WT-FL-S(14)
1 FF18 3GLIGH 3G-4RLI-D 00-S80-35K-UNV-DIM-WT-FL-S(18)
1 FF7 3GLIGH 3G-4RL1-D500- 8Q-35K-UNV-DIM-WT-FI_- (7)
8 FL4 3GLIGH 3G-1RLI-DC350•S80-35K-UNV-DIM-XTR-DD1.5-S(4')
11 FL8 3GLIGH 3G-1I2LI-OC350-S80-35K-UNV-DtM-X'I'R-DD1.5-S(8')
1 G16 3GLIGH 3G-4RPE-0500-SOO-35K-UN'V-DIM-GCX-RG3-E'F-S(15')
1 G20 3GLIGH 3G-4RPE-0500-SBO-35K-UNV-DIM-WT-RG3-EF-S(19)
1 G21 3GLIGH 3G4RPE-0500-S80-35K-UNV-DIM-WT-RG3-EF-S(20')
2 G21.5 3GLIGH 3G-4RPE-D500-S80-35K-UNV-00-WT-RG3-EF-S(21'}
1 G30 3GLIGH 3G-4RPE-D500-S80.35K-UNiV-DIMµGCX-RG3-E.F-S(29')
2 G5 3GLIGH 3G4RPE-D500-S80.35K-UNV-DIM-WT-RG3-EF-S(4')
I G59 3GLIGH 3G•4RPE-D500-S80-35K-UNV-DIM-GCX-RG3•EF-S(58')
3 G7 3GLIGH 3+G-4RPE-D500-,S80-35K-U'NV-DIM-WT'-RG3-EF-S(6')
I H2 3GLIGH 3G-4RPE-OC350-S80-35K-UNV-DIM-WT-RG3-EF-S(21 }
1 H3 3GLIGH 3G-4RPE-DC350-S80-35K-UNV•DIM-WT-RG3-EF-S(30')
7 H5' 3GLIGH 3G-4RPE-DC350-.S80-35K-UNV-DIM-WT-RGI-EF-S(4')
3 H5-5` 3GLIGH 3G4RPE-OC350-S80-35K-UNV-DIM-WT-RGI-EF-S(5')
1 H6 3GLIGH 3G-2SLI-DC350-S80-35K-UN'V-DMX-DASY-WH-S(22')-MOD W/RGBW
2 H7` 3GLIGH 3G4RPE-DC350-S80-35K•UNV'-DIM-WT-RGI-EF-S(6')
2 H7-5" 3GLIGH 3G-4RPE-DC350-S80-35K-UNV-DIM-WT-RGI-EF-S(T)
5 H8' 3GLIGH 3G-4RPE-DC350-S80-35K-UNV-DIM.WT-RGI-EF-S(7')
1 H9' 3GLIGH 3G•4RPE-DC:350-S80w35K-UNV-DIM-WT-RG1-EF-S(8')
0 INVERTER BODINE ELIS400CEC
Page:2 of 4
2566
Docusign Envelope ID:1EFB7E52-33B1-452A-8CDD-45B3AODC115A
QUOTE#SQ216906-01 KEY WEST INTERNATIONAL AIRPORT CONCOURSE A&TERMINAL Date: 8/9/2024 2:40 PM
IMPROVEMENTS
Qty Type Mfg Description Price
90 J SESCO (ELLIPTIPAR)S417-H-5-A-99-M-TK-0-TWH-EL ADE-AN-99-0
55 K SESCO (ELLIPTIPAR)S317-H-7-S-00-M-OK-0-TWH-EL
1 L1 3GLIGH 3G-1SLi-WC-DC350-S80-35K-UNV-DIM-WXT'R•CXTR-FL-SV-CUS-W(12')X C(4')-MOD
1 L2 3GLIGH 3G=1SL.1-WC-DC35D-SBO-35K-UNV-DIM-WXTR-CXTR-FL-SV-CUS-W(12')X C(8')-MOD
1 L3 3GLIGH 3G-1SLI-WC-DC350-S80-35K-UNV-DIM-WXTR-CXTR-FL-SV-CUS-W(12')X C(24,)-MOD
1 L4 3GLIGH 3G-1SLI-W'C-DC350-S80-35K-UNV-DIM-WXTR-CXTR-FL-SV-CUS-W(12')X C(27')-MOD
1 L5 3GLIGH 3G-1SLI-WC-DC350-S80-35K-UNV•DIM-WXT'RµCXTR-FL-SV-CUS-W(12')X C(30')-MOD
1 L6 3GLIGH 3G-1SLI-WC-DC350-S80-35'K-UNV-DIM-WXTR-CXTR-FL-SV-CUS-W(12')X C(30`)-MOD
5 LM ELECTR RAD2P-58.,50X34,75-03A-RM-301<
18 LM1 ELECTR RA02P- 3.00X34.75-03A-RM-30K
2 M12 3GLIGH 3G-1PLI-D-DC350-S80-35K-UNV-DIM-FL-'SV-60"-S(12")-MOD.SKCNPY
3 M14 3GLIGH 3G-1PLI-D-DC350-S80-35K-UNV-DIM-FL.-,SV-60"-S(14')-MOD-BKCNPY
2 M4 3GLIGH 3G-1PLI-D-DC350-S80-35K-UNV-DIM-FL-SV-60"-S(4")-MOD-BKCNPY
I M5 3GLIGH 3G-1PLI-D-DC350-S80-35K-UNV-DIMI-FL-SV-60"-S(5')-MOD-BKCNPY
19 M6 3GLIGH 3G-1PLI-D-DC350-S80-35K-UNV-DIM-F'L-SV-60"-S(6')-MOD-BKCNPY
8 M7 3GLIGH 3G4PLI-D-DC350-380-35K-UNV-OIM—FL-SV-60"-S(7")-MOD-BKCNPY
76 M8 3GLIGH 3G-1PLI-D-DC350-S80-35K;-UNV-DIM-FI--SV-60"-S(B')-MOD-BKCNPY
18 N6.5 TIVOLI TPLC-RGBW-1-6.5-24
18 N6.5 TIVOLI TPLC-RGBW-I-LEAD-C
18 N6.5 TIVOLI ADUL-120-1-4-24-DIN
18 N6.5 TIVOLI DMX-SPLT-8
18 N6.5 CHNL TIVOLI DOME-CHAN-SLV-6.5
18 N6.5 END TIVOLI DOME-EC-01
18 N6.5 END TIVOLI DOME-EC-02
18 N6.5 LENS TIVOLI DOME-LNS-OP-6.5
9 OA FCLIGH FCW3800-UNV-3K-CRI85-20L-S1E-F
25 OB GARDCO GWM-A07-830-T4M-277-MW30-FS1-PCB-MG•242026
11 OB1 GARDCO GWM-A09-830-T3M-277-MW30•PCB-FS1-MG
11 OB1 GARDCO GF-WS-BK
19 OB2 GARDCO FL-DM-A08.730-WFL-SFC-277-FS1'-SP2-TOL-MG
19 OB2 GARDCO FLDM-VSR-MG
19 OB2 ULSUNI SMB-I-GARDCO MED GRAY
15 OBP GARDCO GWM-A07-830-T4M-277-FS1-PCB-MG-242026
73 OD REV GARDCO SVPG-A11-830-5C0-PEN-UNV-WIAP-LW-MG
108 OD/OD1 GARDCO KIT,SVPG-BXK
1 OD/OD1 SIGNIFY IRT9015
35 OD1 REV GARDCO SVPG-Al1-830-5CD-PEN-UNV-WIAP-LW-MG
12 OH SESCO (HOLOPHANE)PLL.ED P2 30K MVOLT 33 YMS 20KV GYSDP 1263 NP'R MRE F2
12 OH SESCO (HOLOPHANE)- PLLEDUBV GYSDP
7 131 SESCO ( ANEEN)ACQUA D39001+D39003+D3005+D39007
7 P2 SESCO (2ANEEN)ACQUA D39001+D39003+D3005+D39007
11 P3 SESCO (NEMO)ELP-LWW57-3000K
15 P4 SESCO (EUREKA)4277D-14-1LEDL.LO-35.80-277-DV-AC060-RC1-WHE-'haWH-ABF-WH
1 RW 3GLIGH 3G-2WLI-D-D750-380-35K-UNV-DIM-DAY-WH-S8"
36 S4 HEWILL 75L4-L50d835-DMA-(L40)-(2')3151PW'U-WG-75-DIM-UNV
Page:3 of 4
2567
Docusign Envelope ID:I EFB7E52-33BI-452A-BCDD-45B3AODC1 15A
QUOTE#S0216906-01 KEY WEST INTERNATIONAL AIRPORT CONCOURSE A&TERMINAL Date,. 8/9/2024 2:40 PM
IMPROVEMENTS
oty Type Mfg Description Price
30 S4P HEWILL 75L-4-L50/835-DMA-(L40)-(2)VBY-3/PWU-WG-75-DIM-UNV
9 S8 HEWILL 75L-8-LI 00/835:bMA-(2)315)PWU.(2)WG-75-DIM-UNV
13 S8P HEWILL 75L-8-LI 00/835-DMA.(2)VBY-.3)PWLJ-(2)WG-7,5-DIM-UNV
6 TK-10' SESCO (GENLED)CHAWIO-M-SV
15 TK-10' SESCO (GE NLE0)RB-O-SWS265-10-35-2-FI
2 TK-10' SESCO (GENLED)DRVW2496610P
2 TK-4' SESCO (GENLED)CHAWIO-M-SV
2 TK-4' SESCO (GENLED)RB-0-SWS265-3.0-35-2-FI
2 TK-4' SESCO (GENLED)DRVW2496610P
17 W1 SELUXL OLGL-N1 3-U-L50-RGBW-SV-UNV
19 X1 ISOLIT DTH2-1-BA-MTEB-FA-AC-PHOTOLUMINESCENT
27 XlE ISOLIT DTH2-1-BA-MTEB-FA-AC-PHOTOLUMINESCENT
3 X2 ISOLIT DTH2-2-BA-MTEB-FA-AC-PHOTOLUMINESCENT
7 X2E ISOLIT DTH2-2-BA-MTEB-FA-AC-PHOTOLUMINESCENT
I Y LCDOAN 10 YR WARRANTY-
2 Y10-ALT LCDOAN VSA-4-2W56(450OLM)-35-80-VAR-DIM-OP-LG-TP-65-FH-IMS
14 Y2-ALT LCDOAN VSB-2-1W27-35-80-VAR-DM-OP-LG-TP-65-F$I-tMS-
32 Y4-ALT LCDOAN VSB-4-lW51(4500L.M 35-801-VAR-DM-OP-LG-TP-65.FH
23 Y4E-ALT LCDOAN VSB-4-1W51(4500L,M).35-80-VAR-DM-OP-LG-TP-,65-FH-EM
1 ETCELE LOT ELECTRONIC THEATER CONTROLS
1 Z LOT SESCO LOT
SALES TAX NOT INCLUDED
Final BOM for the Complete Approved Fixture Submittal Package per the
Comformed Document set of drawings
TOTAL:
Prices Firm for Entry By: Lead Time:
30 Days Varies by Mfg
Printed By: Email: Date:
Janet Coley jcoley@sescolighting.com 8/9/2024
> Price per BOM only
> Complete quote must be used;no partials
> Spare material,allowances,dimmers and sales tax NOT included unless noted
> Prices include standard finishes only unless noted
a Lamps are not included unless noted(This does not apply to fixtures with internal LED diodes)
> Pole wind load calculations do not include structural base engineering
> Project may include SESCO start-up services which consist of programming,testing,end user training and system configuration back up. These services are
required for manufacturers warranty. To ensure this warranty,SESCO start-up costs are non-refundable
> All warranties as per manufacturers terms
> All shipments FOB origin
> Deposits may be required as noted at time of breakdown
> Quotation valid 30 days
> Hold for Release orders do not secure project pricing but may be required for factory drawings
> Additional costs will be charged to ship the Anchor Bolts and Template out ahead of time
Page:4 of 4
2568
Docusign Envelope ID:1EFB7E52-33B1-452A-8CDD-45B3AODC115A � KEYST
GULF eutts1NG
R
20-2039-01 - KWIIA Concourse
A and Terminal improvements
Program
3941 South Roosevelt Blvd. NV2A/Gulf Keystar
Key West, Florida 33040 9100 South DJMland Blvd,Suite 600
United States Miami, Florida 33156
United States
(786) 233-5060
Title Submittal Manager
Light Fixture Submittal for LED Interior Lighting, LED Ryan Donnelly
Exterior Lighting and Emergency/Exit Lighting from
SESCO
Spec Section Type
26 5119- LED Interior Lighting Product Information
Number Rev
26 5119-001 3
Description
None
NV K I �� KSYSST
GULF BUILDING
bffi—
Project: 20 20 -01 Reviewed by: RD SUBMITTAL REMIN
Submittal#: 26511.9 00 -3 Date: 4/23/24 Approved-No Exceptions Taken
Review Status: Approved as Noted-Make Corrections Noted
Submittal was reviewed for general conformance to contract documents
(Besudbnmkttat Not tag ciOred)
only, it Is not to be construed as acceptance of responsibility for design Revise and Resubwrntt-Exceptions Taken
intent. Approval of this submittal does not relieve the subcontractor or
vendor of their contractual responsibility to confirm tolerances,clearances, Rejected
quantilies, fabrication processes, techniques of construction, coordination
of work with other trades, and performance of work in a safe and D Accepted-i nforrrnattcan,all ubrrnkt;at
satisfactory manner.
Not Accepted-infcrrnatienat Submittat
Not Reviewed
AschHert WEnglinemm s^mictIon An tliN&adwraaltdlA tc baaa;med notatya on tine dnterro al wn
%atpnnSadad and to arataJec.t maw the toltarowinoj,AnctndRact"saP'ngt#r�maarr`s nrwdowvr iw Ornited
to verifyd nrr Ouneraa coangnntitaldibyM w flh tho design concopt or tUnm connplo d rarojecr
as a farotr.4bnnndugd whore AS#nnlla,aatud by 011»Contract Daarwnenls nod rot general
cmonrtio ncm walits the nrobermrrvadlon gyiwmr+dan dine d:orndracb Noflataailed
ctnvacka of rtuat nr�fitlrc*,,aar afnn'ov,vniions wrae,waaralo. Apraarnval of a"a;pgrorrr8bac)Iamw wanalt onW
rrrman approval 01 unn unw"enofw y of which owo ttenaw nm a rannngavuroomat. M%pw,nsifluo or
netaablom do aaod conart0tn.aae w cmnntract aiodificdwflo n and,tW not Ole
comrarlcar Uroavw a,o wnl+bt owe With conilnnad Daam.manta.govefrifng cmd+irs wind
i tl c�earn U 9anv vwtCtukbac Contract
c¢t rs�..rulrsitale avm
nelta.reYrnquaunr,.r.�anpr,mr ter..adaakl ddYk m P a Y do u ,t
tto cunnentad��ns well as w oh sauppperm,U ronnorracaanrer^yw twost,raetivan a ccrais annR^uravh
the Condraci DortnormaaMs.,OW"ar'm directdons,and'Lrwws,gid Regg rdwtrorm The
aeocral Gowwaudor, aotaconnrsoctora aanwon a oast apony ManaapTer Is Woly
resparaanaktrla for oblandaalonl,coprelating,confirming,ovaed a:ac,reridraq rlio nenKaonm.at
the Sft quAntifloN,&arfarnnnretleaa aantf clwIces Isairtm fsr6mtnne6aann tec4ant tiwar.,,
nnesona,raolhod'.e,sw quonc:om,tnvocedntes,wnd tocdaniq uas of cranrmtndar.6tM
ccowv)hl aaawd w wk,with efdnaar dnadma,andl ddtaad work bn damrriaarrwasd In a wre
ahead infl tu±ctnryt¢rinnea 'ks nob recddon,nObla for ro.nUnatnnaidtala Oe
tracking laraclvess of re,.Ajb Imffanls.
MEAD&HUNT,NMea
fI E w wW D 1 Wp k Mk M
lunt
BY Irina Ragozin DA'rE 4/26/2024
2569
Docusign Envelope ID:1 EFB7E52-33B1-452A-8CDD-45B3AODC115A G L)L r g p I L O d N G
r
20-2039-01 - KWIA Concourse KeYST R
A and Terminal (Improvements
Program
3941 South Roosevelt Blvd. NV2A/Gulf Keystar
Key West, Florida 33040 9100 South DallMland Blvd,Suite 600
United States Miami, Florida 33156
United States
(786) 233-5060
Title Submittal Manager
Light Fixture Submittal for LED Interior Lighting, LED Ryan Donnelly
Exterior Lighting and Emergency/Exit:Lighting from
SESCO
Spec Section Type
26 5119- LED Interior Lighting Product Information
Number Rev
26 5119-001 2
Description
None su<1t„W IAL RE-ViE
App-vi:d-N11 r.'xCe,1'nkicnr S YrnOkr.ro
'�I I 9 v I6r F WN V c�C Y'crr'is NO,�,9
d...V rt1l uohrr eW NotNV
Fr�ydllru r9)
r I GULF BUILDING [� F
[,"]A,.-pue.d.00rcrc
Project: 20 2039-01 Reviewed by: RD [.]11o1A.-,,1.d 11,11,,urc-dr5ro",1,�uL �,rlue o
Submittal#: 26 r1.19-CD01-2 Date: 2/6�/24 El N.rra —d
rcm r� a 1i a a u aaL� a r �D mamaw,r H n'W"
a al:rwlevR i r�ma tu�u�.t lm N4mlur9te nreµ.A,rn ,8 m.u�mDpi u mute Wry dke�
Review Status: uuao a �r � a» iw.Ir,D x .r°a gab r4 adw'.{n,,v:a
v,t!�J�ivMApwalrv�p;w141:N�ua'!.L'adkyllrn rvtreutl rpm u,w rYw..Wr MlWr�dr°:QA
g I'I. b 14 0!. W 9y •9 L 4C4 Yt I.:Y I
Submittal was reviewed for general conformance to conlract documents r srvr,1 rc h: atnr Mar rr are 'rc nnraea
xi! 1 9 tt I I N I 1 .7 a m w Il nuu du+'
only, It Is not to be construed as acceptance of responsibility for design
1a 1 r pw ¢ YV W W a 6
intent, Approval of this submittal does not relieve the subcontractor or c "
n
I w.
vendor of their contractual responsibility to confirm tolerances, clearances, rwa 1'14Mdro a � r rct u&I tIs r arr ¢ua
quantities, fabrication processes, techniques of construction, coordination
9 P 9
of work with other trades, and performance of work in a safe and " 1 6
u I 1 ,n r +9 uN r� rc r nu mz
satisfactory manner. � rwxl p n °+ m.°�i iwe *rc en i+maaa Ili a�°°�n.,1�w OW.�u
,:Nr„raa i °'r wrcs,u sup,
waxii A,fVUNT�V44' Mead",, I lust
rut° Irma Ragozin C'DA4rE 2/13/2024
ell j, fj % �twl tq „ii � JI �) f1t ��',
D n jj tw � jai for 016�!dD �� t 1 � jt� t �t
"theii specHi6d.
2570
Docusign Envelope ID:1EFB7E52-33B1-452A-6CDD-45B3AODC115A
GULF RUILONG NV2A/Gulf Keystar JV Project:20-2039-01 KWIA Concourse A and
KEYS-T*rR 9100 South Dadeland Blvd,Suite 600 Terminal Improvements Program
Miami,Florida 33156 3941 South Roosevelt Blvd.
P:(786)233-5060 Key West,Florida 33040
Submittal #26 5119-001.0 - Light Fixture Submittal for LED Interior Lighting, LED
Exterior Lighting and Emergency/Exit Lighting from SESCO
26 5119 - LED Interior Lighting
Revision 0 Submittal Manager Alex Hyppolite(NV2A/Gulf Keystar JV)
Status Open Date Created Oct 19,2023
Issue Date Oct 19,2023 Spec Section 26 5119-LED Interior Lighting
Responsible Florida Keys Electric Inc. Received From Jordan Collins(Florida Keys Electric Inc.)
Contractor
Received Date Submit By
Final Due Date Nov 7,2023 Lead Time
Cost Code
Location Type Product Information
Approvers Ryan Donnelly(NV2A/Gulf Keystar JV),Alex Hyppolite(NV2A/Gulf Keystar JV),Tang Fang(Mead&Hunt),Christopher Kopec
(McFarland Johnson,Inc.),Don Koppy(Mead&Hunt),Irina Ragozin(Mead&Hunt),Judy Telford(Mead&Hunt),Tonya Wood
(Mead&Hunt)
Ball in Court Tang Fang(Mead&Hunt),Christopher Kopec:('McFarland Johnson,Inc.), Don Koppy(Mead&Hunt),Irina Ragozin(Mead&
Hunt),Judy Telford(Mead&Hunt),Tonya Wood(Mead&Hunt)
Distribution Ryan Dannelly(NV2A/Gulf Keystar JV),Oscar Benito(NWA/Gulf Keystar JV),Mansour Sodagad(NV2A/Gulf Keystar JV),Jose
McSherry(NV2A/Gulf Keystar JV),Gustavo Lazaro(NV2A/Gulf Keystar JV),Gregg Gaston(NV2A/Gulf Keystar JV),Antonio
Pinto(NVA/Gulf Keystar JiV),Alex Hyppolite(NV2A/Gulf Keystar JV)
Description
Track Procurement No Notes
Submittal Workflow
Name Sent Date Due Date Returned Date Response Attachments
General Information ?651 9-001 Li i.hl.Fixture 5ubrnittal Sesco
Attachments Pn'ka9''k'dr
Ryan Donnelly Oct 19,2023 Oct 26,2023 Pending
Alex Hyppolite Oct 19,2023 Oct 26,2023 Oct 19,2023 Reviewed by NGK 11. NL•Yr) 9xCe Subrrt).'taN 5 �
Package.pdf
Tang Fang Oct 24,2023 Nov 7,2023 Pending
Christopher Kopec Oct 19,2023 Nov 7,2023 Pending
Don Koppy Oct 24,2023 Nov 7,2023 Pending
Irina Ragozin Oct 19,2023 Nov 7,2023 Oct 24,2023 Pending aa) nr(gOL pvto v t a n 7rruent ad;F(Current)
Judy Telford Oct 24,2023 Nov 7,2023 Pending
Tonya Wood Oct 24,2023 Nov 7,2023 Pending
NV2A/Gulf Keystar JV Page 1 of 1 Printed On:Oct 24,2023 04:14 PM EDT
2571
Docusign Envelope ID:1 EFB7E52-33B1-452A-8CDD-45B3AODC115A r u L F e u i t.O rN G
20-2039-01 - KWIA Concourse KeYST
A and Terminal Improvements
Program
3941 South Roosevelt Blvd. NV2A/Gulf Keystar
Key West, Florida 33040 9100 South D"land Blvd,Suite 600
Etats-Unis Miami, Florida 33156
Etats-Unis
(786) 233-5060
Title Submittal Manager
Light Fixture Submittal for LED Interior Lighting, LED Alex Hyppolite
Exterior Lighting and Emergency/Exit Lighting from
SESCO
Spec Section Type
26 5119- LED Interior Lighting Product Information
Number Rev
26 5119-001 0
Description
NV GULF BUILDING
KEYST' R
Alex
Project: 20-2039 Reviewed by: Hyppolite
submittal m 26 5119-001 Date:
Review status: Reviewed 10/19/2023
Submittal was reviewed for general conformance to contract documents
only, it is not to be construed as acceptance of responsibility for design
intent. Approval of this submittal does not relieve the subcontractor or
vendor of their contractual responsibility to confirm tolerances, clearances,
quantities, fabrication processes, techniques of construction, coordination
of work with other trades, and performance of work in a safe and SUBMITTAL RIC EW
satisfactory manner.
MRRraava;rC-Oke Rxcatatuans"¢'radcert
APAparove#a' Noted-Make G.arracfi apm Noted
If J6 µRou S119brdittel Not¢`8egwred)
0 RevVs¢e.and RaseuYcmk-IExcerz4Vens raken
11 Rejected
Accepted-¢ntaepvnafionaV Saubrrr nal
Not Accepted-Vn6oRmafialmar GuxMseav fta2
+n 4a 1 wr q µdw¢mu i aYf Ix sgNaMM1 ns rvJUe I %tnatumarW 1a 4 a s0 4�p✓r'ra puw ntl§N luor�u§iaptV0.V,.o
t,,R4arap un r.nuitnbp'ri rKr 014 v 1 A 0'A,',d k l 4 t i 6Nlrrvu i1 N 7 101'A
um i¢ly lAq s, "'sonl eu.p'.160 qk wNW'Vbne,aFn c o HI m n wdurftuai P,aitrx
y(uaY PI rJ dy arh 11 ra4 I a kk b*kuk✓a 9 �C% rntr 1W m110revr V-11-1
r pelvur*,a uwdtk II,k"r,rreewse:Mr,Jg was "n@nma t pe r 0cv,M1aertiws nVrr,p4n a@,w6drulrneb
nA Va rsf nparourAa mur.0 ail&rev ywta'x weuwo ..,A p'p.....0 rwd w r tt ko m 0 tl,vaatl
s pet r nA0 b nw¢vu aG uwl i1 U 19 r pwl u a rid Vy+xfiU,�n rar
nrvw i,,d uenu aWa mwp rear vYelu�Vw a., a rua rmni"VBr„aSlti uo�W fu vu ra(5Y u%«q uVam
�' Yr m.flp M :9 µ9( tlu V"1 m AV8 x3 rvr qm yA±W d f A u"G
nn py�tp Nswrvwn M.Unn+wg¢Efa.vuNn,10 V✓t i4wd ipr�t*Vlwwn Ial d SN r.enugrfya ¢wuf1lM Llrai�—la uwV
utu,'o, H w40s ee
ti, cw uauu EGnryewn�n^Nr,CPwn ,m9alrnc w1L.—a 4dr y praemnw'.'r'Pwn
Q a A C"Vfm SO omtrw. Y N�n All la nIM4w. "PI N v.wOWY
r ¢7Aa 64R,+¢fin:C,IIru Palnp.raD¢ dwl aacy,emdrfltnreilr}y,wo Jc4we�.eflunY,p al w,ndo-m¢^,^� Iwe
klm Irt;.wdtsawuwtlut uwx.nilomaw, i .N.ww'wwn9 Uw+wsMtmvvA rvg pm3oh uti.wllnnr.^kethsywnraa,
n'MA 4 Wu¢,k'tRVtt MA 'Y.t dAC 1dN } ,d a (y W.1 N f r. '.
+»wmw as tlr?V wrmWm *0wr ovd 4nmAUV pPC IX r48uWd mad d
yvr r9 nwVUufv.,gcu"py ry Amr,p.ruecN7„nerr,,q Gm..t"pp+nd kbh,9 N-wn.urvfdttee ukl✓f1r,;ua^
GraeknnSy I�✓a,gyre.sn aV r¢^vuY wnbOWaps.
SEE Af-fAC.,HED PACES P'H REVlE'VUI R'S tlN1M ea..., ..d -111.l.un
LEt_AL_
CMLN 5. B/ Ilina zin
,m.
DATE 10/24/2023
2572
Docusign Envelope ID:1 EFB7E52-33B1-452A-8CDD-45B3AODC115A GULF e u i LO N S
20-2039-01 - K '' ''IA Concourse Kevsr a
A and Terminal Improvements
Program
3941 South Roosevelt Blvd. NV2A/Gulf Keystar
Key West, Florida 33040 9100 South DJAMIand Blvd,Suite 600
Etats-Unis Miami, Florida 33156
Etats-Unis
(786) 233-5060
Title Submittal Manager
Light Fixture Submittal for LED Interior Lighting, LED Alex Hyppolite
Exterior Lighting and Emergency/Exit Lighting from
SESCO
Spec Section Type
26 5119- LED Interior Lighting Product Information
Number Rev
26 5119-001 0
Description
GULF BUILDING
NV KeYST' R
Alex
Project: 20-2039 Reviewed by: Hyppolite
submittal#: 26 5119-001 Date,
10/19/2023
Review status: Reviewed
Submittal was reviewed for general conformance to contract documents
only, it is not to be construed as acceptance of responsibility for design
intent. Approval of this submittal does not relieve the subcontractor or
vendor of their contractual responsibility to confirm tolerances, clearances,
quantities, fabrication processes, techniques of construction, coordination
of work with other trades, and performance of work in a safe and
SUBW1 I Al.,REVIEW
satisfactory manner.
E.�&NNsprravari-uNe G',✓caagrkucrrr a;"V'alkar.ru
ANaNv vo tld e;Noted-Make p�'onecVllaam I114oO d
(R'pu�1a199,0Tal Not pR.egiwvedll
jaw+w Revise and Ikesub,nt t-N':.xcep pions Taken
V WWW Ftooc9:ed
WW. Accepted•Iu orenarticxnW SaeltarovutlW
�L3 pNok Acc,urptvIk'-lnform a&9r„r,M wrulbrviRtA
PNm Reviewed
o u,taasweN artru:wrw1 a ..11,0 e,,J,r,$.a rrMmrad tx Mawaw- wsr6t qN aanm eivemngrvaadeury
6rutkY rory glw,7d amp ilk prygNY�mC'A dirp LluM lw tlli ua�iNpi Ax4Na'Lw Yml�rvgpary Yrt V�wamr 4e16nnN)�pP
Mn✓uo-i GNyfw:ryp aM�r p Irv,ntl'fMrxk'bm 4 a'e eC o mupuizpfp maNW.,r emrmd�Bm4'V4"auf4e'^u:a
,� pPe�nrca,ouiaopN bwnualMt raOu�eradr.wlaa ay�l7otr A.tra .w R�'sou�gaawo i �a Per AMfimuatl
r m gim wah ep R O'W"a6on U4.0 u ah.C pro"0 u aro N.fi�"LAWu
.fi- .4,vuamvp.f 4.utllurswr&�Imn�g ro rhmuYm A+yrgRrrv�9 a[ga��bmlli.rxam MoMxll6"m
m rorb.pprraua40 u a Yro M"lYoy oo Mod''th.fil M "I
,,W.b.-wary .111 1Ok fW' gflo Cfpp ,1�Nw.N,iw 4VW
1,g 1.apMa'Ptrerin Wn.mmup wurYl to ro lFhaid@ 172 taoGrwsc,?,+yorw d A,IQ,u:w "
°IW r10 6bW b Jo Y rAa a P,av t mod Pp p wa dq l Noa 4rv'.II�VI{A a49 Ow S w Ix,an¢
N1 ro+JRl w�aw.alq wrvu 9B na wltlii Wwu OvL rx[Y pAM1�24Ffl ,P{oearr,Inw iVfln'4rn,Clnrwn 4uwak.m'oo whh
2Fan uA M m�.^,e�Dr, 1 4.Yxwx uN ad'auis, �i8 Lw",towed v a aMowa ..Taro.
r m4rveJ14�4aiYdro%gtl 9�4� nlu'II KCo',alrvaloo`ca X Mrc�IrMar V0 116""a'finwkW.
u rime m ta4 IMa la 6 l uA.roa aNrvp 6N rosxlNraa rM� uv a t Id dl kr a aua
6N Cw gM011Nh s pd 46Y�uM WAkhbwU rvxtBtl e+PtSB!kM.
iwttmw m .meua,-,eumma.F 9�amw,a"4 a ulaP—a^tl fir�rvr9'afAu¢K'.
4.Lw ra''orb'q vuS &wx h a^FI voo",s pMwCp la" r6?O"A wv 1 puM."",a P,'�1.f.
u wao�rui�kreraxaaamq n r,dpa'rek@ VK1v�pwl+YMtP Pa t roprai" qN awu�mmroprsviiotlalF unv
011�u�f lmp3!,rrnagnnP,P.crf rc,w'amrfaAwBm.
SEE ATTACHED PAGES MTH EM VVER'S MEAD&HUNT`, Mead I lu t
COMMENTS. �f InaRagozin C1��� 10(24/2023
- _.._ 2573
Docusign Envelope ID:A59D261 D-DC84-489F-BD85-966AAE366FA3
Mc A,INSTR,8900,2
Enclosure(1)
3/28/2017
Page 3
MONROE COUNTY/DEPARTMENT OF AIRPORTS
CONTRACT CHANGE ORDER
PROJECTTITLE: KWIA Concourse A&Terminal Improvements CHANGE ORDER NO.: 035
INITIATION DATE: 8/8/2024
TO CONTRACTOR: NVZA/Gulf Keystar JV CONTRACT DATE: 8/17/2022
The Contract is changed as follows:
The original(Contract Sum)(Guaranteed Maxium Price) $ 101,461,771,00
Net change by previously authozied Change Order $ 12,860,292.67
The(Contract Sum)(Guaranteed Mxium Price)prior to this Chage order was $ 114,322,063.67
The(Contract Sum)(Guaranteed Mxium Price)will be(Gncreased)by this Change Order $ 181,S00.00
The new(Contract Sum)(Guaranteed Mxium Price) including this Change Order is $ 114,503,563.67
The Contract Time will be(uinchanged)by days
The date of Substantial Completion as of the date of this Change Order is 4/8/2025
Detailed Description of change order and justification:
In accordance with the RFI#368 and#368.1 responses,this Change Order authorizes installation of STO Powerwall and Finishes per the attached
drawings and specifications on the clerestory wall of KWIA Concourse A(20-2039-01).
Notice of Acceptance(NOA),cost breakdown,revised drawings and specifications,BFI's#368,#368.1,and#376 are attached„
POTENTIAL CHANGE ORDERS IN THIS CHANGE ORDER:
PCO# Title Schedule Impact Amount
084 'PPD-STOPowerwall $ 181,500.00
Total: $ 181,500.00
This change order is 0.18%of the original contract price.
E
Silone�d by:
Not valid until signed by Owner,Architect(if applicable),and Contractor
�S�b S 6 �10/30/2024 1 12:01:46 PDT
ARCHITECT: Ofir2E1I PUs
Feu sTn,e y': DocuS8 p,ned by: DATE:
10/24/2024 1 19.48.06 PDT
CONTRACTORS: DATE:
Siylrzed by;
11/5/2024 1 08:05:35 PST
EXECUTIVE DIRECTOR OF AIRPORTS 4+I
8E65F52F4C2F4D3._ DATE:
Christine Hurley Digitally signed by Christine Hurley
COUNTY/DEPUTY ADMINISTRATOR Date:2024.11.12 12:14:16-05'00'
DATE:
27
110 0�3TV "ti
0 � FO RM CIS
MERCA
�i ( T U�,�1O aEY
pate 11/6/24
2574
Docusign Envelope ID:A59D261D-DC84-489F-BD85-966AAE366FA3
skov
Guru„F gull„alur
ME Y �- R PCCO #035
NV2A/Gulf Keystar JV Project:20-2039-01 -KWIA Concourse A and Terminal Improvements
9100 South Dadeland Blvd,Suite 600 Program
Miami,Florida 33156 3941 South Roosevelt Blvd.
Phone:(786)233-5060 Key West,Florida 33040
Prime Contract Change Order #035: PPD - STO Powerwall
TO: Key West International Airport FROM: NV2A/Gulf Keystar JV
3491 South Roosevelt Boulevard 9100 South Dadeland Blvd,Suite 600
Key West,Florida 33040 Miami, Florida 33156
DATE CREATED: 10/23/2024 CREATED BY. Mansour Sodagari(NV2A/Gulf Keystar JV)
CONTRACT STATUS: Approved REVISION: 0
DESIGNATED REVIEWER: REVIEWED BY:
DUE DATE: REVIEW DATE. 10/23/2024
INVOICED DATE: — PAID DATE:
SCHEDULE IMPACT: EXECUTED: No
REVISED SUBSTANTIAL SIGNED CHANGE ORDER 09/27/2024
COMPLETION DATE: RECEIVED DATE:
CONTRACT FOR: 20-2039-01:Key West International Airport TOTAL AMOUNT: $181,500.00
Concourse A
DESCRIPTION:
PPD-STO Powerwall
In accordance with
h the RFI#368 and#368.1 responses,this Change Order authorizes installation of STO Powerwall and Finishes per the attached
drawings and specifications on the clerestory wall of KWIA Concourse A(20-2039-01).
Notice of Acceptance(NOA),cost breakdown,revised drawings and specifications,RFI's#368,#368.1,and#376 are attached.
ATTACHMENTS:
POTENTIAL CHANGE ORDERS IN THIS CHANGE ORDER:
PCO# Title .schedule Impact Amount
084 PPD-STO Powerwall $181,500.00
_�....... .....
Total: $181,500.00
The original(Contract Sum) $101,461,771.00
Net change by previously authorized Change Orders $12,860,292.67
The contract sum prior to this Change Order was $114,322,063.67
The contract sum will be increased by this Change Order in the amount of $181,500.00
The new contract sum including this Change Order will be $114,503,563.67
The contract time will not be changed by this Change Order.
DS os
FE
Christopher Kopec(McFarland Johnson, Key West International Airport NV2A/Gulf Keystar JV
Inc.)
49 Court Street,Suite 240 3491 South Roosevelt Boulevard 9100 South Dadeland Blvd,Suite 600
Binghamton,New York 13901 Key West,Florida 33040 Miami,Florida 33156
Sdgnod b,yc S6gnmd by; GYrocab$bgno4 by: DUCIJS6gged by:
I h t �
t,�"i Cr r� �= ( a� SDI��a�n ,
x, QUA
SIGNATURE URE
10/30/2024 1 12:01:46 PDT DATE 11/ /2024 1 08:05:35 PST SIGNATUREDATE 10%4/2024 1 19:48:06 PDT DATE
NV2A/Gulf Keystar JV Page 1 of 1 Printed On:10/23/2024 06:50 PM
2575
Dacusign Envelope ID:A59D261D-DC84-489F-BD85-966AAE366FA3
GULF BUILDING PCO #084
N V KeYST R
NV2AJGulf Keystar JV Project:20-2039-01 -KWIA Concourse A and Terminal Improvements
9100 South Dadeland Blvd,Suite 500 Program
Miami,Florida 33156 3941 South Roosevelt Blvd,
Phone:(786)233-5060 Key West,Florida 33040
Prime Contract Potential Change Order #084: PPD - STO Powerwall
TO: Key West International Airport FROM: NV2A/Gulf Keystar JV
3491 South Roosevelt Boulevard 9100 South Dadeland Blvd,Suite 600
Key West,Florida 33040 Miami,Florida 33156
PCO NUMBEWREVISION: 084/0 CONTRACT: 20-2039-01-Key Wes(International
Airport Concourse A
REQUEST RECEIVED FROM: CREATED BY: Mansour Sodagari(NV2A/Gulf Keystar
JV)
STATUS: Pending-In Review CREATED DATE: 8/8/2024
REFERENCE: PRIME CONTRACT None
CHANGE ORDER;
FIELD CHANGE: No
LOCATION: ACCOUNTING METHOD: Amount Based
SCHEDULE IMPACT: PAID IN FULL: No
EXECUTED: No SIGNED CHANGE ORDER
RECEIVED DATE:
TOTAL AMOUNT: $181,500.00
POTENTIAL CHANGE ORDER TITLE:PPD-STO Powerwall
CHANGE REASON:A/E Design Changes
POTENTIAL CHANGE ORDER DESCRIPTION:(The Canlracl Is Changed As Follows)
PPD-STO Powerwall
In ra;cordance with the RF'1 fl368 and#'368,'f r+ parrs ar,%ktai.n Ctaa age Ordrdr aulliohzes installation of STO Powerwall and Finishes per the attached
drswings and specifications,on the zderestnry v;a&q+)f KWiA C onr,00rse A(20-20 fd9 01),
Nolice of Acceptance(NOA),cost breakdown,revised drawnr�,gs and spec frt;aluccq,RFI's#368,#368.1,and#376 are attached.
ATTACHMENTS
t_Etgptf
@ .(., �?_I �`I , ,Tt
s $165,000 00
_.. Budget Code p n
1 IO9 24 23.40.S Cement Stucco.Subcon tractor STO Powerwall - .�
�� De
2 99-.99.99.66.0 Procore OH&P.Other Prime Contract MarkupS16 500.00
Grand Total: $181181500„m�mm
Christopher Kopec(McFarland Johnson, Key West International Airport NV2A/Gulf Keystar JV
Inc.)
49 Court Street,Suite 240 3491 South Roosevelt Boulevard 9100 South Dadeland Blvd,Suite 600
Binghamton,New York 13901 ;Key Wesl,Florida 33d)4d1 larni,Florida 33156 ope
9/24/2024 .24
G'NATUR 1 TE GNATtIRE DATE NAg DATE
NV2A/Gulf Keystar JV Page 1 of 1 Printed On:8/8/2024 06:S9 PM EDT
2576
Docusign Envelope ID:A59D261 D-DC84-489F-BD85-966AAE366FA3
IPROFESSIONAL PLASTERINGDESIGNS, 866
AO9 OVERSEAS H*HWAY 4199 0&01
t,lA$A7HV1 F10RVA 3305D
l'.ttM7 f„'r'9 N7 0fee
A5},.280-8597 Estimatinq Department P O.No.,
OJI81258-1812 Management AWo5aa105wf.K'YwNA.0i0dY62n#
professicnalplasteiirig(B!vahoo.corn --
ppdeshrrimo s(diyahco.corn
CUSTOMER Job Name 8 Address:
NV2A GULF''Kl;'f STAR JV KWIA-Concourse A B Tenninai lmRmvements
9100 S,DADELAND�Bv,LVD.,SUITE 600,MIAMI FL.33156
Kev tlY'u�:1tl Fl.3Mf1
.... 3491 S l'�or2,euL6l�B„-.lvd „„ �a
OESC'RIPTtON Amounts
Additional Work Order
.... _....._ ........_. .._._.�
1. Prep Work.
PW 1.1 NOTICE TO THE OWNER OR CONTRACTOR_
ADDITIONAL WORK ORDER $ 165,000.00
2. 5TO powerwall installation and finish to a 6001 x 5'H (includes a 3"soffit as per plan)exterios south and east wall on top of the building.
Installation to be done over a 18116 ga.,6"x 1 518"steel studs at 16"o.c,and 5/8"National Gypsum eXP sheeting(steel framing and Gypsum
.sheeting are not to be installed by PPD).Work process to be done as follows:
2.1 Sto Primer/adhesive-B polymer modified Portland cement base coat used to embed reinforcing mesh on sheeting
2.2 Sto Armor Mat XX,20 oz/yd2 glass fiber reinforcing embedded in STO Primer/Adhesive-B on sheeting
2.3 Sto Guard with Sto EmeraldCoat air and moisture barrier coatingapplied to dry Sto Primer/Adhesive-B,Including one layer of Type D,No.15
asphalt sturated kraft paper is placed over dry Sto EmeraldCoat as a slip-sheet
2.4 Ste Powerwall Stucco:pre-bagged portland cement stucco mixed with sand and water in the field,Including galvanized expanded metal lath
installation.
2.5 Sto finish:ready-to-use polymeric finish..
"The work process described above considers the specifications per Notice of Acceptance(NOA#23-0518-03)by MIAMI DADE COUNT.See Fig.1.0
attached below,the full document will be sent along with this estimate."
3. General exclusions
Exc 3..1 No Interior of the building.,
Exc 3,2 No Framing(18 ga.,6"x 1 5/8"steel studs at 16"o.c.)installation.
Exc 3.3 No Drywall(5/8"National Gypsum eXP sheeting)installation,.
Exc 3A No plywood installation
Exc 3 5 No stone to be installed.
Exc 3.6 No work on metal or wood columns.
Exc 3 7 No brackets will be installed
Exc 3 8 No work to be done at any DETACHED element from the wall to be done as per the description above.
Exc 3.9 No stucco or prefabricated foam bands to be installed
Exc 3,10 No shutters,louvers,grilles,railings or any element will be removed and/or reinstalled,if it's required it will be charged accordingly.
Exc 3.11 No columns are considered in this quote.
Exc 3,12 No stairs landings or stairs raisers will be done..If required it will be charged accordingly..
4. When all work has been performed.
W D 4.1.Work area floors have to be swept only..PPD does not mop or do any extra cleaning process to the floors,if required it would be charged
accordingly.
W D 4 2 Take off the window guard
W D 4.3.All garbage produced by the work done has to be taken to the container(the container must be provided by owner or contractor)
W D 4.4,All PPD equipment used to perform the has to be taken down and out of the property by PPD personnel.
......_.... ....... _......_ .�-
BRACIDOWN
. ........�..�...........� _ �_-_....... _ri
.....Materials $ 30000.00
Laticir $ 41,000.00
._
_._...., ... ----- Supervision P $ 14 Oa0.00
w (Housing $ 22,000.00
._ _.®.._
Equipment $ 13,500.00
Admanishalion(fOverhead $ 18,600.00
... .-... .- - ...A. _ .. ... 0.-
Insurance&bonding
lees $
a
... Texlufe $ 400.00
................-.,.. _..._... ........ _........ _- Proffit
$ 15 saa.oa
Contractor I please be advised this esfcuvnafe is valid for 30 days foonn the date fisted above.
Owner Initial
,ATTral'TIONCoiigTRACTORORHOMEOWNER ..... -
1.You are responsible for any work permits needed for this job.Please notify PPD if you need us to request any additional Permit Contract Tota I $ 165,000.00
Insurance,or Bond.If PPD needs to request any of the previvasly mentioned,it will be charged accordingly, F'itra"se Wet 10 pofatt Pro in
me Estimates NOTES on the page below..
2.Any specific modifications should affect the cost of labor and materials.
3,.owner°oa ComracAor must provide a dunvpatar.PPO will only be carrying the garbage and waste to the container on-site,the
iesparrsiWhy for the tako�ut and recolttsctfotw„And Prrcpbrer disposal of these mdlertal8 will be by the dumpster/garbage container
)upplwii,i1 PP17 is mgnastod to Atrpliimf tho drunInter,rule will be for exclusive use of PPD waste and debris..
i
Price as only to do the Additional woo In Niue cuddern3.as per description above. Construction Type: Commercial
This estimate is based on: Plans through email 11109/22
Project analysis and estimate: Ismael Endquez Sales rep: I Eshmate Editoc Joel Ruelas
DIRECT ALL INQUIRIES TO: Ismael Enriquez 305 290 8597
Jerry Jimenez 788 258 1812 Page i of 2
THANK YOU FOR YOUR BUSINESS!
2577
Docusign Envelope ID:A59D261 D-DG84-489F-BD85-966AAE366FA3
11 PROFESSIONAL PLASTERING
DESIGNS, /�
Page 5 from the Notice of Acceptance(NOA)by MIAMI DADE COUNTY.The full document will be sent along with this estimate."
Descripban:
1.8 Substrates and Ste products approved with the system
1.1 18 ga.,6'x 1 WIs'aiaal rrwds el m"o.c.
1.2 5/6'Ns6onsl Gyprvwu+n 0XP ASTM C 1177 ccroolani shsslhing fsse-d to fmming with No.0 wafer hoed screws al 8"c.c
celnm skis and poo,"lor
" 1.3 SGa Pl'i na i Asihaa'aM'S ppyyTram M060100 PXTalnrvd n.enlnoni ba%ik Wal pswaaa to embed Wnfkoftiog 0164h on sheathing
1.4 Annmu Mat XX,20 oa Jifol'9100A Nicer IVjftlsr1C,knq ohlboddr 'hr sm ihihnRoP,aadhar+Vv 0 on ahnint,ing
1.5 ST00'and w1h Sri*0 cox,Air'aeW"'oe dunm balnosk r Ya9ing obrkrd Po dry.&0 PfUnO abliV wkva"1
2.0 St.fl l.h:Res y o-�hsaa�p w d. av I tiv w Yt m f l aNlmd me%rn I In
� ry
2 1 Slo PfnMNAp]r4w toordrince ,V n N on mile bang rani igoiN aA fully embed
'l..".. $N,AAr"T4r Mae XX rvp lkYea%jig Ys'.si n Ir a 1g A:sine 9 riwPtliXl..b.tit&1'PM aFFtaM p a lawad 1e daW.1yabMdj]tld
^ YY 2,2 Onrarry wlpde 5'aeOa4%A C`aeG ire daUplhe I pa Iire day BroauWe raaa9 la aKxnardarnre w4CM Fka wnYAlen knernn.lwac
r 3 2 3 One lover maTyrax D,No 1A asplwelf srma rand Moll uw ow 4W crocal tpwnu Oy Sib Ad %ON s Mwp�'aautet.
2 4 FA Men*.kryr W%,VlN a Twro hype:2 5 ON q muryel V e S,aCasiag iFaoda 1 a co orde%'hcm with AWNI,C NOW P,%f
SlZc%a wove lrvedgherl prwOMM IW11 dm1r ucho 6
2 5 Apply$to Pefwnawaslf aaawsam,7 art$grew,and hmmawn coat. Mix stucco with approximetaly',00 to of dean Hand and potable water
4/ Inu,srccaar'devare w,rtiMa uwenlarea:ilk'ana pr#mewl paw Ipa%!.Moist cure brown coat minimum 48 haatoet Ow allow to dry,before applying
fl"
2,11 Mix Sid finish to a uniform consistency and apply with a clean stainless steel trowel
'^ 'I @enoaal NDti
w xr..
f 74+ l h 1 TPus Hyrri Iwo aeurm d lood in srw."romJmrrcnx rntiu,8 His rla,WA Su9iV rag C tk1R.A,12 7 FdlgMarr
r �' 2 Tnw4s lvywfdnq swam�aaa OAwlubed lnr aarxrn9uarrcA waBr ptarlAa 6ualltlircag 0`+ar8ar ttAS 2tk%,GA'8�2 ANY PAA4204W.
.t'r ...... J 3 N-ras vnm a inn III dva Opprisd by a Ica-mve o nlrrg aan'kdaC%DP.
4 1'M 9'r"°a'q nOn,aF chP40 N da Ro aFrd Part cinch Cs+xNCir esir'S thaw w9'smmmm a9ruu4+dawagA Ow bspna�¢lrM7 uylwup%dufnS es required by
prow dng codes and team decomnani
i 5 Ar%aWuam Naad7O wlba 1pals a4wfnrer ehna tmn B.kNsp6n5taCy!wdnugYplY4hmd dpt�&tip Ii19kgNtiur gYXaapn ne nnaga�d'�alla 1114AWaruna�amery 511.or stud
leu'Wl'h'I IV am aa1AD+»r"PYed by ainwd nVanwBa Fdi!ytl
i...p,. r 6?• 8 Ayl 0real Witrda shill be Wureorc m 1h 1 h Wd`MO."rm rp',n ti wigifth arm a aaYhiaknooelre'YN00 HGrsn'4p61Y W1k'j1�:,F4hiyda pro,
PRODUCT APPROVED
wnPp�� hn.n,anae
Design Pressure Rating
100 psf am Haw
KEz
Fig.1.0
PROFESS%Ot'FAti.PLASTERING DESIGNS,INC. Ct"dN't'RAC"r0-R 1 0INNER
DIRECT ALL INQUIRIES TO: Sr.Estimator Ismael Enricitior. 305 280 8597
General Office/Payments 305 791 9047 Ext.,703
THANK YOU FOR YOUR BUSINESS!
2578
Docusign Envelope ID:A59D261 D-DC84-489F-BD85-966AAE366FA3
GULF BUILDING, NV2A/Gulf Keystar JV Project:20-2039-01 KWIA Concourse A and
NVK htEYST R 9100 South Dadeland Blvd,Suite 600 Terminal Improvements Program
Miami,Florida 33156 3941 South Roosevelt Blvd.
P:(786)233-5060 Key West,Florida 33040
RFI #368.1: Clerestory Wall Assembly Follow Up
Status Open
To Christopher Kopec(McFarland Johnson,Inc.) From Ryan Donnelly(NV2A/Gulf Keystar JV)
Don Koppy(Mead&Hunt) 9100 South Dadeland Blvd,Suite 600
Oren Guttmann(McFarland Johnson,Inc.) Miami,Florida 33156
Tang Fang(Mead&Hunt)
Tonya Wood(Mead&Hunt)
Judy Telford(Mead&Hunt)
Date Initiated Jul 25,2024 Due Date Aug 1,2024
Location Project Stage
Cost Impact Schedule Impact
Spec Section Cost Code
Drawing Number Reference
Linked Drawings
Received From
Copies To Tim Bergeron(NV2A/Gulf Keystar JV),Kirk
Boothroyd(McFarland Johnson,Inc.),Kellen
Donnelly(NV2A/Gulf Keystar JV),Ryan Donnelly
(NV2A/Gulf Keystar JV),Gregg Gaston(NV2A/Gulf
Keystar JV),Alex Hyppolite(NV2A/Gulf Keystar°JV)
,Gustavo Lazaro(NV2A/Gulf Keystar JV),Joseph
L. Petzack(McFarland Johnson, Inc.),Antonio Pinto
(NV2A/Gulf Keystar JV),Jasmine Sander
(NV2A/Gulf Keystar JV),Claudio Santos(NV2A/Gulf
Keystar JV),Mansour Sodagari(NV2A/Gulf Keystar
JV),Gabriel Valladares(NV2A/Gulf Keystar JV)
Trade Waterproofing
Activity
Question Question from Ryan Donnelly NV2A/Gulf Keystar JV on Thursday,Jul 25, 2024 at 03:55 PM EDT
The response to RFI 368 stated"Fasteners type and spacing is determined by the roofing contractor,similar to the fastener
spacing for other conditions,per the performance requirements listed in the speditcations.
Similar to the stud walls at the change in the roof heights of the PVC roofing system,this condition is also no different than
what was included in the approved submittal for the east wall of PVC roofing system.. See submittal pages 44,45,and 46."
Please see the attached response from Decktight(KWIA RFI 368.1 Attachment)to the response to RFI 368.Please advise if
the insulation shall only be attached at every stud(16"o.c.).If additional attachment is required,please advise.
Attachments
KWIA RFI 368.1 Attachment.pdf
Official Response Response from Judy Telford Mead&Hunt on Thursday,Aug 1,2024 at 03:31 PM EDT
See attached response for MH comments Note:Please review the attached Transmittal PDF for the full formatted text.
Attachments
Transmittal RFI-RFI#368.1 -Clerestory Wall Assembly Follow Up(Responded and Closed).pdf,RFI#368.1-MH
Response.pdf,Transmittal—RFI-RFI#368.1 -Clerestory Wall Assembly Follow Up(Responded and Closed).pdf
NV2A/Gulf Keystar JV Page 1 of 1 Printed On:Aug 1,2024 04:31 PM EDT
2579
Docusign Envelope ID:A59D261 D-DC84-489F-BD85-966AAE366FA3
1 Attachmentl
.
Ryan Donnell
From: Craig Partin <Craig @decktight.com>
Sent: Wednesday,July 24, 2024 4:18 PM
To: Ryan Donnelly;Tom Hilgner; Richard Spreen
Cc: Rick Derrer; apinto@nv2agroup.com; Claudio Santos;Gustavo Lazaro; Mansour
Sodagari;Tim Bergeron;John Govero;Alex Hyppolite; Gregg Gaston; Kellen Donnelly;
Jasmine Sander; Gabriel Valladares
Subject: RE: KWIA RFI #368: Fastening Pattern at Clerestory Wall Response
Attachments: KWIA RFI 368 Response.pdf
Good Afternoon All,
Based on a few of the phone conversations Tom has engaged in today,and the proceeding MH response to
RFI#368,we offer the following clarification in hope of avoidingfurther delays and potential confusion.
The roofing submittals referenced in the AE's response(attached) relate to tall wall flashing conditions and the
manufacturer's requirements for MEMBRANE termination. Specifically, Fibertite detail FTR-DW7 which was
submitted for site condition 8/A503. High ftashings are secured a min.18"o.c. With a stud spacing of 16",we
exceed this manufacturer's requirement.As I understand it, no insulation attachment exists at this condition.
Decktight detail A501-8 Clerestory Silt(submitted and approved), depicts the metal counterftashing and sealant
where wall flashing terminates below the curtain wall system.
These submittals in no way represent insulation attachment to a vertical stud wall. Furthermore, no roofing NOA or
product approval can be correctly applied to this wall condition.
Watt assemblies, attachments, impact ratings, etc. are not functions of the roofing subcontractor on any
project. All required engineering, NOA's, etc. must be provided by the appropriate design professional to us.
Current site conditions allow for insulation attachment at every stud (16"o.c.). If the design team determines that
additional attachment is required,changes to the existing wall construction would likety be required.
One option we see often in these situations is a 5/8"or 3/4" plywood substrate installed direct to studs(in lieu of the
Densglass). This would allow for a more stringent insulation attachment, but again any such solution must come
from the design team. While we remain committed to assisting whenever possible, Decktight will not be
responsible for the design or engineering of a watt assembly.
We appreoiate your assistance and expedience,as this wall work must remain on hold until this matter is
responsibly resolved, and we are provided an approved fastening pattern that can be implemented in the field.
Respectfully,
Craig Partin
DECK IGHT
Vice President
A Company of Craftsmen
2580
Docusign Envelope ID:A59D261D-DC84-489F-BD85-966AAE366FA3
VMMMW NV GULF 9UILUtl NG NV2A/Gulf Keystar JV Project:20-2039-01 KWIA Concourse A and
KE'Y5 ial Improvements Program
" 3941 South Roosevelt Blvd.
N IVL Key West,Florida 33040
RFI #368: Fastening Pattern at Clerestory Wall
Status Closed on 07/24/24
To Christopher Kopec(McFarland Johnson,Inc.) From Ryan Donnelly(NV2A/Gulf Keystar JV)
Don Koppy(Mead&Hunt) 9100 South Dadeland Blvd,Suite 600
Tang Fang(Mead&Hunt) Miami,Florida 33156
Tonya Wood(Mead&Hunt)
Judy Telford(Mead&Hunt)
Date Initiated Jul 24,2024 Due Date Jul 31,2024
Location Project Stage
Cost Impact Schedule Impact
Spec Section Cost Code
Drawing Number A501 Reference
Linked Drawings
Received From
Copies To Tim Bergeron(NV2A/Gulf Keystar JV),Kirk
Boothroyd(McFarland Johnson,Inc.),Kellen
Donnelly(NV2A/Gulf Keystar JV),Ryan Donnelly
(NV2A/Gulf Keystar JV),Gregg Gaston(NV2A/Gulf
Keystar JV),Alex Hyppolite(NV2A/Gulf Keystar JV)
Gustavo Lazaro(NV2AtGulf Keystar JV),Joseph
L. Petzack(McFarland Johnson, Inc.),Antonio Pinto
(NV2AIGulf Keystar JV),Jasmine gander
(NV2A/Gulf Keystar JV),Claudio Santos(NV2A/Gulf
Keystar JV), Mansour Sodagarl(NV2A/Gulf Keystar
JV),Gabriel Valladares(NV2A/Gulf Keystar JV)
Trade Waterproofing
Activity
Question Question from Ryan Donnelly NV2A/Gulf Keystar JV on Wednesday,Jul 24,2024 at 08:47 AM EDT
Sheet A501,dated 5/5/23,indicates that 1/2"coverboard,2"rigid insulation,& 1/2"gypsum sheathing is to be secured to the
cold formed metal framing.There is no fastening pattern indicated on the drawings;.Please provide the fastening pattern for
the insulation&coverboards at the clerestory wall.
Official Response Response from Judy Telford Mead&Hunt on Wednesday,Jul 24, 2024 at 02:00 PM EDT
Note:Please review the attached Transmittal PDF for the full formatted text.
Attachments
Transmittal_ 9 RFI-RFI#368 Fastening Pattern at Clerestory Wall(Responded and Closed).pdf, RFI#368-MH Response.pdf,
Transmittal RFI-RFI#368 Fastening Pattern at Clerestory Wall(Responded and Closed).pdf
NV2A/Gulf Keystar JV Page 1 of 1 Printed On:Jul 24,2024 02:27 PM EDT
2581
Docusign Envelope ID:A59D261 D-DC84-489F-BD85-966AAE366FA3
GOLF 9011�� KWIA Concourse A and
an Keyes l Improvements Program
IL 9�41 South Roosevelt Blvd.
, 3 Key West,Florida 33040
RFI #368: Fastening Pattern at Clerestory Wall
Status Open
To Tonya Wood(Mead&Hunt) From Ryan Donnelly(NV2A/Gulf Keystar JV)
Tang Fang(Mead&Hunt) 9100 South Dadeland Blvd,Suite 600
Judy Telford(Mead&Hunt) Miami,Florida 33156
Don Koppy(Mead&Hunt)
Christopher Kopec(McFarland Johnson,Inc.)
Date Initiated Jul 24,2024 due Date Jul 31,2024
Location Project Stage
Cost Impact Schedule Impact
Spec Section Cost Code
Drawing Number A501 Reference
Linked Drawings
Received From
Copies To Tim Bergeron(NV2A/Gulf Keystar JV),Kirk
Boothroyd(McFarland Johnson,Inc.),Kellen
Donnelly(NV2A/Gulf Keystar JV),Ryan Donnelly
(NV2A/Gulf Keystar JV),Gregg Gaston(NV2A/Gulf
Keystar JV),Alex Hyppolite(NV2A/Gulf Keystar JV)
,Gustavo Lazaro(NV2A/Gulf Keystar JV),Joseph
L. Petzack(McFarland Johnson,Inc,),Antonio Pinto
(NV2A/Gulf Keystar JV),Jasmine Sander
(NV2A/Gulf Keystar JV),Claudio Santos(NV2A/Gulf
Keystar JV),Mansour Sodagari(NV2A/Gulf Keystar
JV),Gabriel Valladares(NV2A/Gulf Keystar JV)
Trade Waterproofing
Activity
Question Question from Ryan Donnelly NV2A/Gulf Keystar JV on Wednesday,Jul 24,2024 at 06:47 AM EDT
Sheet A501,dated 5/5/23,indicates that 1/2"coverboard,2"rigid insulation,& 1/2"gypsum sheathing is to be secured to the
cold formed metal framing.There is no fastening pattern indicated on the drawings.Please provide the fastening pattern for
the insulation&coverboards at the clerestory wall.
Awaiting an Official Response
DID RESPONSE-
Fasteners type and Spacing i5 determined rmined by the roofing conIllractor, Similar to the fastener spacing for
other conditions, per the performance requirements Ikst d in the Speddficrettiorn5,
iFT1flar to the stu.uct walls at the change in the root hen gll°nt of the IPVC roofing sy,te:^rn, this condition is
also no diftesresni'than M-1 t was included urn the approved subniRt ll for the east dell of PVC roofing
Seesubmittal pages 44, 45, and 46.
Don Kcnliup:)y, 7-24-24
NV2A/Gulf Keystar JV Page 1 of 1 Printed On:Jul 24,2024 09:04 AM EDT
2582
Docusign Envelope ID:A59D261D-DC84-489F-BD85-966AAE366FA3
GULF eu ..... 1 KWIA Concourse A and
V K KE"Y I Improvements Program
t a c h17 941 South Roosevelt Blvd.
W — �(e!-� Key West,Florida 33040
RFI #368: Fastening Pattern at Clerestory Wall
Status Open
To Tonya Wood(Mead&Hunt) From Ryan Donnelly(NV2A/Gulf Keystar JV)
Tang Fang(Mead&Hunt) 9100 South Dadeland Blvd, Suite 600
Judy Telford(Mead&Hunt) Miami,Florida 33156
Don Koppy(Mead&Hunt)
Christopher Kopec(McFarland Johnson,Inc.)
Date Initiated Jul 24,2024 Due Date Jul 31,2024
Location Project Stage
Cost Impact Schedule Impact
Spec Section Cost Code
Drawing Number A501 Reference
Linked Drawings
Received From
Copies To Tim Bergeron(NV2A/Gulf Keystar JV),Kirk
Boothroyd(McFarland Johnson,Inc.),Kellen
Donnelly(NV2A/Gulf Keystar JV),Ryan Donnelly
(NV2A/Gulf Keystar JV),Gregg Gaston(NV2A/Gulf
Keystar JV),Alex Hyppolite(NV2A/Gulf Keystar JV)
,Gustavo Lazaro(NV2A/Gulf Keystar JV),Joseph
L.Petzack(McFarland Johnson, Inc,),Antonio Pinto
(NV2A/Gulf Keystar JV),Jasmine Sander
(NV2A/Gulf Keystar JV),Claudio Santos(NV2A/Gulf
Keystar JV),Mansour Sodagari(NV2A/Gulf Keystar
JV),Gabriel Valladares(NV2A/Gulf Keystar JV)
Trade Waterproofing
Activity
Question Question from Ryan Donnelly NV2A/Gulf Keystar JV on Wednesday,Jul 24, 2024 at 08:47 AM EDT
Sheet A501,dated 5/5/23,indicates that 1/2"coverboard,2"rigid insulation,& 1/2"gypsum sheathing is to be secured to the
cold formed metal framing.There is no fastening pattern indicated on the drawings.Please provide the fastening pattern for
the insulation&coverboards at the clerestory wall.
Awaiting an Official Response
14 ESP N$E:
please see attached revision sketches to the drawings A134 and A501 and additional specification SectionA92423,`for
the recommended STO Powerwall product and design In response to this RFI.
Jason Rivera,the STO Field-Service Manager for Florfda, 954-290-1662,Jrivera@stoco,rpcorn noted that the project's,
todoo;contractor,Professional Plasteong Designs, is well versed in the use of STO's materials, and can assist with
speedy procurement and review,of the installation.
In review of the photos sent,it appears sarine cif the currently`,Installed wall materials are located in slightly variance
from the'Qrawings;''Onde we have theseuerified,we will'issue updated documents as necessary„,
NV2A/Gulf Keystar JV Page 1 of 1 Printed On:Jul 24,2024 09:04 AM EDT
2583
Docusign Envelope ID:A59D261D-DC84-489F-BD85-966AAE366FA3
GULF BUILGAG NV2A/Gulf Keystar JV Project:20-2039-01 KWIA Concourse A and
MMIi cEvsT` R 9100 South Dadeland Blvd, Suite 600 Terminal Improvements Program
Miami,Florida 33156 3941 South Roosevelt Blvd.
P:(786)233-5060 Key West,Florida 33040
RFI #368.1: Clerestory Wall Assembly Follow Up
Status Open
TO Tonya Wood(Mead&Hunt) From Ryan Donnelly(NV2A/Gulf Keystar JV)
Tang Fang(Mead&Hunt) 9100 South Dadeland Blvd,Suite 600
Oren Guttmann(McFarland Johnson,Inc.) Miami,Florida 33156
Judy Telford(Mead&Hunt)
Don Koppy(Mead&Hunt)
Christopher Kopec(McFarland Johnson,Inc.)
Date Initiated Jul 25,2024 Due Date Aug 1,2024
Location Project Stage
Cost Impact Schedule Impact
Spec Section Cost Code
Drawing Number Reference
Linked Drawings
Received From
Copies To Tim Bergeron(NV2A/Gulf Keystar JV),Kirk
Boothroyd(McFarland Johnson,Inc.),Kellen
Donnelly(NV2A/Gulf Keystar JV),Ryan Donnelly
(NV2A/Gulf Keystar JV),Gregg Gaston(NV2 Gulf
Keystar JV),Alex Hyppolite(NV2A/Gulf Keystar JV)
,Gustavo Lazaro(NV2A/Gulf Keystar JV),Joseph
L.Petzack(McFarland Johnson,Inc.),Antonio Pinto
(NV2A/Gulf Keystar JV),Jasmine Sander
(NV2A/Gulf Keystar JV),Claudio Santos(NV2A/Gulf
Keystar JV),Mansour Sodagari(NV2A/Gulf Keystar
JV),Gabriel Valladares(NV2A/Gulf Keystar JV)
Trade Waterproofing
Activity
Question Question from Ryan Donnelly NV2A/Gulf Keystar JV on Thursday,Jul 25,2024 at 03:55 PM EDT
The response to RFI 368.stated'Fasteners type and spacing is determined by the roofing contractor,similar to the fastener
spacing,for other conditions,per the performance requirements listed in the specifications.
Similar to the stud walls at the change in,the roof heights of the PVC roofing system,this condition is also no different than.
what was included in the approved submittal for the east wall of PVC roofing..system. See submittal pages 44,45,and 46,"
Please see the attached response from Decktight(KWIA RFI 368.1 Attachment)to the response to RFl 368.Please advise if
the insulation shall only be attached at every stud(16'o.c.).If additional attachment is required,please advise.
Attachments
KWIA RFI 368.1 Attachment.pdf
Awaiting an Official Response
NV2A/Gulf Keystar JV Page 1 of 1 Printed On:Jul 25,2024 04:00 PM EDT
2584
Docusign Envelope ID:A59D261D-DC84-489F-BD85-966AAE366FA3
KWIA RR 368. 1 AttachiTn fe,n t
Ryan Donnelly
From: Craig Partin <Craig @decktight.com>
Sent: Wednesday,July 24, 2024 4:18 PM
To: Ryan Donnelly;Tom Hilgner; Richard Spreen
Cc: Rick Derrer;apinto@nv2agroup.com;Claudio Santos;Gustavo Lazaro; Mansour
Sodagari;Tim Bergeron;John Govero;Alex Hyppolite; Gregg Gaston; Kellen Donnelly;
Jasmine Sander; Gabriel Valladares
Subject: RE: KWIA RFI #368: Fastening Pattern at Clerestory Wall Response
Attachments: KWIA RFI 368 Response.pdf
Good Afternoon ALL,
Based on a few of the phone conversations Tom has engaged in today,and the proceeding MH response to
RFI#368,we offer the fallowing clarification in hope of avoiding further delays and potential confusion.
The roofing submittals referenced in the AE's response(attached) relate to tall wall flashing conditions and the
manufacturer's requirements for MEMBRANE termination. Specifically, Fibertite detail FTR-DW7 which was
submitted for site condition 8/A503. High ftashings are secured a min.18"o.c. With a stud spacing of 16",we
exceed this manufacturer's requirement.As I understand it, no insulation attachment exists at this condition.
Decktight detail A501-8 Clerestory Sit[(submitted and approved), depicts the metal counterflashing and sealant
where wall flashing terminates below the curtain wall system.
These submittals in no way represent insulation attachment to a vertical stud wall. Furthermore, no roofing NOA or
product approval can be correctly applied to this wall condition.
Wall assemblies,attachments, impact ratings,etc. are not functions of the roofing subcontractor on any
project. All required engineering, NOA's,etc. must be provided by the appropriate design professional to us.
Current site conditions allow for insulation attachment at every stud (16"o.c.). If the design team determines that
additional attachment is required,changes to the existing wall construction would likely be required.
One option we see often in these situations is a 5/8"or 3/4" plywood substrate installed direct to studs(in lieu of the
Densglass). This would allow for a more stringent insulation attachment, but again any such solution must come
from the design team. While we remain committed to assisting whenever possible, Decktight will not be
responsible for the design or engineering of a wall assembly.
We appreciate your assistance and expedience, as this wall work must remain on hold until this matter is
responsibly resolved,and we are provided an approved fastening pattern that can be implemented in the field.
Respectfully,
04�D ' i Craig Partin
CK I Q H T
• • Vice President
A Company af*CYaftsmen
2585
Docusign Envelope ID:A59D261 D-DC84-489F-BD85-966AAE366FA3
cuGF BUILNUt NV2A/Gulf Keystar JV Project:20-2039-01 KWIA Concourse A and
al Improvements Program
F!KEWIAA: RF1 368. 1
Attachment 3941 South Roosevelt Blvd.
Key West,Florida 33040
RFI #368: Fastening Pattern at Clerestory Wall
Status Closed on 07/24/24
To Christopher Kopec(McFarland Johnson,Inc.) From Ryan Donnelly(NV2A/Gulf Keystar JV)
Don Koppy(Mead&Hunt) 9100 South Dadeland Blvd,Suite 600
Tang Fang(Mead&Hunt) Miami,Florida 33156
Tonya Wood(Mead&Hunt)
Judy Telford(Mead&Hunt)
Date Initiated Jul 24,2024 Due Date Jul 31,2024
Location Project Stage
Cost Impact Schedule Impact
Spec Section Cost Code
Drawing Number A501 Reference
Linked Drawings
Received From
Copies To Tim Bergeron(NV2A/Gulf Keystar JV),Kirk
Boothroyd(McFarland Johnson,Inc.),Kellen
Donnelly(NV2A/Gulf Keystar JV),Ryan Donnelly
(NV2A/Gulf Keystar JV),Gregg Gaston(NV2A/Gulf
Keystar JV),Alex Hyppol'ite(NV2A/Gulf Keystar JV)
,Gustavo t,azaro(NV2NGulf Keystar JV),Joseph
L.Petzack(McFarland Johnson,Inc.),Antonio Pinto
(NV2A/Gulf Keystar JV),Jasmine Sander
(NV2A/Gulf Keystar JV),Claudio Santos(NV2A/Gulf
Keystar JV),Mansour Sodagari(NV2A/Gulf Keystar
JV),Gabriel Valladares(NV2A/Gulf Keystar JV)
Trade Waterproofing
Activity/
Question Question from Ryan Donnelly NV2A/Gulf Keystar JV on Wednesday,Jul 24,2024 at 08:47 AM EDT
Sheet A501,dated 5/5123,indicates that 1/2"coverboard,2"rigid insulation,& 112"gypsum sheathing is to be secured to the
cold formed metal framing.There is no fastening pattern indicated on the drawings.Please provide the fastening pattern for
the insulation&coverboards at the clerestory wall.
Official Response Response from Judy Telford Mead&Hunt on Wednesday,Jul 24, 2024 at 02:00 PM EDT
Note:Please review the attached Transmittal PDF for the full formatted text.
Attachments
Transmittal—RFI-RFI#368 Fastening Pattern at Clerestory Wall(Responded and Closed).pdf, RFI#368-MH Response.pdf,
Transmittal RFI-RFI#368 Fastening Pattern at Clerestory Wall(Responded and Closed).pdf
NV2A/Gulf Keystar JV Page 1 of 1 Printed On:Jul 24,2024 02:27 PM EDT
2586
y
00
lHOdHIV�tN0liVNH�1N1 1S�]M h�N.
lg rOla 1DA�D261 t8 k 0 - AA666FA MOWN Hdl N d S OoNLn
NOIIVIAV €
OVOEE�� >I'p 19 d S L64B � �� � �a
�n u P d <
o1N�wlddd�a.UNf1O��O�Now J�� '� i ��o � a
_ _.........._ .............. .�........
_
E ro' B ✓ $S} J
H�a<s��
IV.P
l �(� o w mzuz
f 6 wI �
i I J
1.
d
li
.w
t k
1 ac
I
?
` f W .,... B1 W , a,w
$ a
µ "s $$�$y
F i
sa
:.. ....�
�N �Y
4
I f•
W
/
LL4
w
I, .......
2587
Doccusl n Envelope ID A5�9D26ID-07C84.489F BD85-g61a E+�
C ! j , Z ll�0 HIV IVNOIlbNE��1NI 1S3M 13?� ffi y y m J d
AA366FA3 3Ab?�dWl-IbNIWt�31'2�(�SE�CIOONOD u
r r 0t,066jj 1saMRaN PAIS 11anasard S LW
d
f �, ti ;; d
�s
. n -� ....... naa 3adNaw
� Nauvinv� Ltv�wi�da�a,��..
Rg mad �3�� 2s
a'
g2g u6� N�N s 9� •"
ryy A
r ..
.�. .,.,„,._.
jj
w� 0
n 3 k
1
F C C i Y A
1 l mm N 3 r Y, r Q7 /2
7 L 4 n Cr r
ti
e ......
ad�1 rn i7
r � I
r
�I"illl"illlr o I I �i1�1 u��v II 11�� ���j/I
i
r —
2588
Docusign Envelope ID:A59D261D-DC84-489F-BD85-966AAE366FA3
Concourse A&Terminal Key West International Airport
Improvements 07/31/2024 Monroe County Dept. of Aviation
RFI 368.1
SECTION 09 2423
HURRICANE IMPACT CEMENT PLASTERING
PART 1 GENERAL
1.01 SECTION INCLUDES
A. Hurricane impact rated cement plastering and trims.
B. Weatherbarrier and perimeter sealant.
1.02 RELATED REQUIREMENTS
A. Section 06 1053- Miscellaneous Rough Carpentry: Wood blocking.
B. Section 07 5416- Ketone Ethylene Ester(KEE) Roofing System
C. Section 07 9100- Preformed Joint Seals: Perimeter sealants.
1.03 REFERENCE STANDARDS
A. ASTM C926-Standard Specification for Application of Portland Cement-Based Plaster; 2023a.
B. ASTM C1063-Standard Specification for Installation of Lathing and Furring to Receive Interior and
Exterior Portland Cement-Based Plaster; 2023.
1.04 SUBMITTALS
A. See Section 01 3000 -Administrative Requirements for submittals procedures.
B. Product Data: Provide data on plaster materials and trim accessories.
C. Evaluation Service Reports: Show compliance with specified requirements.
D. Installer's Qualification Statement.
1.05 QUALITY ASSURANCE
A. Installer Qualifications: Company specializing in performing the work of this Section with minimum
five years documented experience.
B. Install products including sheathing substrates to meet AHJ Approvals. Follow Large Missile Impact
rating requirements for Miami Dade NOA No.22-1215.05:
https://www.m iamidade.gov/building/I ibrary/prod uctcontrol/noa/22121505.pdf
C. Copies of Documents at Project Site: Maintain at the project site a copy of each referenced
document that prescribes execution requirements.
PART 2 PRODUCTS
2.01 HURRICANE IMPACT RATED CEMENT PLASTER APPLICATIONS
A. Lath Plaster Base: Metal lath.
1. Plaster Type: Factory prepared plaster mix.
2. Number of Coats: Three.
3. First Coat: Apply to a nominal thickness of 3/8 inch.
4. Second Coat: Apply to a nominal thickness of 3/8 inch.
5. Leveling/Crack Resistant Coat:Apply to a nominal thickness of 1/32 to 1/16 inch.
6. Finish Coat: Apply to a nominal thickness of 1/8 inch.
2.02 FACTORY PREPARED CEMENT PLASTER
A. Exterior Portland cement plaster system made of scratch and brown base coat, leveling coat with
reinforcing mesh, and acrylic finish coat; install in accordance with ASTM C926.
1. Provide weather resistive barrier as part of the system.
2. Manufacturer- Basis of Design:
a. Sto Corp; Sto Powerwall HI: www.stocorp.com/#sle.
b. Substitutions: See Section 01 6000-Product Requirements.
MJ No. 18811.02 HURRICANE IMPACT CEMENT 09 2423- 1
PLASTERING
2589
Docusign Envelope ID:A59D261 D-DC84-489F-BD85-966AAE366FA3
Concourse A&Terminal Key West International Airport
Improvements 07/31/2024 Monroe County Dept. of Aviation
RFI 368.1
B. Premixed Base Coats: Manufacturer's mixture of cement, aggregate,fibers, and proprietary
admixtures for scratch and brown coats; install in accordance with ASTM C926.
C. Premixed Leveling/Crack Resistant Coat:Acrylic polymer-based blend approved for use with plaster
manufacturer's base coat and finish materials.
1. Acrylic Base Coat: BTS Plus
2. Reinforcing Mesh: Sto Mesh 4.5 oz fiberglass.
D. Premixed Coating: Polymer modified acrylic coating, integrally colored, and spray applied to
substrates prepared in accordance with manufacturer's written installation instructions.
1. Color:To match "White"..
2. Manufacturers:
a. Sto Corp; Stolit HDP 1.0 Fine Texture: www.stocorp.com/#sle.
b. Substitutions: See Section 01 6000-Product Requirements.
2.03 ACCESSORIES
A. Lath:
1. Wire Size: Minimum 2.5 Ib./yd2 (1.4 kg/m2)self-furred stainless steel diamond mesh metal lath
in compliance with ASTM C 847,with Type D, No. 15 asphalt satuarated kraft-paper packing or
separate slip sheet.
2. Opening Size: 11/16 by 1-1/2 inches.
B. Finishing Accessories: Weep screed, casing bead, corner bead, comer lath, expansion and control
joint accessories meeting ASTM C1063; rolled zinc, unless noted otherwise.
1. Types: As detailed or required for finished appearance.
2. Special Shapes: In addition to conventional corner bead and control joints, provide U-bead at
exposed plaster edges.
3. Roofing Termination Regiet: Fry STX, zinc,with manufacturer provided fasteners.
C. Reinforcing Meshes:
1. Standard Detailing:4.5 oz/sq yd alkali-resistant, interlaced, open-weave, glass fiber mesh.
2. Hurricane Mesh: 20 oz/sq yd alkali-resistant, interlaced, open-weave, glass fiber mesh..
D. Mechanical Fasteners: Non-corroding fasteners in compliance with AISI S200—2007 and ASTM C
1513:
1. Steel Framing—minimum#8 Type S or 5-12 wafer head fully threaded corrosion resistant
screws with minimum 3/8 inch (10 mm)and three thread penetration into studs.
2. Tie Wire— 18 gauge galvanized and annealed low-carbon steel in compliance with ASTM A
641 with Class I coating.
E. Weather Barrier: StoGuard--fluid applied air/moisture barrier for sheathing, concrete, and concrete
masonry substrates consisting of multiple compatible components:
1. StoGuard RediCorner—a preformed fabric piece used in the corners of rough openings in
tandem with StoGuard Fabric for quicker installation
2. StoGuard Primer—primer for use with StoGuard Conformable Membrane.
3, StoGuard Conformable Membrane—flexible air barrier membrane for continuity at static
transitions:sheathing to foundation, dissimilar materials (CMU to frame wall), wall to balcony
floor slab or ceiling, flashing shingle lap transitions. Also used for dynamic joints:floor line
deflection joints, and through wall joints in masonry or frame construction.
4. Sto RapidGuardTM -one component STPE rapid drying gun-applied treatment for sheathing
joints, rough openings, seams, cracks, penetrations and other static transitions in above grade
wall construction such as: shingle lap over flashing,wall to balcony floor slab or ceiling, and
through wall penetrations—pipes,electrical boxes, and scupper penetrations
F. Perimeter Sealant: StoSeal STPE sealant; "White"color, high-movement, low modulus, non-sag
one-component silyl-terminated polyether joint sealant designed for use on vertical above grade
walls. Provide backer rods of sizes and types required by sealant manufacturer.
MJ No. 18811.02 HURRICANE IMPACT CEMENT 09 2423-2
PLASTERING
2590
Docusign Envelope ID:A59D261D-DC84-489F-BD85-966AAE366FA3
Concourse A&Terminal Key West International Airport
Improvements 07/31/2024 Monroe County Dept. of Aviation
RFI 368.1
PART 3 EXECUTION
3.01 EXAMINATION
A. Verify existing conditions are acceptable prior to starting this work.
B. Verify substrates for lath is flat, secured to substrate, and joint and surface perimeter accessories
are properly in place. Verify membrane flashings by other trades are sealed and secure.
C. Verify mechanical and electrical outlets located within areas to receive this work have been properly
tested and approved.
3.02 PREPARATION
A. Clean surfaces of foreign matter using approved acid solutions, solvents,or detergents, and then
rinse surfaces thoroughly with clean water.
B. Install hurricane impact resistance layer over sheathing:
1. Hurricane mesh application:Apply approved base coat(Sto Primer/Adhesive-B)over the
sheathing with a stainless steel trowel to a uniform thickness of approximately 1/8" .
2. Work horizontally or vertically in strips of 40"and immediately embed the mesh into the wet
base coat by trowelling from the center to the edge of the mesh. Either overlap the mesh not
less than 2-'/2" at mesh seams or butt mesh at seams. If butting at seams, embedded detail
mesh in base coat must be used to treat butted seams prior to the application of the air and
moisture barrier.Allow base coat to dry before applying the weather barrier products.
3.03 INSTALLATION -WEATHER BARRIER
A. Install weather barrier in accordance with manufacturer's instructions.
B. Integrate weather barrier with flashing accessories, and adjacent wall openings, penetrations, and
cladding transitions.
C. Apply weather barrier in accordance with manufacturer's written instructions, horizontally with upper
layer lapped over lower layer at least 2 inches.
3.04 INSTALLATION -LATH
A. Install metal lath with accessories over sheathing material and weather barrier with fastening system
in accordance with ASTM C1063 into studs.
B. Provide vertical control joints, designed and spaced, as recommended by manufacturer.
3.05 MIXING
A. Open and mix only as much plaster as can be used prior to initial set.
B. Mix materials to uniform color and consistency.
C. Do not retemper mixes after initial set has occurred.
D. Protect mixtures from frost or freezing temperatures, contamination, and excessive evaporation.
3.06 APPLICATION
A. Apply plaster in accordance with manufacturer's written instructions and comply with ASTM C926.
B. Base Coats:
1. Apply base coat(s)to fully embed lath and to specified thickness.
2. Follow guidelines in ASTM C926 and manufacturer's written installation instructions for moist
curing base coats and application of subsequent coats.
C. Leveling Coat:
1. Apply leveling acrylic base coat to specified thickness.
2. Fully embed 4.5 oz reinforcing mesh in leveling coat.
D, Finish Coats:
1. Cement Plaster:
MJ No. 18811.02 HURRICANE IMPACT CEMENT 09 2423-3
PLASTERING
2591
Docusign Envelope ID:A59D261D-DC84-489F-BD85-966AAE366FA3
Concourse A&Terminal Key West International Airport
Improvements 07/31/2024 Monroe County Dept. of Aviation
RFI 368.1
a. Apply with sufficient material and pressure to ensure complete coverage of base to
specified thickness.
b. Apply desired surface texture while mix is still workable.
c. Float to a consistent finish.
2. Primer and Acrylic Coatings:
a. Remove surface contaminants such as dust and dirt without damaging substrate.
b. Apply primer in accordance with manufacturer's instructions.
c. Apply finish coating in number of coats and to thickness recommended by manufacturer.
E. Install perimeter sealants and backer rods to provide weatherproof installation.
3.07 TOLERANCES
A. Maximum Variation from True Flatness: 1/4 inch in 10 feet.
3.08 REPAIR
A. Patching: Remove loose, damaged or defective plaster and replace with plaster of same
composition;finish to match surrounding area.
END OF SECTION
MJ No. 18811.02 HURRICANE IMPACT CEMENT 09 2423-4
PLASTERING
2592
Docusign Envelope ID:A59D261D-DC84-489F-BD85-966AAE366FA3
GULF euiLmrat NV2A/Gulf Keystar JV Project:20-2039-01 KWIA Concourse A and
KE=-YST` P 9100 South Dadeland Blvd,Suite 600 Terminal Improvements Program
Miami,Florida 33156 3941 South Roosevelt Blvd.
P:(786)233-5060 Key West,Florida 33040
RFI #376: Sto Powerwall NOA
Status Closed on 08/06/24
TO Christopher Kopec(McFarland Johnson,Inc.) From Ryan Donnelly(NV2A/Gulf Keystar JV)
Don Koppy(Mead&Hunt) 9100 South Dadeland Blvd,Suite 600
Tang Fang(Mead&Hunt) Miami,Florida 33156
Tonya Wood(Mead&Hunt)
Judy Telford(Mead&Hunt)
Date Initiated Aug 6,2024 Due Date Aug 13,2024
Location Project Stage
Cost Impact Schedule Impact
Spec Section Cost Code
Drawing Number Reference
Linked Drawings
Received From Antonio Pinto(NV2A/Gulf Keystar JV)
Copies To Tim Bergeron(NV2A/Gulf Keystar JV),Kirk
Boothroyd(McFarland Johnson,Inc.),Kellen
Donnelly(NV2AdGuIf Keystar JV),Ryan Donnely
(NV2A/Gulf Keyslar JV),Gregg Gaston(NV2A/Gulf
Keystar JV),Alex Hyppol'ite(NV2A/Gulf Keystar JV)
,Gustavo Lazaro(NV2AIGult Keystar JV)„Joseph
L.Petzack(McFarland Johnson, Inc.),Antonio Pinto
(NV2A)'Gulf Keystar JV),Jasmine Sander
(NV2,A/Gulf Keystar JV),Claaift Santos(NV2A/Gulf
Keystar JV),Mansour Sodagad(NV2A/Gulf Keystar
JV),Gabriel Valladares(NV2A/Gulf Keystar JV)
Trade Waterproofing
Activity
Question Question from Ryan Donnelly NV2A/Gulf Keystar JV on Tuesday,Aug 6, 2024 at 09:48 AM EDT
STO's website shows NOA 22-0713.05 which is expired(8/2/2023).But NOA 23-0518.03(attached)is valid until 8/3/2028.
Since both NOAs are for the STO POWERWALL HI WALL PANEL SYSTEM,please confirm that the JV is to use NOA 23-
0518.03.
Attachments
STO NOA 22-0713.05.pdf,STO NOA 23051803.pdf
Official Response Response from Judy Telford Mead&Hunt on Tuesday,Aug 6, 2024 at 04:29 PM EDT
Yes,the JV is to use an NOA that is not expired. Attached is the exact NOA 22-125.05 that we recommend as the basis of
design for this wall.
Attachments
RFI#376-MH Response.pdf
NV2A/Gulf Keystar JV Page 1 of 2 Printed On:Aug 8,2024 05:40 PM EDT
2593
Docusign Envelope ID:A59D261D-DC84-489F-BD85-966AAE366FA3
RFI#376-Sto Powerwall NOA Project:20-2039-01 KWIA Concourse A and Terminal Improvements
Program
All Replies Response from Judy Telford Mead&Hunt on Tuesday,Aug 6,2024 at 04:29 PM EDT
Yes,the JV is to use an NOA that is not expired. Attached is the exact NOA 22-125.05 that we recommend as the basis of
design for this wall.
Attachments
RFI#376-MH Response.pdf
NV2A/Gulf Keystar JV Page 2 of 2 Printed On:Aug 8,2024 05:40 PIVI EDT
2594
Docusign Envelope ID:A59D261 D-DC84-489F-BD85-966AAE366FA3
MIAMWMAOE NIIA11111-DADIF.(.VNTY
PRODUCT CONTROL SECTION
t[903 SW*26 Sired,Rooill 208
DEPARTMENT OF REGULATORY AND Ef'ONONIIC RE.","RCCS JRER) kfiaoti,Flo6da 331?.5-2474
BOARD AND CODE ADMIMSTRATION DIVISION Tt7M)315-2590 F1786)315-2599
NOTICE OF ACCEPTANCE (NOA)
Sto Corporation
3800 Cantle Creek Parkway, Bldg. 14,00 SW 120
Atlanta, CA 30331
SCOPE:
This NOA is being issued under the applicable rule and reguLations govenlitjg tb,,� Ljsti, ofcoustniction niatcrials. The
docun)entatim submined has been revit.,wed and ao¢qiccd by Nliunii-Djde County RFR-llroducl Contivil Section to be
used in Miami-Dade COUA(yillld 00irer areas where allowed by the Authority Having Jurisdicikin fAHJ).
This NOA shall not be valid aft rThc expiration date stated below The Nvfiarrn-Ridk:County Pjroducl Control 8,caio�n(in
Nlianii-[)-,uJc('ounjy)and-'or the.&M On areas other than k1liarni-Dzidc (:(itinty) %--semc the right to have this prodiwt or
majenal tested lor qLlali[V assurance pur—pases. I I'llik, Product or watcrial rails to pci-forni in the ace-epied manner, the
manufacturcT will incur the expenge of such testing and the AHJ may irnmediately revoke, modify,OT SUS.-P0141 the U-SC Of
such product or material wilthal theirJurisdiction. RER reserves the right u)revoke this acccptunce if it is determined by
Nllliarni-Dade. Ccruritv Product Control Section that this pTodUCL ar niaLcrial Ciiils to rLiect the rLNuircmcnts of the
applicable building code.
'1715is product is approved as described herein nrid has been designed to cornply with the Florida Building Code..including
the I lig11 VC106EY lIUJfiC0*e ZOLIC.
DESCRIPTION:
Sto Powerwall HI Wall Panel System with Stnicta Wire Twin Trac 2.5 and Shicco, over wr8" eXP.
Gypsum Sheathing
APPROVAL DOCUNUNT. Drawing tiflod "Sic) Powerwall Ill with Structa Wire T%&in Trac 2-5", s-hoaq I
through 3 of'3, prepared hv the rnanuf�icturei,., dated April 2023, sigtted and sealed by Williarn R. Heiden Ill,
I __1
P.E.. on 0510-'2023, bearing the Nliarni-Dodc County Product Control upproval Qalnp with the Notice of
Act;Qpfiancv. number and approval.datc by the 'Nfiarni-Dade County Product Control Section.
MISSILE IMPACT k4TING: Large and Small Missile Impact Resistant.
LABELING- Each unit shall bear a pernianent Iatwl with the nianufficturers name or logo, niodet
(11owerwatl HI), city, state and following statement, "Miami-Dade County Product Control Approved",
unless otherwise noted liercin. Each container (])ticket or drurn) needs to be labeled- Unit is further dernied as
each roll of'reiril-orcing mat or rne-0.
RENEWAL of this NOA shall be considered after a venoval application has b,,cii riled and there hits been no change
in the applicable building code negatively affccting the peribmLince of(his prodLIC1.
TERMINATION of this NO k %vill occur after the expiration date ar if thew has been a te0sion or chmige in the
materials, ust, and or nianut'kitire of the pfoduct or procc&& Nfiski-se o f thk NOA as.,11 entior%enicni of any prMuct,tar
sales, advertising or any other put-poses shall automatically tcrrnitiatc this NO,,V Fajlun to comply with any we-tion Of
this NOA shall be cause for rennination and removal of NOA,
ADVERTISEMENT- The KOA nUrUber preceded by (lie word: Miairi-Dade County, Florida,and followed by the
expiration date Inay be displayed In iadk,ci-xising lilciature, if any poition of the NOA is dis-splayed,the4i it shall be done
in its cm iroty,
INSPECTION: copy of thin entire NO,,\ shall be provided to the user by the ni4in0fiCnifer, or its dist6bU(Ors and
,hall bcavailablc for inspection at thcjcb site at the requcsi Of the Building Official.
This NOA consists of this page I and evidence page E-1, as vvell as approval document mentioned above,
The submitted dociurientation was reviewed by Carlos M. Utrera, P.E.
/ NOA No,2,1-4518,03
MIARRSObECOUN
Expiration Date: August 03.2028
IQ Approval Date: August 03,2023
Page 1
2595
Docusign Envelope ID:A59D261 D-DC84-489F-BD85-966AAE366FA3
Stet CorRoration
NOTICE OF ACCEPTANCE: EVIDENCE SUBMITTE'D
A. DRAWINGS
1. Drawing titled "Sto Power\vall 1.11 with Structa bVire Twill Trac 21.5", sheets I through
3 of 3, prepared by the triwitifacturer, dated April 2023, signed and scaled by William
R, Heiden I 11, P.E., oil 05�'t 0.-'2023.
B TESTS
I Test reports oil 1) Air Infiltration Test, per FBC, TAS 202-94
2) Uniform Static Air Pressure Test, Loading per FBC TAS 202-94
3) Water Resistance Test, per FBC, TAS 202-94
4') Large Missile Impaet Test per FBC, TAS 201-94
5) Cyclic Wind Pressure Loading per FBC. TAS 203-94
along with rnarkcd-up drawings and installation diagram of POA,ejwrall Hl with Structa
Wire Twin Trac 2.5 by Clark-Dietrich, prepared by Inteirtek, Test Report No.
P5478.01-550-18 110, dated 03/01-,'2023, revised on 04MV202330. sigricd and sealed by
Tanya A. Dolby. P.E,
C. CALCULATIONS
L Nonc,
D. QUALITY ASSURANCE
1. Mianit-Dada Department of Regulatory and I-.'cononiic: Re-sources (RFR).
E. MATERIAL CERTIFICATIONS
1. None
F. STATEMENTS
1. Statement letters of code conformance to the 7" edl turn (2020)of the FBC and of no
financial interest.issued by William R. Heiden ill, P,E- both dated 07M6/2023, and
signed and sealed by NVIlliarn R- Heiden [it, P-E.
lt'
lwrovs-
Carlos N1. UtrerLi,P.E.
Product Control Examiner
NOA No.23-05t8.03
Expiration.Date. August 03.2028
Approval Date. August 01,202-1
2596
Docusign Envelope ID-A59ID261 D-DC84-489F-BD85-966AAE366FA3
0
L)
a
5,
-
CL
In
Ln u
as M C� E
E ra
m a)
>
0 0-
U) c
75
E 0 4 an
co E
ZO-0 R n m (D
c
c -Fa
M.2 u
.- t "Q E �6 Q '0
ED ws c cn
z) E :3 �c m
ro E wra
C.0
s 0 Z
6
co V)car w 0 E E z
z 2 0 -*a- Cc 16 C, L, Or V) CL m
0 Z 0 0 W
0- cn CC N�I u (n C,
Q) Z3 - - < C, LU U) -C :3 En o)
'� (D 2 Cli-
0 0 m > —M
w M co a) N C 0 0)C',
0) 0 5,�co
E
D
E 0 2 (U E C:5<c 0 rn u 2 =1 4)C\1 -0 m
-13 C: nL E -0 E 0 CD
0 Cn
cu C: n ()<
(A
'D > u oc-,a)
6 o, ; E CJc am
a) 0 V o
F= 0 co aC
0
6)
L)
03 -0 0 0 FMmd
a in cn, w
ra m.5�
cn -ate -0-0
E 0 aj
-�(� c-
LL
T -0 c, V, ,, m O'�i
in = E 02 Sm-, " a)'D U :3
w M CL m— E
c u z
Q P 7, Ole
0 U--c: E
2 n E L)-cc-0 x
a) 0- a Ile
0 w C CL
E LL.
0-0- -0 M V m 0
-0
Im- S E Ln
'WA 0-0 0 2 m -0 cc 0
>mar6�- J) w E�E
0 E -C C: m
0 6— 0 0
'a c m >z
a 2 c a) '0, '. , 3:
m -00)'u E m-c m c: u z CU M
E Ir)
mro �:,a) E E
Ps
a) E
U) cn Ero
IU 0 -0 a-
0 IS
0 0 0.0
'D FL MD
...............
0 x -a CL a� N
`-5 W wm 0'0 r
0. LO WZZ 0 c c: (u:E 0
E c o 0 a
>C
uj r4
2
0— m c
d) > 0 0 10-0 ca:s A
CL,(n X— =1 :�, W)x— C) — m . u ij F
-0 (D X(n U)-0 a)X CL a) 0 mmcW 0 Q) co
C) L;-=0 m L
ILL N 0
m m Q) 0 u 0 �I 0 (OD 0-U It
In E E E a)
2 CL M Fca
W 0a 'D 0 .2 8-0
7 E m Q)
Same �'zr
r_ 0 6) 0 Y) Ul
�; m z CO 6L a-
.0 cn_ c C) 0(9 0 z D.D.T 0) > 0 CL 0 0 0 0
co R-D.2 0- E �C;Z X- C 0
;;-- -i-F-F- CL mm Z :2
M 6 CO LO rh
fn
0 M LO(R r- R -71 0
04 CIJ 11)NN CN N 0 N C6 C LD (c
0
IA Z
LO 3:2
. .........
Le) C) (D
U) C) z C,
(Dr 0
0— 49
CL,7j
+1(C\j m
W
-E
0
a) d) 0 D CL
N,
o
05
(n
x
0
f w
Qj jE
0
cn 77 r- aE 2)
In
m CL r- x
c
m x
co
aD 3 o cO
z r-z 6 Z)
C) C)
�O E
(D-
2597
Docusign Envelope ID:A591D261 D-DC84-489F-BD85-966AAE366FA3 rr
0 w 0
z
z < w
of
0
En ui cli E m
x
x 0 cn 2� 16
z U)2i af in
L_ >1
2 z<F- Q co_j ;SIN> U_ LLJ cn
0
Of 0 cj� 'n C)W< Z w r 0 .0
0 UJ�- Li 7)0 z—
_j W Z'2 W If<3:w LU w 0 -6
(Q 0 <<x UJ C) �_CK L) D
cr DWO m w 0 cn 0 CD
0 M LL 0 1
<
Cn T Z CD U)
0 M 0 0 2 Z a. Z z 0 L) 4)
j.-!:,Z F- t_W 0 = 05 �_ 3:(j)z > < 4) 0
U)w 0 V) cn 2 C) U) c), U) <0
m CL w
c Li 0 3 E z
F_ 0 u
D >
05 C. 5 0 E.S
a) UU U7 cry
<
E o(D
LL C�
........... 7 LL cli
g
LL w SSW ca�i ° a-
CN co
LL
L) 0
0
CO
ui
---------- �_ 'klllIflpq"�,� '
CK C-)
0
W Lli
X C) 0
0
LLJ
wz
w
x C)
" NL
W W < << << Ox,
LD U- :2!- LL Lij <z 0 F-
�aH< () U�C)N 0 ij L) 0 U) 0- (D
Cr 0 F- LU n 0 Z wouz-
0 LIJ �- w Z�-[if<�: z -, :-u
2E C)0 CO -J LU z <z>W
�0 C)EO 0 :E 0 U)F-0(D i 0 0 F-0 CD
w w Z) 0 m Q_ :r CL :c
XZ,g W< 0=Z Y)
0 o CL 0 F-
z F- :i �-t:-
3:U) F_
OWM0 in w U)3:1 <0 ILL U) 0
fj
LIJ
x
x 0 j_0
3z _J En
Ln
LL :2 z 0 > ILL 3:w
w D U z w
C) 0 wN of
0 W wLU
z 0
3:11�<2 0 U) I-a:
0(D 0 uj<T_ C)U)�_
............ 0<W LIJ D o 0 m T z
o 0 0
z
F- 3:U) 0- D
................... .......... F-<O LL. 00<0
w
En Lij
x 0
t� CI)
W < <<
0
LJ
z
Z F-u;
.....
T 0 _j UJ C)Z
0 Lu LLI
U) W 0 F-O�0 C _n
0
<w
T_Z U)
o im 0 9- z z 0 P
�-2i 0 z _j 05 �_�3:V)z
(j)w U 0 U) U) U0 P<0 <Q z
0
Al C. CA
...........
LU 2 40
LL N 0
032
a: 0 a
2598
...........
Docusign Envelope ID:A59D261 D-DC84-489F-BD85-966AAE366FA3 >
C)
(4
Lli LA
00 ko M C�
MIS < LL
Lx L) 0
LL M (A
0 w Lij L- ::11
LJJ U) c:
0 0
ix I X o 2 cc
CL_j a 'i z
C(-j z a QE;z > k a)
0 4 2 y UJ
W< LL 0 0. 0
C� T-
F- 0 L U Z 40. .0
<0 0 <
3*Z Cif w-i
0 .2
Tz ci. CL (1) Q m u
U F-< Q� a. w z
w 0 E
F- LU <
w a: < < CL
a- Q�0 3: -j L) CD
< w 0 U- LLJ —
0 IN C 0- U) N
C) n- 0
T o z 0 w w z cr)
<w cr w 22-, w LL, w 0 C:)
Z U. <Z co
0 0 n 0 0 0 U) 00 L) 0 �51 <
< 0 (D IL () a. m�
I:z ) E 0
0 X 0 2 CL z M
bi 0 — 0 0
>- �-0 -j z <
2 m Y)rl) in (n U') o z_j CD
a- < 0 0-0 10
< 6)
5;
C) W
r and
CV
cc <
0
< 0
uj <
z Ft (-) X,
0 z
co
u A�
w Lli 0)
C,
0 mz C
C)
< LIJ z
UJ Z
-A
L) cn < ok
D cn PR
ry < fill
0 4
CD
z CJ
CI
0 z <
z (D z z
w w
mz
Q- w uj
< 0 co
x co z w
x < 0
0 X M —w
z
X 0 < 0 T-
o 0 < -i z (90
<(1)w Z W 0 T << F- < — ::)Z
72:Z�- 0 cf) X C) ;>�- <0)w < w in
LL M — <<
< cli 0 LL LL.
cf cr w Z m X 00 cr 0 2i z o W 0 (N 0
0 w 0 D LLJ T X UJ Z— 00
:R J w L) 3: F- <c- �; Z) LL Lu D U z—
(If m 0 T < �-Ir 3�w 0 Ui 0 LLJ (r T <3:LU
o L :D cr o V)F-0 U) -- w <a- a�
`TWO 0 0 a 0 (D w CL m z m co 0 m 6 w :D cr 0 U) 00
0 co U) 0 cn Z) LD cn LU m
0 L�- Ww 4 cr 0�-— n- m g
Z -i LU U)Z o Ln 0 o a- z C� 0 0 i- I
wwo w 0 T, a- u) in 3: <o z w z
0
U)w 0 U) U) CL w F
<
z
2
M
-4
w
U)
0 0
..............
2599